Loading...
HomeMy WebLinkAboutResolution - 5165 - Contract - Jarnagin Construction Company - ADA Curb Ramps - 04_18_1996RESOLUTION NO. 5165 April 18, 1996 Item #14 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract with Jarnagin Construction Company of Lubbock, Texas, to furnish and install all materials and services as bid for the A.D.A. Curb Ramps, attached hereto and which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this ATTEST: Ae-M. Johnson, 'ty Secretary APPROVED AS TO CONTENT: q v- Victor KilmanjPurchasing Manager APPROVED AS TO FORM: uonaia ki. v analver, Attorney DGV:js/ADACURB.RES ccdocs/April 9, 1996 .- RESOLUTION 5165 APRIL 18, 1996 r r City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 B06-767-2167 MAILED TO VENDOR CLOSE DATE: NEW CLOSE DATE: March 27,1996 March 27,1996 @ 2:00 PM April 3,1996 @ 2:00 PM BID #13526 - A.D.A. CURB RAMPS - VARIOUS LOCATIONS PHASE III Office of Purchasing ADDENDUM #1 The following items take precedence over specifications for the above named bid. Where any item called for in the bid documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The closing date for this bid has been changed from March 27, 1996 at 2:00 PM to the new closing date of April 3, 1996 at 2:00 PM 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) 767-2164 PLEASE RETURN ONE COPY WITH YOUR BID. CITY OF LUBBOCK INVITATION TO BID FOR TPI'LE: A.D.A CURB RAMPS - VARIOUS LOCATIONS PHASE III ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13526 PROJECT NUMBER: 9923.9240 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 7 FE-9 I 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND S. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 11. SPECIAL CONDITION NOTICE TO BIDDERS r NOTICE TO BIDDERS BID #13526 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the r Purchasing Manager, Municipal Building, 1625 13th Street., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock a.m. on the 27th day of March,1996, or as changed by the issuance of formal addenda to all planholders, to fiunish all labor and materials and perform all work for the construction of the following described project: KA.D.A CURB RAMPS - VARIOUS LOCATIONS PHASE III After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing r Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 11th day of Anril,1996, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Goverment Code, in the amount of 1001/6 of the total contract price in the event that said contract price exceeds $100,000 and the successfui 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 b�r a company carrying a current Best Rating of B or su J as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on 20th day of March,1996, at 10:00 O'clock a.m., in the Purchasing Conference Room L-04, Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of 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 Human Relations Office at (806) 767-2281 at least 48 hours in advance of the meeting. CITY OF LUB K IO !4ANCHASING MANAGER ' Bid documents may be obtained upon request from the Purchasing Department at 162513th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. r 7 1. GENERAL INSTRUCTIONS TO BIDDERS Poll 7 7 0 4. 7 6. GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the A.D.A CURB RAMPS - VARIOUS LOCATIONS PHASE M. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806)767-2164 TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 200 (TWO HUNDRED) working days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 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 insure completion of the project within the time specified. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals inured 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. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be famished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall famish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 11. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities r' 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. 14. 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. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. r 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 uses 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 eng aged � m similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. CONTRACTOR'S REPRESENTATIVE f..• The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 17. INSURANCE Tile Contractor shall not commence work under this contract until he has obtained all insurance as required in the General ±f ' 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 r, insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above r mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 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. 19. 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. 20. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other.items required for the project will be rejected and returned to the bidder without being considered. 21. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly felled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: r (a) Bidder's name (b) Bid for (description of the project). Bid submittals .may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUNMWrS 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. (j) 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. a BID SUBMITTAL UNIT PRICE BID CONTRACT PLACE: Lubbock Texas DATE: April 3, 1996 PROJECT NUMBER: BID 013526 - A.D.A. CURB RAMPS - VARIOUS LOCATIONS PHASE III Bid of Jarnagi n Construction Co, _ (hereinafter called Bidder) ( To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) 6 - Gentlemen: P i , The Bidder, in compliance with your invitation for bids for the construction of a curb ramps - various locations Phase III having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit W. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fatly complete the project within 200 (TWO HUNDRED) working days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY -for each working day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in, accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. 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, rspecifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or 1 before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. r t" �a Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified ck issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) days after notice of and of the contract to him. i ° Enclosed with this bid is a Cashier's Check or Certified Check for N / A Dollars S or a Bid Bond in the sum of 5 % of bid Dollars (S ), which it is tt ;reed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the f idersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the dersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents ,wade available to him for his inspection in accordance with the Notice to Bidders. i. 4Auoarii6tu4re00I, Larry Jarnagin (Printed or Typed Name) Jarna2in Coristruction Co Company PO Box 98128 Address Lubbock Luybbock 'Co Cit�exas 79499 State Zip Code Telephone: 8� 0 O 7 4 7- 0 8 2 8 Fax Number: £3( 0 6) B 3 2- 4 519 FM (Seal if Bidder is a Corporation) ,ATTEST: Secretary 7 EXHIBIT "A" t $ID 013k6 t A.D.A. CURB RAMPS -VARIOUS LOCATIONS PHASE III Estimated Total Item Quantities Unit Amount No. & Units Description of Items Price Bid 1. 4,900 Removal and replacement of existing concrete curb,including Lin. Ft. saw cutting, disposal, and jointing, complete per lin.ft. SERVICES: Eleven Dollars and Seventy Five -Cents ( $11.75 ) ( $57,575.00 ) Imo+ MATERIALS: Three Dollars and Ninety Cents ( $3.90 ) ( $19,110.00 ) TOTAL: Fifteen Dollars and Sixty -Five Cents ( $15.65 ) ( $76,685.00 ) l 2. 22,200 Concrete slab removal and disposal, to include walks, fillets, Sq. Ft. and valley gutters, complete, per sq. ft. SERVICES: One Dollar and Fifteen Cents ( $1.15 ) ( $25,530.00 ) MATERIALS: ( $0.00 ) ( $0.00 ) TOTAL: One Dollar and Fifteen Cents ( $1.15 ) ( $25,530.00 ) C 3. 6,000 Sawing of contraction and longitudinal joints, to include Lin. Ft. sealing joints with W. R. Meadows "Sof-Seal", complete, per lin. ft. SERVICES: Seven Dollars and Fifty Cents ( $7.50 ) ( $45,000.00 ) MATERIALS: No Dollars and Ten Cents ( $0.10 ) ( $600.00 ) TOTAL: Seven Dollars and Sixty Cents ( $7.60 ) ( $45,600.00 ) 4. 24,200 Four inch (4") concrete flatwork reingorced with 6" x 6" �. Sq. Ft. W 1.4 x W 1.4 welded witre mesh on a on inch (I") sand p cushion, inclusding all necessary earht work and subgrade t preparation, installed complete, per sq. ft. " SERVICES: Two Dollars and Ten Cents ( $2.10 ) ( $50,820.00 ) MATERIALS: One Dollar and Twenty Cents ( $1.20 ) ( $29,040.00 ) rTOTAL: Three Dollars and Thirty Cents ( $3.30 ) ( $79,860.00 ) r F ' * Bid Proposal - A.D.A. Curb Ramps Page 2 k r F Item r No. l 5. 7. Estimated Total Quantities Unit Amount & Units Description of Items Price Bid 500 Six inch (6") concrete flatwork reingorced with 6" x 6" Sq. Ft. W 2.9 x W 2.9 welded wire mesh on a one inch (I ") sand cushion, including all necessary earthwork and subgrade preparation, installed complete, per sq. ft. SERVICES: Two Dollars and Five Cents ( $2.05 ) ( $1,025.00 ) MATERIALS: One Dollar and Seventy Cents ( $1.70 ) ( $850.00 ) TOTAL: Three Dollars and Seventy - Five Cents ( $3.75 ) ( $1,875.00 ) 50 Gravel removal and disposal behind curb and gutter, Sq. Yds. complete, per sq. yd. SERVICES: Four Dollars and Fifty - Five Cents ( $4.55 ) ( $227.50 ) MATERIALS: ( $0.00-) ( $0.00 ) TOTAL: Four Dollars and Fifty - Five Cents ( $4.55 ) ( $227.50 ) 30 Gravel repair behind curb and gutter, to consist of six inch Sq. Yds. (6") pit run gravel, including all necessary earthwork and subgrade preparation, installed complete, per sq. yd. SERVICES: Six Dollars and Eighty -Five Cents ( $6.85 ) ( $205.50 ) MATERIALS: Five Dollars and Ninety -Five Cents ( $5.95 ) ( $178.50 ) TOTAL: Twelve Dollars and Eighty Cents ( $12.80 ) ( $384.00 ) 100 Asphaltic paving removal and disposal behind curb and Sq. Yds. gutter, complete, per sq. yd. SERVICES: Two Dollars and No Cents MATERIALS: TOTAL: Two Dollars and No Cents ( $2.00 ) ( $200.00 ) ( $0.00-) ( $0.00 ) ( $2.00 ) ( $200.00 ) Bid Proposal - A.D.A. Curb Ramps Page 3 Estimated Total Item Quantities Unit Amount & Units Description of Items Price Bid rNo. E 9. 50 Asphaltic paving repair behind curb and gutter, to consist of Sq. Yd. six inch (6") caliche base and one and one-half inch (1 1/2") Type "D" hotmix asphaltic concrete, including necessary earthwork and subgrade preparation, installed complete, per sq. yd. SERVICES: Fifteen Dollars and Ten Cents ( $15.10 ) ( $755.00 ) MATERIALS: Fifteen Dollars and Five Cents ( $15.05 ) ( $752.50 ) TOTAL: Thirty Dollars and Fifteen Cents ( $30.15 ) ( $1,507.50 ) 10 15 Brick removal and replacement to match existing type, and Sq. Yds. color, including disposal and all necessary earthwork and subgrade preparation, installed complete, per sq. yd. SERVICES: Thirty -Nine Dollars and Fifteen Cents ( $39.15 ) ( $587.25 ) MATERIALS: Twenty -Three Dollars and Thirty Cents ( $23.30 ) ( $349.50 ) TOTAL: Sixty -Two Dollars and Forty -Five Cents ( $62.45 ) ( $936.75 ) 11. 100 Six inch (6") thick concrete retainging wall Type I varying in Lin. Ft. height above grade from six inches (6") to three feet (Y), reinforced with 6" x 6" W 1.4 x W 1.4 welded wire mesh, including a twelve inch by six inch (12" x 6") footing below grade, including all necessary earthwork and subgrade pre- paration, installed complete, per lin. ft. Eight Dollars Seventy Cents SERVICES: and -Five ( $8.75 ) ( $875.00 ) rMATERIALS: Three Dollars and Eighty - Five Cents ( $3.85 ) ( $385.00 ) ` TOTAL: Twelve Dollars and Sixty Cents 12. 100 Six inch (6") thick concrete retainging wall Type 11 varying in Lin. Ft. height above grade from six inches (6") to three feet (3'), reinforced with 6" x 6" W 1.4 x W 1.4 welded wire mesh, including all necessary earthwork and subgrade preparation installed complete, per Iin. ft. SERVICES: Five Dollars and Sixty - Five Cents ( $5.65 ) MATERIALS: Two Dollars and Thirty Cents ( $2.30 ) TOTAL: Seven Dollars and Ninety -Five Cents ( $7.95 ) ( $565.00 ) r c?'in nn i r c745 nn I F ' ' Bid Proposal - A.D.A. Curb Ramps Page 4 Estimated Item Quantities rNo. & Units CV Total Unit Amount Description of Items Price Bid 13. 200 Concrete curb and gutter removal and replacement, including Lin. Ft. disposal and all necessary earthwork and subgrade preparation ° installed complete, per lin. ft. SERVICES: Eleven Dollars and Eighty Cents ( $11.80 ) MATERIALS: Three Dollars and Ninety Cents ( $3.90 ) TOTAL: Fifteen Dollars and Seventy Cents ( $15.70 ) 14. 30 Asphalt pavement repair in street, to consist of six inch (6") Sq. Yds. thick concrete base rienforced with 6" x 6" W 2.9 x w 2.9 welded wire mesh and one and one-half inc (1 1 /2") Type "C" hot mix asphaltic concrete, including all necessary earthwork and subgrade preparation, installed complete, per sq. yd. SERVICES: Twenty -Eight Dollars and Twenty -Five Cents ( $28.25 ) i MATERIALS: Twenty Dollars and Sixty Cents ( $20.60 ) r TOTAL: Forty -Eight Dollars and Eighty -Five Cents ( $48.85 ) L, 15. 15 Brick pavement repair in street, to consist of brick removal Sq. Yds. and replacement to surrounding grade on a concrete base and sand cushion, to include Portalnd cement in the joints, F. installed complete, per sq. yd. SERVICES: Fifty Dollars and Ten Cents MATERIALS: Thirty -Seven Dollars and Seventy - Five Cents TOTAL: Eighty -Seven Dollars and Eighty -Five Cents 4 16. 35 Remove, salvage and reinstall existing sprinkler unit, pop-up Each spray type, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system, complete in place, per each. ( $2,360.00 ) ( $780.00 ) ( $3,140.00 ) ( $847.50 ) r c�iAnn i r ci dot an I TSn 1 n 1 r C7S i an I $37.75 ) ( $566.25 ) $87.85 ) ( $1,317.75 ) SERVICES: Thirty -One Dollars and Fifteen Cents ( $31.15 ) r MATERIALS: Thirty -One Dollars and Five Cents ( $31.05 ) 9 TOTAL: Sixty Two -Dollars and Twenty Cents ( $62.20 ) r a1 non 175 ( $1,086.75 ) r e*7 177 nn I Bid Proposal - A.D.A. Curb Ramps Page 5 Estimated Item Quantities No. & Units Description of Items 17, 10 Remove, salvage and reinstall existing sprinkler unit, pop-up Each impact type, including trenching, backfilling and restoration of disturbed area, PVC irrigation piping and fittings, and connections to existing irrigation system, complete in place, ,r o per each. Total Unit Amount Price Bid SERVICES: Sixty -Two Dollars and Ten Cents ( $62.10 ) ( $621.00 ) MATERIALS: Sixty Two -Dollars and Twenty Cents ( $62.20 ) ( $622.00 ) TOTAL: One Hundred Twenty -Four Dollars and Thirty Cents ( $124.30 ) ( $1,243.00 ) 18. 35 Furnish and install new sprinkler unit to match existing, Each pop-up spray type, including trenching, backfilling and restoration of disturbed areas. PVC. irrigation piping and fittings, and connections to existing irrigation system, complete in place, per each. SERVICES: Thirty -One Dollars and Fifteen Cents ( $31.15 ) ( $1,090.25 ) MATERIALS: Thirty -One Dollars and Five Cents ( $31.05 ) ( $1,086.75 ) TOTAL: Sixty -Two Dollars and Twenty Cents ( $62.20 ) ( $2,177.00 ) 19. 10 Furnish and install new sprinkler unit to match existing, Each pop-up impact type, including trenching, backfilling and restoration of disturbed areas, PVC irrigation piping and fittings, and connections to existing irrigation system, complete in place, per each. r SERVICES: Sixty -Two Dollars and Ten Cents ( $62.10 ) l MATERIALS: Sixty -Two Dollars and Twenty Cents ( $62.20 ) TOTAL: One Hundred Twenty -Four Dollars and Thirty Cents ( $124.30 ) ( $621.00 ) r c611) nn I r ct Paz nn i F Bid Proposal - A.D.A. Curb Ramps r Page 6 Estimated Total Item Quantities Unit Amount No. & Units Description of Items Price Bid I 20. I Install and maintain vehicular and pedestrian traffic control Lump Sum plan as shown, per lump sum. SERVICES: Fifteen Thousand Nine Hundred Dollars ( $15,900.00 ) ( $15,900.00 ) MATERIALS: ( $0.00 ) ( $0.00 ) TOTAL: Fifteen Thousand Nine Hundred Dollars ( $15,900.00) ( $15,900.00 ) TOTAL SERVICES: S206,646.75 TOTAL MATERIALS: S56,877.25 TAL BID (Items 1 through 20): S263,524.00 0 Autho ' d Sigdature _ Larry Jamagin, Owner (Printed or Typed Name) F F I 7 COMMERCIAL INDEMNITY Insurance Company BID BOND BOND NUMBER BD28173 KNOW ALL MEN BY THESE PRESENTS: THAT JAR -CON JARNAGIN CONSTRUCTION CO., P.O. BOX 98128, LUBBOCK, TEXAS 79499 as Principal, and COMMERCIAL INDEMNITY INSURANCE COMPANY, as Surety, are held and firmly bound unto CITY OF LUBBOCK as Obligee, in the full and just sum of FIVE PERCENT (5%) OF THE AMOUNT BID lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for A.D.A. CURB RAMPS - VARIOUS LOCATIONS, BID #13526. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered APRIL 2. 1996. IN CONSTRUCTION CO. PRINCIPA By (SEAL) COM ERCIA EMNITY INSURANCE COMPANY By (SEAL) PAUL EROhl, ATTORNMEY4WFACT 7Commercial Indemnity Insurance Company BD P.O. Box 67 2 $ 7 3 OMMERCIAL Austin, Texas 79767 RNEMNITY INSURANCE IA. POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Commercial Indemnity Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas, having its principal office in Austin, Texas, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 12th day of May, 1994, to wit: "Resolved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney - In -Fact, such persons, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature or facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Commercial Indemnity Insurance Company does hereby make, constitute and appoint: JOHN W. SCHULER OR PAUL CAMERON State of Texas its true and lawful attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and its act and deed, as follows: The obligation of the Company shall not exceed one million ($1,000,000.00) Dollars. And to bind Commercial Indemnity Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the Commercial Indemnity InsuranceCompany, and allthe acts of said Attorneys) pursuantto the authority herein Cgiven, are hereby ratified and confirmed. IN WITNESS WHEREOF, the Commercial Indemnity Insurance Company has caused these presents to be signedby anyofficerofthe Company and its Corporate Seal to be hereto affixed. TV . SEAL State of Texas County of Travis UJohn W. Schuler, President On this 12th day of May, in the year 1994, before me Ann Bennett, a notary public, personally appeared John W. Schuler, personally known to me to be the person who executed the within instrument as President, on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. awN •ENNM NotAsr PUBLIC Slaft of osss '-tt- ' C aw'st"a"7 ` Commission Expires 8-6-97 r CERTIFICATE Ann Bennett, Notary Public I, the undersigned, Secretary of Commercial lademnity Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power l of Attorney and Certificate of Authority remains in full force and has not been revoked: l Signed and Sealed at the said Company at Austin, Texas dated this 2ND day of A'RIL , 19 96 TV SEAL Paull Cameron, Secretary r I 7 COMMERCIAL INDEMNITY Insurance CompanX (formerly Commercial Lloyd's Insurance Company) IMPORTANT NOTICE FTo obtain information or make a complaint: You may contact John Schuler, President of Operations, whose direct dial number is 612-444-7776. You may also fax us information at 612-440-0989. You may also call Commercial Indemnity Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-234-8046 7 You may also write to Commercial Indemnity Insurance Company: 1507 South IH-35, Austin, Texas 78741. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax 512-475-1771. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of condition of the attached document. F LIST OF SUBCONTRACTORS Minority Owned Yes No 1. 0 0 2. 0 ❑ 3. 0 ❑ 4. ❑ ❑ 5. 0 0 6. ❑ 0 7. ❑ 0 8. ❑ 0 9. ❑ ❑ 10. ❑ 0 r r PAYMENT BOND I FOND CHECK BEST RATING LICENSED IN TEXAS DATE------_�Y z --v to: 61 , i + - STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) BOND NO. BD 28296 KNOW ALL MEN BY THESE PRESENTS, that JARNAGIN CONSTRUCTION CO. (hereinafter called the Principal(s), as Principal(s), and COMMERCIAL INDEMNITY INSURANCE COMPANY (hereinafter 111,1A �s�sire h� y hound unto the City of Lubbock (hereinafter called the Obligee), in r-the amount of (S 263.524 . Mawfid 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 18Tij day of APRIL , 19 qro�to BID # 13526 - A.D.A. CURB RAMS s VARIOUS LOCATIONS PHASE 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 25TH day of APRIL 1996 . COMMERCIAL INDEMNITY INSURANCE COMPANY 7 Surety *By` (T �) JOM in(,-.- JSCHt.1LER l WTORNEY=IN-FACT JARNAGIN CONSTRUCTION COMPANY Principal (Title) (Title) By: (Title) In 7 The undersigned surety company represents that it is duty qualified to do business in Texas. End hereby designates DUB MODWIN an agent resident in Lubbock County to whom any requisite.notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. CDIvERCIAL INDIIW= INSURANCE COMPANY Surety► A A , JO W. SCHU;ER -` Approved as to form: RNEY-IM-FAC*t . y City of Lubbock � :;- ,, Atto ey • Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. . i r� (t r �rF j1 1, r ,u � P � 1 z Commercial Indemnity Insurance Company P.O. Box 67 C- OMMERCI LBD 2829 b Austin, Texas 78767 INDEMNITY Ii1SURANCE CLL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Commercial Indemnity Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas, having its principal office in Austin, Texas, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 12th day of May, 1994, to wit: I Resolved, that any officerof the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney- n-Fact, such persons, firms, or corporations as may be selected from time to time. Be It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature orfacsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature or facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Commercial Indemnity Insurance Company does hereby make, constitute and appoint: - JOHN W SCHULER OR PAUL CAMERON State of Texas its true and lawful attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and its act and deed, as follows: l The obligation of the Company shall not exceed one million ($1,000,000.00) Dollars. And to bind Commercial Indemnity Insurance Company thereby as fully and to the same extent as if such bond or uNdertaking was signed by the duly authorized officer of the Commercial Indemnity Insurance Company, and all the acts of said Attorney(s) pursuantto the authority herein are hereby ratified and confirmed,given, IN WITNESS WHEREOF, theCommercial Indemnity Insurance Company has caused these presents to be signed by anyofficeroftheCompany and its Corporate Seal to be hereto affixed. Ty I SEAL AJohnW.chuler, President State of Texas County of Travis • FOn this 12th day of May, in the year 1994, before me Ann Bennett, a notary public, personally appeared John W. Schuler, personally known 5that to me to be the person who executed the within instrument as President, on behalf of the Corporation therein named and acknowledged tome the Corporation executed it. MarurvANH eo+►rtrs ..k. MJ�.IC `' o�ieeTao�a: Commission Expires 8-6-97 Ann Bennett, Notary Public t 7 ERTMCATE - I, the undersigned, Secretary of Commercial Indemnity Insurance Company, DO HEREBY CERTIFY that the foregoing and attached Power rf Attorney and Certificate of Authority remains in full force and has not been revoked: 3igned and Sealed at the said Companyat Austin, Texas dated this 25TH day of APRIL a COMMERCIAL INDEMNITY Insurance Company (formerly Commercial Lloyd's Insurance Company) IMPORTANT NOTICE To obtain information or make a complaint: You may contact John Schuler, President of Operations, whose direct dial number is 512-444-7776. You may also fax us information at 512-440-0989. You may also call Commercial Indemnity Insurance Company's toll -free telephone number for r' information or to make a complaint at: 1-800-234-8046 You may also write to Commercial Indemnity Insurance Company 1507 South IH-35, Austin, Texas 78741. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax # 512-475-1771. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of condition of the attached document. F u PERFORMANCE Boren BOND CHECK BEST RATING LICENSED IN TEXAS DATE By STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 53.021 a OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) BOND NO. BD. 28296 JARNAGIN CONSTRUCTION KNOW ALL MEN BY THESE PRESENTS, that CO. (hereinafter called the Principal(s), as Principal(s), and CON CRCIAL INDEMNITY INSURANCE COMPANY (hereinafter � s),RA"j re ��as=—( ouad unto the City of Lubbock (hereinafter called the Obligee), in the amount of �n ur mmfl�n �.,�,� Tn f ntn 5263, 524.06lawful money of the United States for the payment whereof; the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the j$Zday of APRIL , 19-96to BID # 13526 — A.D.A. CURB RAMPS — VARIOUS LOCATIONS PHASE III. 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. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 255My of APRIL , 19 96. NDINSURN COMPANY JARNAGTN CONSTRUCTTON CnMPANv Surety Principal By By. itle . JOHDI -;L & SCHUIM ) `S TG EY—IN—FACT BY. - = (Title) By. (Title) = The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates DUB (mruTranagent resident. in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. CONIMERC IAL INDEMNITY INSURANCE COMPAN` Surety , A I *By-� i e) w Approved as to Form W. SCHULER - ORNEY-IPi=FAC'� Ci bock v may+- B '- i 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. i rl� CERTIFICATE OF INSURANCE 05/01/1996 15:09 806-7840188 EMP GEN INS-LUBBOCK PAGE 02 t Mhvi/itm. . - �, '�.�mayy,,.. EMPLOYERS GENERAL INSURANCE GROUP. INC. I iKINGSGATE CENTER OFFICE BLDG t 14010 62ND STREET, SUITE 240 I LU83= TX 79423 umumm JARNAGIN CONSTRUCTION COMPANY P. 0. BOX 98128 LUBBOCK, TEXAS 79499 RASA RIGHTS COMPANY A OLD REPUBLIC INSURANCE COMPANY COMPANY 13 OLD REPUBLIC LLOYDS OF TEXAS CCWANY C COMPANY D DATE MT+ =fM OR THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWM48TANDING ANY REOUIREMENr, TERM OR CONOMN OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CEAnFICATE MAY 8E IBSUEO OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDIlMONG OF SUCH POLICIES. UMFTS SHOWN MAY HAVE BEEN REDUCED 6Y PAID CIJU 7-TYTd cw wisuT1AMCE P ucy r/mw FOUCY & ICTNE FOUCY I7itMRA wtt Q4UM r1M OAT[ OMMMWM anuLAL UAmnY B X COMMEl�1LQm&v..LwwjTY AM MAW � CLAM CCCUTI **TCP-4462463 01-02-96 01-02-97 «, OVYryM a CONTRACTO" PROT ►NmQ?r� X ALL OYMNEDN= **BAA-1462661 01-02-96 01-02-97 AUTM AM NAaAftY NY AAUTO 1 4 11MBAMJA FORM OTHER THAN UMSFRLA FoFN WOrd(J • CWP9"AT14M MO A EIMLOYERE,LLANKM * WC-1462660 01-02-96 01-02-97 VIE PROPRIETm R f4m oRrlcm ARE: E7= oTHEn A OWNERS & CONTRACTOR*OCP-1462893 01-02-96 01-02-97 r PROTECTIVE I AVID -ONLY.. POLICIES ARE ENDORSED TO PROVID AIVER OF SUBROGATION A**ADDITIONAL INSURED IN FAVOR OF THE CERTIFICATE HOLDER IF THERE IS A WRITTEN CONTRACT BETWEEN ,"IMWJU"MOPOPMATKNWLMATwmwvvmxvw&Pgc$ALffu"THE ABOVE INSURED AND THE CERTIFICATE HOLDER REQUIRING THE ABOVE. c JOB REF: 13526 r .. CITY OF LUBBOCK ,.. P. 0. BOX 2000 LUBBOCK, TEXAS 79457 Off Y Of THE ABOVE DEl� AMW FOLIMU U CANCILLED •EFOM T>aE E MPATMMN CATS "WWC . " 9"WMa COMPANY MILL t=UVC 11 t0 UOUL 10 DAYf M1NTT=JI MOTK.0 TO TM!' C MTWl"?E HOLM KWIC TO iNc LEfT, ltUT FAE.UM TO WILL" 00=9 •HALL INNU MO C&LIOArI M ON UAMUTY SHELLY . . \ ...:- ::.. � .. :. .: {�- .. ... - :/•. .. ?: �. � :.. .�:hy:•: r.;>;:�icif-': .s.: { :-xk:;:':•:�#%?;:i:ir:�.:c;�:? DATE /MM/OD�.y�/� :rh••: }'.l:•: f}:4`n .{{yam}:i~:=i}{-}:43r 4$Sr~.r{4:•iiy • r . ,! r v: ., \.......{v .... rrY.:Y.::: - .ar.. ...A•:i•:;.•{.. v:. r:YY:yF::•}}:,+:•,n,• .::£ ':: .. .'y:4.{:., . ........... ,. fir....... .....:: --.. f:.v ................. ............ ...:.:a>x�:z:�:.<:{.f• ,•. •..:............:•>• •:...... 4..:.••:... c:.r:.r..:..r....n......s:.<}>::s:}�.:.�..,.r.•s.z•::3E;;::<:<i:.....,.:.;.?,.r.,::,..,..:.:r:>.rF:.:r....s.. ..� 4 ..,.#r.nzz.>,..... ,::..,:..:?{,.:,. 3:.�..<>..s...z...y.,..:..::.,:..an,..n.n:,x�� .....- ....... .. ,...........{..r..:.:�r....,.;al....::::.:::,..... /26/96 €_ RODUCER EMPLOYERS GENERAL INSURANCE GROUP, INC. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION KINGSGATE CENTER OFFICE BLDG f 4010 82ND STREET, SUITE 240 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. +I� LUBBOCK TX 79423 COMPANIES AFFORDING COVERAGE COMPANY OLD REPUBLIC INSURANCE COMPANY A INSURED JARNAGIN CONSTRUCTION.COMPANY COMPANY OLD REPUBLIC LLOYDS OF TEXAS P. 0. BOX 98128 B COMPANY LUBBOCK TX 79499 C COMPANY ' D :::::. •:;...:. .-:KK:::.,.-..:�::��::.+.:��:::^yy:�::7.�.....i...:-:.:::..:.:v:... }.:..{..f..:.'.•:.{.:.....v:..�. ..n...•....v{r :...y..f....'....:...v...vv.. .n'.....vF.. .•FF{.F. .. .f(:Y:n.. .................:........v..r.........{......�v........v....r...... ..v.n.>.v} :nzn..•kv:rn••.r.:............. . r...n..�. v. .•::::::: v,v.:4.. n... ..>..:.v....:,.. ...j..r...... ,..v,..,�.t•....... ..,+{....., :.i:..v.;.4:}......v.C.:�nn:...•..•..v.:,:.:::.:.::•:;•:.r...:.:{...:.:..i:..�...•:{..x.}.:.}...:.{.•........�......r.:•.:.t:.•rYv.::.:::..:::.{:•:.v.i:.:.::.:..::..:...::vr.v •.::.:}:.:::.:.::.n::.:.v.;:...:v:....::v::..::?.:•:ni.:.:..nvv..::i..:{.: :?F:w...:...:.:F:..•.:..:..,,.:?..:..:.:.rr:...:v.....v:.:.:. ..:.:: rrn::.u.:::::.:.,r/...f.:..::.::::.: ..........?.:nv;.... .. :. r:::::::. �::.,.::::.::.>}:.}}:.rY}:.}Y}:;� f:.r:.:>}:.:f ?s•}::f}}: }:.»:.Y:>rrr:.Y:.s>:.: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOA THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY RECUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LCO TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE DATE (MMIDDNY) POLICY EXPIRATION DATE (MMIDONY) LIMITS B GENERAL LIABILITY GENERALAGGRE-GATE s 2,000,000 X PRODUCTS - COMPIOP AGG s 2,000,000 COMMERCIAL GENERAL LIABILITY 1 , CLAMS MADE ❑X OCCUR TCP-4462463 - 1 /02/96 1 /02/97 PERSONAL E ADV INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 OWNER'S S CONTRACTORS PROT FIRE DAMAGE (Any one fire) $ 50,000 MED E XP (Any one person) $ 5,000 A AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per $ l ALL OWNED AUTOS SCHEDULEDAUTOS BAA-1462661 1/02/96 1/02/97 X BODILY INJURY (Per eccldenq $ f HIRED AUTOS NON-OMED AUTOS X PROPERTY DAMAGE _ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT : ANY AUTO OTHER THAN AUTO ONLY: >::;'.,:{,,<.:fr:{;.:;.;:.f;::::?;F,.ti:%i::::';:::;:; EACH ACCIDENT s AGGREGATE s EXCESS LUIBII ITY EACH OCCURRENCE s AGGREGATE f UMBRELLA FORM $ OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND X I STATUTORY UMITS EMPLOYERS'LIABILITY WC-1462660 1 /02/96 1 /02/97 EACH ACCIDENT s 500,000 THE PROPRIETOR! IN CL PARTNERS/EXECUTNE R DISEASE • POLICY UMIT s 500,000 DISEASE •EACH EMPLOYEE f 500,000 OFFICERS ARE: EKCL OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS Job Ref: A.D.A. Curb Ramps — Various Locations Phase III, Bid #13526. r ....:..:. ;.;,,.:.::::.:. �:. �.;:,>•:: n, {::::::::.... r:r •rirr:.;: �• }::: r •rr•r}r:i{.}i}Y:' •:.: �:..........:.;••r>:.; .......; ..}}}}': },}> �.:;;r:.;; ...........,..: C �+ T� i �t• F{ } t' � } $'• i J {F t J •}. �+�. t��A r. F.. }... r. r. n... ..r/..•.r pp rn•{... iiiRfi. :1.RhY.!A�lE;4:y .0.••.,-J:Gf`•r:$?:na •n•�o-}•}••x n. ...•:. ... .., :•:,., {... .,{... ...,.:....,:...n........:.,•.:•::r....-:..fi:.k,..?:::t.....rr.,,•.,.xir,t•.?:..,•:..:,.,.4y:}r:i:...,:.r:rr..ts5.h.v:.:.....Jr.t4ww:u:�....sit..::l;:•i.:<:;+`r.'r;!�'„fir::.,•..n4:>.?..,....xf:.:�•4�:r.:.:.4r:x.:�l/,�.,.3�4r..3s•.:.•..n4S.::.w::::r •.:::.....}•.. �. �:::.:. �. �: •:::.r:..:.; };;;, . r ... r ..... � .........,. J:/ : F J % JSr •r9;r. y}F:.{ .::$::: .:: },r,. . :.4. $...M '.rvvfY.ir:.•'.:':?•......4:::4 :•}:bJf<+<�::yitfY??f'ff �w�., Cri.f.. ''.':F•41R{Tt r...... f.. ..r::. r....:.. .r.. r.. }::•:. v.-...;f.:n...r•.•;..y.;:n{:tY�'•-»:::Y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOR DATE THEREOF, THE 1183=13 COMPANY WILL [NDEAVOR TO MAUL CITY OF LUBBOCK _10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, P.O. BOX 2000 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE No OBLIGATION OR LIABILITY I LUBBOCK, TX 79457 OF jov KIND UPON THE COMIPAja#lTS AGENTS OR REPRESENTATIVES. ` r f. .�':•:•`}'i::vlggsvvij::+•'.•'"�Y-.{.Y1rJ:v+hr{ir?•�:..{'^"?.• rim•.•.:: •y r •}'•�: �f'� . {T:;::?} .v. riJ•+.?f�:F'+:?H?'9���t ,�/J•�.gNF •*��//.��yy�,1,iy{!� ``y�'yyY� �y / .. r.:t •..f.. r : fJ. • •j. ..:.!f b:N +•#>}}::,}.: ::•?••.v-::. ..>•?•:- ? fv, 4.., ., nfir,:: rnvf. �`Nvi.Vf.7 'h:Cwi'•.'.7'=:� .. f:?a:ry f: v• •:'i ..4{.........._1"_:.. •r: ::J .:.. .. r r..r ii.':•{f `•'fi.'fY'/...: •Y J Y:}'�'.:r r./F:'}f,� •• 1r'Ji /.r •''iJ:.f Y: .n.. ..�si.7,.yii AUTH Eva • 1 low �^:�;{Y!}., ,,Y i �N.y�+!rrt , ,- � . . ::: :: :.:..}�;±'r•J :-'•. ``� {{��' �.•:.•�'. y�{,. {py�,, r:Ff. •+' +'1(+, . y y- ++. DAVID SnIBBI.F.FI Wt003/003 f L. CTTV OF LUBBOCK MU ANCE XWLI RF.IMUff A.I MAV1T To Be C4*VWg4 by Apprapd= hmranm AgewMrolmr PAw to Award of Cootract 1 1, the und=ignW AS=Wgroker, certify dwl the insurance soquirc =nU ca tdW is this bid &mTn t brave boon mvwwed by eze with the bdoW Wmdfiod Cm&adw. Ifthe below WtnU ad Candracior is avurded this coact by the City of r Lubbock. I Grill be able to. YAMin tan (10) days afro bding notifiod of such sward by coafteor, faruish A valid auumAce • certificate to the City meeting aU of the r+egttirtxrAoi Aegned iu this biOroposal. DAViD S,TUEEL,EFIEt.D _. t 7 is urea AS= ahivt) Name of AgmVBroker. EMPLOYERS GE�F_RAIy. IN§UitAN, CE GROUP Address ofAgaat/Broker: 4010 82ND STREET p240 City/StJGp;�,URBOCK. TEXAS ,Z,Qb2_ r - A8eWJBrokerTeUpbweN. ( 806 ) 784-0181 E _ Date: fl6 Z 9- 6 �" CONTV-kCMR'S NAME: LARRY JARNAGIN CONSTRUCTION COMPANY/JAR-CON _ (Print or Type ) r CONTRACTOR'S ADDRESS: Y. 0. BOX 98128 _ MOCK. T XA_S 79499 _ ?dOTE TO AGRMIMOXM Iftbis time requhvmat to not Brat, the City 6sr the right to rded this bid/pcopasd and awvd the contract to mother cmbiw or. Thar irate mW que:tlesa conceraling den rsquirem mts. plmc contact the Purchasing i Maswor for dre City of abbock of (MW67.216S. BID M13526 - A.D.A CURB RAMPS - VAMOUS LOCATIONS PHASE III F 04/29/96 14:32 TX/RX NO.0997 P.002 l 0 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 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 l 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 1 to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at S IV440- 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 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 (I) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (ID, with the certificate of coverage to be provided to the person for whom they are providing services. ❑ c_ � L�_ r._._: �__: �:_..._ L__n. t�_- [�_ _ c �__: �__ [r__ L_.�. tom. L�. LJ cam- L...� [.___. F t. CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 18th day of Aan1.1996. by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and JARNAGIN CONSTRUCTION COMPANY of the City of Labbock. County of Lubbock, and the State of Texa& 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 # 13526 - A.D.A CURB RAMPS - VARIOUS LOCATIONS PHASE III - $263,524.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account r thereof as provided thercin. w IN WITNESS WHEREOF, the parties to these presents have year and day first above written. r t ST: c i APPR05XfAS TO CO r I er s Rep e WAP OVER AS FO r 'A A A--t A i orney ATTEST: r Corporate Secretary 1 agreement in Lubbock, Lubbock County, Texas in the (OWNER) YOR ,-9.rs:: yT 1&! n COMPLETE ADDRESS: Jarnagin Construction Company P.O. Box 98128 Lubbock, Texas 79499 r i r 1 r, CONTRACT STATE OF TEXAS # COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this day of , 1996, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R.Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and of the City of . County of , and the State of , hereinafter termed CONTRACTOR r f 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 r* agrees with OWNER to commence and complete the construction of certain improvements descnbed as follows: BID # 13526 - A.D.A CURB RAMPS - VARIOUS LOCATIONS PHASE III w 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 r" 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 �.. i to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the r^ P year and day first above written. ATTEST: CITY OF LUBBOCK, TEXAS (OWNER) By: Secretary MAYOR APPROVED AS TO CONTENT: CONTRACTOR Owner's Representative APPROVED AS TO FORM: By: City Attorney i PRINTED NAME: ATTEST: TITLE: COMPLETE ADDRESS: Corporate Secretary Company: r„ Address: City, State, Zip: GENERAL COMMONS OF THE AGREEMENT F I F GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or the expression Party of the Fust Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. Z. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to-wit:dARNAGIN CONSTRUMON COMPANY, who has agreed to perform the work embraced in this contract, or to his or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used m this contract, it shall be understood as referring to, City of Lubbock, under whose supervision these contract documents, including plans and specifications, were prepared, and LARRY HERTEL, CITY ENGINEER who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATTON OF PHRASES Whenever the words "Directed," "Permitted," *Designated," "Required," "Considered Necessary," "Prescribed," or words of Eke import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duty served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power. fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this r' requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or �-+ removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's !` Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all uses, determine the amounts and quantities of the several lands of work which are to be paid for under this contrail. He shall determine all questions in relation to said work and the construction thereof, and shall, in all rases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate 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 will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. r 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT f 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. r The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION 21. 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. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor �- shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be ` contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to 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 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 r 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the �. requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. r i 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 this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof; or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after 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 this contract.. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof; either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The k r 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 Coriiractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be �.. incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the 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 r 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 he should receive compensation or an adjustment in the construction time, he shall 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). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS r It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, r he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is C received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. PM 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT N 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 his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC L 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, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons f k or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 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) 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. 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 prior to contract execution. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 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 Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (10(010 of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $500.000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000. 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- 94), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractoes/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded rthe contract F 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. S. The contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that 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, 704 r r i (1) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. ` (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) if policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service relarted to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive Information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's 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 language in subsection (e) r. (3) of this rule; (iv) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (v) Main 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 l (2) prior to the end of the coverage period, a new certificate of coverage showing l 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 (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALM EN AND FURNISHERS OF MACHINERY. EOUBWENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, w power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. !� Any and all communications between any party under this paragraph must be in writing. F 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or 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 harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. TUAE FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further. mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taldng into consideration the average climatic change 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 of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from cement periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. I 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 r several parts of the work and estimated dates of completion of the several parts. ! 36. EXTENSION OF TIME The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this r. project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days slier receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then consider such written request and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by ;such stoppage shall be paid by Owner to Contractor. 38. QUANTIMS AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid PON 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 r. estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be B 7 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work 40. PRICE FOR WORK In consideration of the famishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for famishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 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. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less S% of the amount thereof, which S% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said r r time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. 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. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullity the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of. (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. TDAE OF FILING CLAIMS 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) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, 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, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety 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 r Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be f held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale .. may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 53. LASSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative C 7 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. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. _ r 7 CURRENT WAGE DETERWNAnONS Resolution 72502 r ? January 8, 1987 Agenda Item #18 DGV:da RESOLUTION I •. { WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or j mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. Ranett6,—Boyd, City Secretary r APPR1OVEDi 0" ONTENT: Bi PAyne, D rector of Building Services ,604-4 B.C. McMINN, MANY/OR APPROVED AS TO FORM: Do ld G. Vandiver, First Assistant City Attorney r EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 Carpenter -Helper 5.50 Cement Finisher 7.35 Drywall Hanger 8.70 Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 Glazier 7.50 Insulator, Piping/Boiler 9.50 Insulator -Helper 5.00 Iron Worker 7.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder - Certified 8.00 7 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates r, Craft Asphalt Heaterman Asphalt Shoveler r Concrete Finisher E Concrete Finisher -Helper Electrician �- Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility r. Mechanic Mechanic -Helper r L; POWER EQUIPMENT_ OPERATORS Asphalt Paving Machine Bulldozer ` Concrete Paving Machinist Fl„ Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator r Roller Scraper Tractor Truck Driver - i Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 r t; EXHIBIT C Electric Construction Trades I Prevailing Wage Rates ., Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 ., Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates �., Overtime Rate a t The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. r EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate _ The rate for weekend and holiday is 1 1/2 times base rate. r e SPECIFICATIONS r PON r r CITY OF LUBBOCK STREET/DRAINAGE ENGINEERING DEPT. A.D.A. CURB RAMPS - VARIOUS LOCATIONS (PHASE # 3) PROJECT # 9923 Z/e/ 9( 0 EXISTING IMPROVEMENTS BEHIND CURB AND GUTTER AT PROPOSED LOCATIONS ft LOCATION i LOCATION NUMBER ! PRIMARY SECONDARY CORNER -IMPROVEMENT (LOC) I STREET i _ STREET _ NORTHEAST NORTHWEST SOUTHEAST_ _ SOUTHWEST _ _ i I 34TI1 ST. BOSTON AVE:. CONC.WALK CONC. WALK DIRT DIRT I 2 I 34TH ST. GARY AVE. CONC. WALK CONC. WALK CONC- WALK CONC. WALK 3 341'11 ST. INDIANA AVE. N/A N/A N/A N/A LOC 3 - TX DOT PROJECT 4 34TI1 ST. JOLIET AVE. CONC. WALK CONC. WALK CONC. WALK CONC. WALK 5 34TH ST. KNOXVILLE AVE. CONC. WALK I CONC. WALK CONC. WALK CONC. WALK 6 34TH ST. LOUISVILLE AVE. CONC. WALK 4 CONC. WALK CONC. WALK CONC. WALK 7 34TH ST. m[E.MPI I I S AVE. CONC. WALK CONC. WALK CONC. WALK CONC. WALK R I 34TH ST. NASI IVII.LE AVE. CONC. WALK CONC. WALK I CONC. WALK CONC. WALK 9 1 34Ti 1 ST. OXFORD AVE. CONC. WALK CONC. WALK N/A N/A 10 341'11 ST. ORLANDO AVE- N/A N/A I CONC. WALK CONC WALK 11 I 34111 ST. PEORIA AVE. CONC. WALK CONC. WALK I N/A N/A 12 34'1'll ST. QUAKER AVE. NEW STYLE RAMP NEW STYLE. RAMP NEW STYLE RAMP Ni?W STYLI' RAMP 13 341.11 ST. RALFIGI I AVF. N/A N/A CONC. WALK CONC. WALK 14 34.111 ST. SALEM AVE.. CONC. WALK CONC. WALK CONC. WALK CONC. WALK i 15 34111 ST. SALISBURY AVE. CONC. WALK CONC. WALK N/A N/A I6 34TH ST. UTICA AVE. N/A N/A DIRT CONC. WALK j 17 34TH ST. VICKSBURG AVE. CONC. WALK HOT MIX ASPIL CONC. I CONC. WALK CONC. WALK i 18 34TH ST. 29TI1. DR. HOT MIX ASPII. CONC. GRAVEL I LOC IS - CONSTRUCT SEVEN RAMPS 19 34TI1 ST. WAYNE AVE. N/A N/A CONC. WALK CONC. WALK AT LOCATIONS SHOWN IN BID 1300K 20 I 34TH ST. YORK AVF,. N/A N/A CONC. WALK CONC. WALK 21 34111 ST, SLIDE RD. CONC, WALK HOT MIX ASPH. CONC. LOC 21 - CONSTRUCT ONE RAMP 22 34TI1. ST. (S) SLIDE RD. CONC. WALK DIRT CONC. WALK CONC. WALK ON EAST SIDE 23 ( 34711 ST. FRANKFORD AVE. DIRT CONC. WALK CONC. WALK CONC. WALK 24 50TR ST. M. L. KING BLVD. DIRT DIRT DIRT CONC. WALK 25 50TI1 ST. OAK AVE, N/A N/A HOT MIX ASPH. CONC. 26 50TH ST. LOCUST AVE. DIRT I IOT MIX ASPI L CONC. N/A N/A 27 50TII ST. AVE. D CONC. WALK CONC. WALK CONC. WALK CONC. WALK 29 50TH ST. AVE. G CONC. WALK DIRT DIRT DIRT 29 50TII ST. AVF,. J N/A N/A CONC. WALK CONC. WALK I 30 50TH ST, AVE. L CONC. WALK CONC. WALK CONC. WALK CONC. WALK 31 50TH ST. AVE. N CONC. WALK CONC. WALK 32 50TI I ST. AVE. P CONC. WALK CONC. WALK CONC. WALK CONC. WALK 33 50TH ST. AVE. S CONC. WALK CONC, WALK N/A N/A 34 50TII ST. AVE. T CONC. WALK CONC. WALK CONC. WALK CONC. WALK 35 50TI1 ST. AVE. U CONC. WALK CONC. WALK CONC. WALK DIRT 36 50111 ST. AVE. W CONC. WALK CONC. WALK CONC. WALK CONC. WALK 37 ( 50111 ST. AKRON AVE. CONC. WALK CONC. WALK N/A N/A 38 50111 ST, I BOSTON AVE, NEW STYLF RAMP NEW STYLI' RAMP NI_.W STYLE RAMP NE-W S I YI E RAMP 39 50TH ST. I CANTON AVE. I CONC. WALK CONC. WALK L 1 N/A N/A l__._ _40 501H ST___ _- .J DETROIT AVE._ -.1. -. _. CONC. WALK. _ - _ NEW STYLE RAMP N/A_ _ ._ -___ ._ _ _ _ N/A-- LOCATION NUMBER (LOC) 41 42 43 44 I 45 46 j 47 i 48 50 51 52 53 54 55 56 I i 57 58 59 i 60 61 f 62 I 63 64 65 66 67 68 69 70 I 71 72 73 74 75 76 77 78 79 80 PRIMARY STREET 501'11 ST. 5oT11 ST, 50'fl1 ST. 50111 ST. 50111 ST. 50Ti 1 ST. 50111 ST. 50111 ST. 50111 ST. 50111 ST, 5611 I ST. 50T11 ST. 50T11 ST. 50111 ST. 51 ST ST. 56TI1 ST. 5GI11 ST. 58111 ST. 58TI I ST. 60111 ST. 66111 ST. 06111 ST. 66"IH ST. 66TIi ST. 66T11 ST. 68111 ST. 69T11 ST. 7I ST ST. 71 ST ST, 72ND ST. 73RD ST. 73RD ST. 74111 ST. 74TH ST. 79TH ST. 79111 ST. 79'ri I S1'. 81 ST ST, 82ND ST. 82ND ST.__._ SECONDARY STREET ELGIN AVE FLINT AVE. GARY AVE. INDIANA A VE JOLIET AVE, KNOXVILLIE AVE KENOSHA AVIE. MEMPHIS AVE. ORLANDO AVE RALF1611 AV);. SALIEM AVE. UTICA AVE. WAYNE AVE. 13ANWR AVE. 13ANWR AVE. 13ANGOR AVE CHICAGO AVI, 13ANGOR AVE. CHICAGO AVE. P AVE. U UNIVERSITY AVE. ELGIN AVE. INDIANA AVE. FRANKFORD AVE. ABERDEEN AVE. WAYNE AVE. SALEM AVE. UTICA AVE. UTICA AVE. WAYNE AVE. UTICA AVL. QUAKER AVE. UTICA AVE. ABBEVILLE AVE. ABI?RDEEN AVE. ALBANY AVE. BOSTON AWL UNIVERSITY AVE. BOSTON AVE. NORTHEAST CONC. WALK CONC. WALK CONC. WALK N/A N/A CONC. WALK N/A CONC. WALK N/A N/A CONC. WALK NIEW STYLE, RAMP CONC. WALK N/A CONC. WALK N/A CONC. WALK CONC. WALK CONC. WALK CONC. WALK DIRT CONC. WALK CONC. WALK CONC. WALK DIRT CONC. WALK NEW S'IYIJ-,. RAMP CONC. WALK CONC. WALK CONC. WALK CONC. WALK N/A CONC. WALK N/A N/A CONC. WALK DIRT DIRT CONC. WALK NORTHWEST _ NEW STYI.Ii RAMP CONC, WALK CONC. WALK N/A N/A CONC. WALK N/A CONC. WALK N/A N/A CONC. WALK NEW STYLE RAMP CONC. WALK CONC. WALK N/A CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK N/A N/A N/A CONC. WALK DIRT DIRT CONC. WALK LOCATION CORNER -IMPROVEMENT SOUTHEAST NEW STYLE RAMP N/A CONC. WALK N/A CONC. WALK CONC. WALK DIRT CONC. WALK CONC. WALK CONC. WALK CONC. WALK NEW STYLE RAMP CONC. WALK CONC. WALK CONC. WALK N/A CONC. WALK DIRT N/A I io,r MIX ASPI'1. CONC. CONC. WALK CONC. WALK CONC. WALK DIRT N/A N/A N/A N/A CONC. WALK CONC. WALK CONC. WALK N/A CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK CONC. WALK N/A SOUTHWEST REMARKS NEW STYLE RAMP N/A LOC 42 - ADD WALK ON NW CORNER CONC. WALK N/A LOC 44 - TX DOT PROJECT CONC. WALK GRASS LOC 46 - RL'CONSTRUCT NE RADIUS CONC. WALK AND FILLED CONC. WALK CONC. WALK 1 CONC. WALK CONC. WALK NEW STYLE•. RAMP I IOT MIX ASPI1. CONC. CONC. WALK N/A CONC. WALK CONC. WALK N/A N/A CONC. WALK CONC. WALK N/A CONC. WALK CONC. WALK CONC. WALK N/A N/A I N/A CONC. WALK CONC. WALK GRASS CONC. WALK CONC. WALK N/A CONC. WALK CONC. WALK CONC. WALK CONC, WALK CONC. WALK 1---. -_. __N/A . __ _. _._ !LOCATION! NUMBER PRIMARY SECONDARY (LOC) STREET STREET NORTHEAST NORTHWEST 81 ! 82ND ST. ELGIN AVE. CONC. WALK CONC. WALK 82 82ND ST. FREEMONT AVE. CONC. WALK CONC, WALK 83 82ND ST. GARY AVE. CONC. WALK CONC. WALK 84 82ND ST. I IARTFORD AVE. N/A N/A 85 82ND ST. IIIIDSON AVE. N/A N/A 8(, 82ND ST. INDIANA AVE:. DIRT CONC, WAI•K 87 82ND ST. ITIIACA AVE N/A N/A 88 82ND ST'. INDIANA DR. CONC. WALK CONC. WALK 89 82ND ST. LYNNIIAVEN AVE. CONC. WALK CONC, WICK 9U 82ND ST. NASI IVI1.1,F AVE, N/A N/A 91 82ND ST. ORI.ANDO AVI;. GRASS GRASS I 92 82ND ST. LOUISVII.LE AVE. CONC, WALK CONC. WALK 93 82ND ST. NEMPIIIS AVE. CONC. WICK DIRT 94 ! 82ND ST. QUAKER AVE. CONC. WALK OLD STYLE RAMP 95 82ND ST. SALFM AVE. N/A N/A 96 82ND ST, RAI.EIGII AVE. N/A N/A 97 82ND ST. UTICA AVE. CONC. WALK CONC. WALK 98 82ND ST. VICKSBURG AVE. CONC. WALK CONC. WALK 99 82ND ST. VINI'ON AVE. CONC. WALK CONC. WALK 100 82ND ST. WINSTON AVE. CONC. WALK DIRT 101 82ND ST. YORK AVE. E OLI ! IO2 82ND ST. A13BI'-VII,LE AVE. CONC. WAIX CONC. P _..-_82ND ST,____--- ABERDG AVE. ---_CONEC. WAK -_- -_-CONC.WAI.ICK LOCATION ! CORNER -IMPROVEMENT SOUTHEAST SOUTHWEST REMARKS N/A N/A CONC. WALK CONC. WALK LOC 82 - CONSTRUCT 4 RAMPS N/A N/A AT TIQi DRAIN, I RANI' AT THI? CONC. WALK CONC. WALK SCI1001. CROSSING ON THE CONC. WICK CONC. WALK NORTI I SIDE, CONSTRUCT 2 RAMPS CONC. WICK CONC, WALK ON TIIE SOUTH SIDE CONC. WALK CONC. WALK LOC 85 - RECONSTRUCT SE RADII IS NIA N/A AND FILLET N/A N/A I CONCWALK DIRT N/A N/A N/A N/A CONC. WICK I CONC. WALK CONC. WALK CONC. WALK I.00 94 - RECONSTRUCTSAWTOOT'II N/A CONC. WALK (CURB AS NEFDFI) AT SF. DIRT CONC. WALK RADIUS NIA N/A I N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A DIRT nIR-� --- -- - - LOCATION ALLEY -IMPROVEMENT NUMBER STREET ALLEY NORTH SIDE SOUTH SIDE _ WEST END ^EAST END WEST END EAST END (LOP (LOGS (LOP REMARKS 34TH ST. APPROX. 120' EAST OF BANGOR AVE. CONC. WALK CONC. WALK CONC. WALK CONC. WALK 2 34TH ST. BANGOR AVE. - BELMONT AVE. N/A N/A CONC. WALK CONC. WALK 3 34TH ST. APPROX 120' WEST OF BELMONT AVE. N/A N/A CONC. WALK CONC. WALK 4 50TH ST. APPROX. 300' WEST OF UTICA AVE. CONC. WALK CONC. WALK N/A N/A 5 501I1 ST. APPROX 600' EAST OF QUAKER AVE. N/A N/A DIRT CONC. WALK 6 50TH ST. APPROX. 200' WEST OF KF.NOSHA AVE.. N/A N/A CONC. WALK CONC. WALK 7 50TH ST. APPROX. 300'WEST OF INDIANA AVE. CONC. WALK CONC. WALK N/A N/A 8 50T l ST. DETROIT AVE. - ELGIN AVE. CONC. WALK CONC. WALK N/A N/A 9 50TH ST. DETROIT AVE. - CANTON AVE. CONC. WALK CONC. WALK N/A N/A 10 50TH ST. APPROX 160' FAST OF CANTON AVE. CONC. WALK CONC. WALK N/A N/A 11 50TH ST. APPROX. 170' WEST OF BOSTON AVE. CONC. WALK CONC. WALK N/A N/A 12 50TH ST. APPROX. 300' WEST OF AVE. Q CONC. WALK DIRT N/A N/A 13 50TH ST. APPROX. 350' WEST OF AVE. 1, N/A N/A DIRT EXPOSED AGGREGATE 14 50TH ST. AT AVE. J CONC. WALK N/A N/A N/A 15 50TH ST. APPROX 170' WEST OF AVE. O N/A N/A CONC. WALKS DIRT 16 73RD ST. WAYNE AVE. - WINSTON AVE. CONC. WALK DIRT N/A N/A 17 79TH ST. ABBEVILLE AVE. - ABERDEEN AVE. DIRT N/A N/A N/A 18 79TH ST. ABERDEEN AVE. - AL 3ANY AVE. CONC. WALK CONC. WALK N/A N/A 19 82ND ST. AT ELGIN AVE. N/A N/A DIRT DIRT 20 82ND ST. ELGIN AVE. - ELKRIDGE AVE. DIRT DIRT N/A N/A 21 82ND ST. APPROX. 300' WEST OF ELGIN AVE. N/A N/A DIRT DIRT 22 82ND ST. APPROX 500' WEST OF ELGIN AVE. DIRT DIRT N/A N/A 23 82ND ST. APPROX. 150 WEST OF FREEMONT AVE. CONC. WALK DIRT N/A N/A 24 82ND ST. APPROX. 150' WEST OF FREEMONT AVE. N/A N/A DIRT CONC. WALK 25 82ND ST. APPROX 150' EAST OF GARY AVE. CONC. WALK DIRT N/A N/A 26 82ND ST. APPROX 150' EAST OF GARY AVE. N/A N/A DIRT DIRT 27 82ND ST. APPROX 159 WEST OF GARY AVE. DIRT DIRT N/A N/A 28 82ND ST. APPROX 150' WEST OF GENEVA AVE. CONC. WALK DIRT N/A N/A 29 82ND ST. APPROX. 150' WEST OF HARTFORD AVE. EXPOSED AGGREGATE DIRT N/A N/A 30 82ND ST. APPROX. 150' WFST OF HARTFORD AVE. N/A N/A CONC, WALK CONC. WALK 31 82ND ST. WEST OF ITHACA AVE. DIRT CONC. WALK N/A N/A 32 82ND ST. WEST OF 1NDIANA AVE. CONC. WICK___t CONC. WALK DIRT DIRT LOCATION ALLEY_ - IMPROVEMENT NUMBER STREET _ _ _ ALLEY _ NORTH SIDE _ SOUTH SIDE _ WEST END EAST END WEST END EAST END (LOC) (LOCH (LOC) REMARKS 33 82ND ST. WEST OF JOLIET AVE. CONC. WALK CONC. WALK DIRT DIRT 34 82ND ST. WEST OF KNOXVILLE AVE. CONC. WALK CONC. WALK N/A NIA 35 82ND ST. WEST OF KENOSHA AVE. CONC. WALK CONC. WALK DIRT DIRT 36 82ND ST. WEST OF LOUISVILLE AVE. CONC. WALK CONC. WALK DIRT DIRT 37 82ND ST. WEST OF LYNNETTF AVE. CONC. WALK CONC. WALK DIRT DIRT 38 82ND ST. APPROX. 5W WEST OF QUAKER AVE. NIA CONC. WALK N/A N/A 39 82ND ST. APPROX 50' WEST OF RALEIGH AVE. DIRT DIRT N/A N/A 40 82ND ST. APPROX. 100' WEST OF RALEIGH AVE. N/A N/A CONC. WALK CONC. WALK 41 82ND ST. APPROX. 200' WEST OF RALEIGH AVE. DIRT DIRT N/A N/A 42 82ND ST. APPROX. 120' WEST OF RICHMOND AVE. DIRT DIRT N/A NIA 43 82ND ST. APPROX. 160' WEST OF SALEM AVE. DIRT DIRT N/A N/A 44 82ND ST. APPROX. 100'EAST OF TOLEDO AVE. DIRT DIRT N/A N/A 45 82ND ST, APPROX. 150' EAST OF UTICA AVE. CONC. WALK DIRT N/A N/A 46 82ND ST. APPROX. 130' FAST OF VICKSBURG AVE. CONC. WALK CONC. WALK N/A N/A 47 82ND ST. APPROX.] 39 WEST OF VICKSBURG AVE. CONC. WALK CONC. WALK N/A N/A 48 92ND ST. APPROX. 15Y WEST OF ABBEVILLE AVE. CONC. WALK CONC. WALK N/A N/A 49 82ND ST. APPROX. 150' WEST OF ABERDEEN AVE. CONC. WALK CONC. WALK N/A NIA PROPOSED CONSTRUCTION BEHIND CURB AND GUTTER AT PROPOSED LOCATIONS I.00ATIONI LOCATION NUMBER PRIMARY SECONDARY CORNER -IMPROVEMENT (LOC) STREET _ STREET NORTHEAST I NORTHWEST SOUTHEAST 1 34TI 1 ST. BOSTON AVE. CONSTRI ICT RAMP I CONSTRUCT RAMP CONSTRUCT RAMP 2 34TI 1 ST. GARY AVF. CONSTRI IC"1IiAMI' CONSTRUCT RAMP CONS'fRI1CT RAMP 3 .14111 ST. INDIANA AVE. N/A N/A N/A 4 ( 34TI I ST. JOLIET AVE CONSTRUCT RAMP CONSTRUCT RAMP CONSTRICT RAMP 5 34TI I ST. KNOXVILLE AVI.. CONSTRI ICT RAMP CONSTRUCT RAMP CONSTRUCT RAMP G 34T11 ST. LOUISVILLE AV);. CONSTRUCT RAMP CONSTRUCT RAMP ' CONSTRUCT RAMP 7 34TI1 ST. MI'MPI IIS AVE. CONSTRUCTRAMP CONSTRUCT RAMP CONSTRUCT RAMP 8 I 14TI 1 ST. I NASI IVILLE AVE. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 9 I 14111 ST. OXFORD AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A 10 34'111 ST. ORLANDO AVIi. N/A N/A CONSTRUCT RAMP I I I 34TI1 ST. PEORIA AVE. CONSTRUCT RAMP CONSTRUCT' RAMP I N/A 12 I 34'1'11 ST. QUAKER AVE. I N/A ` N/A N/A i 13 34T11 ST. RALEIGII AVE. N/A I N/A CONSTRICT RAM]' 14 34TI I ST. SALEM AVE'. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 15 34T11 ST. SALISBURY AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A IG 34T11 ST. UTICA AVE. N/A N/A CONSTRlCT RAMP 17 1 34111 ST. VICKSBURG AVE. CONSTRICT RAMP CONSTRUCT RAMP CONSTRICT RAMP IN 34TI ST. 29111. DR. CONSTRUCT RAMPS CONSTRUCT RAMPS 1 19 34TI I S'1'. WAYNE AVE. N/A 1 N/A CONSTRUCT RANI' 1 20 34TH ST. YORK AVE. N/A N/A CONSTRUCT RAMP 21 341-H. ST. (N) SLIDE RD. CONSTRUCT RAMP 22 34111. ST. (S) SLIDE RD. CONSTRUCT RAMP N/A CONSTRUCT RAMP 23 34111 ST. FRANKFORD AVE. N/A CONSTRUCT RAMP CONSTRUCT RAMP 24 501'H ST. M. L. KING BLVD. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRICT RAMP 25 50TH ST. OAK AVE. N/A N/A 26 50111 ST. LOCUST AVE:. N/A CONSTRI ICT RAMP N/A 50'1'11 ST. AVE. D CONSTRUCT RAMP CONSTRUCT RAMP C.ONSTRUCI' RAMP i27 28 50TI1 ST. AVE. G CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 29 50TI I ST. AVE. J N/A N/A CONSTRUCT RAMP 30 ( 50111 ST. AVE. L CONSTRUCT' RAMP CONSTRUCT RAMP CONSTRUCT RAMP 31 5011I ST, AVE. N N/A N/A CONSTRUCT RAMP ! 1 32 III 50TI I ST. AVE. P CONSTRUCTRAMP CONSTRUCT RAMP CONSTRUCT RAMP 33 50TI I ST. AVF,. S CONSTRUCT RAMP CONSTRUCT RAMP N/A 34 50T1I ST. AVE. T CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 35 50111 ST. AVE. U CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 36 50111 ST. AVE. W CONSTRUCT RAMP I CONSTRUCT RAMP CONSTRUCT RAMP 1 37 50T11 ST. AKRON AVE. CONSTRUCTRAMP CONSTRUCT RAMP N/A i 1R i 501"11 ST. BOSTON AVE. N/A N/A ' N/A 39 501-11 ST. I CANTON AVE ` CO NSIRIICT RAMP i CONSTRUCT RAMP N/A i 40 50TI I ST DETROITAVI. CONSTRU(' I' RAh11 N/A N/A SOUTHWEST REMARKS_ CONSTRUCT RAMP CONSTRUCT RAMP 1 N/A LOC 3- TX DOT PROJECT CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRI ICT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP N/A N/A CONSTRICT RAMP i CONSTRUCTRAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP LOC 18 - CONSTRUCT SEVEN RAMPS CONSTRUCT RAMP AT LOCATIONS SI IOWN IN 1311) ROOK CONSTRUCT RAMP CONSTRUCT RAMP ILOC 2 1 - CONSTRUCT ONE, RAMP CONSTRUCT RAMP ON EAST SIDE CONSTRUCT RAMP CONSTRICT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRI ICT RAMP CONSTRUCT RAMP N/A I CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A ! N/A N/A N/A 1 tip N ,. ems• 99.5' RO. a,l/ rCla�, d'wNrr tt.. whey avt ^" �' •--• �-- 7Z' eea.. i s 19t.7' X, w \\ ' - �` m x Ty ti iERsrcT/a>t1 LOCATION LOCATION NUMBER PRIMARY SECONDARY CORNER -IMPROVEMENT (LOC) STREET _- _STREET NORTHEAST I NORTHWEST SOUTHEAST SOUTHWEST REMARKS 41 50TI1 ST. ELGIN AVG. CONSTRUCT RAMP j N/A N/A N/A i 42 S(fi'1 I ST. FLINT AVE. CONSTRUCT RAMP CONSTRUCTRAMP N/A N/A LOC 42 - ADD WALK ON NW CORNER 43 so 1.11 ST. GARY AVE I CONSTRUCT" RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 44 SOTI I ST. INDIANA AV—]; N/A N/A N/A N/A LOC 44 -TX DOT PROJECT i 45 5(1T11 ST. JOLIE 1' AVE. N/A i N/A CONSTRUCT RAMP CONSTRUCT RAMP 46 I 50,111 ST. KNOXVIL.LE AVE'. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A LOC 46 - RECONSTRUCT NE RADII IS 47 I 50'f1I ST. KENOSI IA AVE. N/A ! N/A N/A CONSTRUCT RAMP AND FILLET I 48 I 50'I'l I ST. M1iMP111S AVE. I CONS'IRl1CT RAMP j CONSTRUCT RAMP CONSTRUCT' RAMP C'ONS'1'Rl1Cf RAMP 49 i 50T'I I ST. ORI.AM)O AYH. N/A N/A CONSTRUCTRAMP CONS'fltllC'1' RAMP 50 5(11'l1 ST. RALE-,IOII AVE. N/A N/A CONSTRi ICT RAMP CONSTRUCT RAMP 51 j 50'1'11 ST. SALEM AVE. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMI' 52 i 50TF1 ST. UTICA AVE, N/A N/A I N/A N/A 52 - RECONSTRl1C1' RAMPS IF j 53 50'fH ST. WAYNIi AVI.. CONS"IRl1C'f RAMP CONS'I'RUC'f RAMP CUNS'IRl1CTRAMP 1 C'ONS'1'Rl1C'I' RAMP ILOC GRADI::S MORI'. TITAN ALLU1VAl31.1? 54 50TT1 ST. 13ANOOR AVE. N/A CONSTRUCTRAMP CONST'R(1CT RAMP CONSTRUCT RAMP j 55 SISTST. 13ANGORAVIi. CONSTRUCTRAMP N/A CONSTRIICI RAMP i N/A 56 56f11 ST. BANGOR AVI' N/A j CONSTRUCT RAMP ' N/A CONSTRUCT RAMP 57 ! 56111 ST. Cl IICAGO AVE. CONSIRCC 1' RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 58 58TT I ST. BANGOR AVE. CONS'fRIJC'f RAMP CONSTRUCT RAMP N/A N/A 59 I 58TT I ST. CHICAGO AVI:. CONSTRl1C1' RAMI' ! CONSTRUCT RAMP N/A N/A 60 66TI I ST. AYW, P CONSTRUCT RAMP CONSTRUCTRAMP CONSTRUCT RAMP CONSTRUCT RAMP 61 00TI1 ST. AVE. U N/A CONSTRUCT RAW' CONSTRUCT RAMP CONSTRUCT RAMP 62 66Ti 1 ST. UNIVERSITY AVE­CONSTRUCT RAMP i CONSTRUCT RAMP CONSTRUCTRAMP N/A 63 j (ATH ST. ELGIN AYE. CONSTRUCT RAMP CONSTRIJCTRAMP CONSTRUCT RAMP CONSTRUCT RAMI' 64 I 66TI I ST. INDIANA AVI:. CONSTRl1C"f RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP i 65 i 66TII ST. FRANKFORD AVE. N/A I CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 60 68T11 ST. ABERDL'GN AVE. CONSTRl1C'1' RAMP CONSTRUCT RAMP I N/A N/A 67 69TH ST. WAYNL' AVE. CONSTRUCTRAMP CONSTRUCTRAMP NIA N/A 68 71 ST ST. SALLM AVE. CONSTRUCTRAMP CONSTRUCTRAMP N/A NIA 69 j 71ST ST. UTICA AV1?. CONS"1"Rl1C"I" RAMI' CONSTRUCT RAMP CONSTRI ICT RAMP CONSTRUCTRAMP 70 i 72ND ST. UTICA AYE. CONSTRl1C'f RAMP CONSTRUCTRAMP CONSTRUCT RAMP CONSTRUCT RAMP 71 73RD ST, WAYNG AYE. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCTRAMP CONSTRUCT RAMP I 72 73RD ST. UTICA AW.. CONSTRUCTRAMP ! CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCTRAMP j 73 74TII ST. QUAKERAVE. NIA I CONSTRUCT RAMP NIA CONSTRUCT RAMP 74 74TI1 ST. UTICA AVE. CONSTRUCT RAMP i N/A CONSTRUCTRAMP N/A 75 79T11 ST. ABBE�IILLI: AVE. N/A ( N/A CONSTRUCTRAMP CONSTRUCT RAMP 76 79T11 ST. ABERDI:GN AVE'. N/A N/A CONSTRUCTRAMP CONST CI' RAMP 77 79'I'11 ST. ALIiANY AVE. CONS'I'RUC'I' RAMP j CUNS'I'Kl1C'1' RAMP CONSTRUCTRAMP I CONS'1' 11C1' RAMP 7R 8151 tiT. i BOSTON AV] NiA i N/A CONS I"RIJCT' RAMP CONST 11C'I' RAMI' 79 82ND ST. IINIVF.RSITY AVE. CONSTRIKA" RAMI' CONSTRUC"' RAMI' CONSTRUCT RAMP CONSTRUCT RAMP 80 82ND ST'. BOSTON AVE. CONSTRUCT RAMI' CONSTRUCT RAMP NIA i N/A LOCATION! LOCATION NUMBER PRIMARY SECONDARY ! CORNER -IMPROVEMENT (LOC) STREET STREET I NORTHEAST NORTHWEST SOUTHEAST, 81 82ND ST, ELGIN AVE. ! CONSTRUCT RAMP I CONSTRUCT RAMP N/A ' 82 I 82ND ST. FRI I-NONT AVE,. N/A N/A CONSTRUCT RAMP I 83 82ND ST. GARY AVF. I CONSTRUCT RAMP CONSTRUCT RAMP ! N/A 84 82ND ST. I IARTFORD AVE. I N/A N/A I CONSTRI ICT RAMP 85 82ND ST. I IIJDSON AVE. N/A I N/A CONSTRIIC1 RAMP I 86 82ND ST. INDIANA AVE N/A CONSTRUCT RAMP I N/A 87 82ND ST. ITI IACA AVE. ! N/A N/A CONS"fRl ICT RAMP 88 i 82ND ST. INDIANA DR. CONSTRICT RAMP j CONSTRUCT RAMP J N/A 89 82ND ST. LYNNIAVEN AVE. I CONSTRUCT RAMP CONSTRUCT RAMP N/A 90 j 82ND ST. NASI IVIId.E AVIi. ! N/A N/A I CONSTRUCT RAMP 91 i 82ND ST, ORLANDO AVE N/A i N/A � N/A � 92 82ND ST. LOUISVILLIi AVfi. J CONSTRUCT RAMP CONSTRUCT RAMP I N/A 93 i 82ND ST. ML'MPIIIS AVIi. CONSTRl1C'TRAMP CONSTRUCT RAMP j CONSTRUCTRAMP 94 82ND ST. QUAKER AVE.. I CONSTRI/C'I: RAMP RECONSTRUCT RAMP CONSTRUCT RAMP E; 95 ! 82ND ST. SALIiM AVN/A I N/A j N/A j �% ll82ND ST. RALI IGII AVE. N/A N/A N/A i 97 i 82ND ST. 'fICA AVE. I CONSTRUCT RAMP i CONSTRUCT RAMP N/A 98 82ND ST. VICKS1311RO AVE. CONSTRl1Cl' RANI' CONSTRUCTRAMP N/A' 99 82ND ST. VINTON AVE. CONSTRUCT RAMP ! CONS'IRUC f RAMP N/A I(X) 82ND ST. WINSTON AVE. CONSTRUCT RAMP ( N/A N/A 101 82ND ST. YORK AVIi. N/A RECONSTRUCT RAMP N/A 102 82ND ST. ABBEVILLE AVK CONSTRUCT RAMP CONSTRUCT RAMP N/A 103 82ND ST:_ _ .._ ABERDEEN AVE. �. CONSTRUCT RAMP I CONSTRUCT RAMP SOUTHWEST REMARKS j N/A CONSTRUCT RAMP LOC 82 - CONSTRI ICI' 4 RAMPS N/A Al TI Ili DRAIN Atli) 1 RAMP AT TI IP. CONSTRUCT RAMP SCI1O01. CROSSRIG ON TI Qi CONSTRUCT RAMP NORTI I SIDE; CONSTRUCT 2 RAMPS CONSI'RUcT RAMP ON TI Ili SO11T11 SIDIi CONSTRUCT RAMP ILOC 85 - RIiCONSTRUCT SE RADIUS N/A JAM) F111ET N/A ! N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP' ILOC 94 - kRCONSTRUCT SAWI'(N)'I'I I CONSTRUCT RAMP ICURB AS NFE'DE'D AT SF CONSTRUCT RAMP (RADIUS N/A N/A N/A N/A N/A N/A LOCATION NUMBER STREET ALLEY NORTH (LOC) - (LOB---- --- APPROX. 120' EAST OF I3ANOOR AVE. - WE TEND CONSTRUCT RAMP 1 _(LOC) 34111 ST. 2 34171 ST. BANGOR AVE. - BELMONT AVE. N/A 3 34TH ST. APPROX. 120' WEST OF BELMONT AVE. N/A 4 SOTH ST'. APPROX. 300' WEST OF UTICA AVE. CONSTRUCT RAMP 5 50TH ST. APPROX. 600' EAST OF QUAKER AVE. N/A 6 50T11 ST. WEST OF KENOSI IA AVE. N/A 7 50TII ST. APPROX. 300' WEST OF INDIANA AVE. CONSTRICT RAMP 8 50T'I1 ST. DETROIT AVE. - ELGIN AVE'. CONSTRUCT RAMP 9 50111 ST. DETROIT AVE. - CANTON AVE. CONSTRUCT RAMP 10 50TIl ST. APPROX 160' EAST OF CANTON AVE. CONSTRUCT RAMP l I 50TH ST. APPROX. 170' WEST OF BOSTON AVE. CONSTRUCT RAMP 12 SOTH ST. APPROX. 300' WEST OF AVE. Q CONSTRUCT RAMP 13 SOTH ST. APPROX. 359 WEST OF AVE. L N/A 14 507111 ST. AT AVE. J CONSTRUCT RAMP 15 SOTH ST. APPROX 179 WEST OF AVE. G N/A 16 73RD ST. WAYNE AVE. - WINSTON AVE. CONSTRUCT RAMP 17 79171 ST. ABBEVILLE AVE. - ABERDI EN AVE. N/A 18 79TH ST. ABERDEEN AVE. - ALBANY AVE. N/A 19 82ND ST. AT ELGIN AVE. N/A 20 82ND ST. ELGIN AVE. - ELKRIDGE AVE. CONSTRUCT RAMP 21 82ND ST, APPROX. 300' WEST OF ELGIN AVE. N/A 22 82ND ST. APPROX SW WF'.STOF L'LGIN AVE. CONSTRUCT RAMP 23 82ND ST. APPROX. 159 WEST OF FREEMONT CONSTRUCT RAMP 24 82ND ST. APPROX. 159 WEST OF FREEMONT AVE. N/A 25 82ND ST. APPROX I50' EAST OF GARY AVE. CONSTRUCT RAMP 26 82ND ST. APPROX 159 EAST OF GARY AVE. N/A 27 82ND ST. APPROX 150' WEST OF GARY AVE. CONSTRUCT RAMP 28 82ND ST. APPROX 159 WEST OF GENEVA AVE. N/A 29 82ND ST, APPROX. 150' WEST OF HARTFORD AVE. CONSTRUCT RAMP 30 82ND ST. APPROX. 150' WEST OF I IART'FORD AVE. N/A 31 82ND ST. WEST OF ITITACA AVE. N/A 32 82ND ST. WEST OF INDIANA AVE. CONSTRUCT RAMP ALLEY -IMPROVEMENT REMARKS SIDE SOUTH SIDE _EAST END WEST END EAST END CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A CONSTRUCT RAMP N/A N/A CONSTRUCT RAMP N/A N/A CONSTRUCT RAMP N/A N/A CONSTRUCT RAMP N/A N/A ' N/A CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A LOC 14 - EXISTING RAMP ON EAST N/A CONSTRUCT RAMP CONSTRUCT RAMP SIDE OF APRON CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP N/A LOC 17 - DO NOT RECONSTRUCT N/A CONSTRUCT RAMP CONSTRUCT RAMP EAST SIDE OF SOUTH APRON N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP LOCATION NUMBER (LOC) STREET (LOP_ ALLEY -IMPROVEMENT ALLEY NORTH SIDE SOUTH SIDE WEST END EAST END END EAST END REMARKS 33 _ 82ND ST. _(L_OC) _ WEST OF JOLIET AVE. CONSTRUCT RAMP CONSTRUCT RAMP _WEST N/A N/A 34 82NI) ST. WEST OF KNOXVILLE AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 35 82ND ST. WEST OF KENOSHA AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 36 82ND ST. WEST OF LOUISVILLE AVE. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 37 82ND ST. WEST OF LYNNETTE AVE. CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP 38 82ND ST, APPROX. 500' WEST OF QUAKER AVE. N/A CONSTRUCT RAMP N/A N/A LOC 38 - DO NOT RECONSTRUCT 39 82ND ST. APPROX 50' WEST OF RALEIGH AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A WEST END OF NORTH APRON 40 82ND ST. APPROX. 100' WEST OF RALEIGH AVE. N/A N/A CONSTRUCT RAMP CONSTRUCT RAMP 41 82ND ST. APPROX. 200' WEST OF RALEIGH AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 42 82ND ST. APPROX. 120' WEST OF RICHMOND AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 43 82ND ST. APPROX. 160' WEST OF SALEM AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 44 82ND ST. APPROX. 100'EAST OF TOLE -DO AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N%A ' 45 82ND ST. APPROX. 159 EAST OF UTICA AVE. CONSTRUCT RAMP CONSTRUCT RAMP, N/A N/A 46 82ND ST. APPROX. 130' EAST OF VICKSBURG AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 47 82ND ST. APPROX.130' WEST OF VICKSBURG AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 48 82ND ST. APPROX. 150' WEST OF ABBEVILLE AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A 49 82ND ST. APPROX. 150' WEST OF ABERDEEN AVE. CONSTRUCT RAMP CONSTRUCT RAMP N/A N/A I TRAFFIC CONTROL PLAN END ROAD WORK (OPTIONAL] ROAD WORK (OPTIONAL) KEY: j 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 chonnelizotion 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. Ad tI d wo st�e If necessary wfth Pr odV=* PROHIBIT PARKING AS NECESSARY Posted x Speed or Min. 85% Speed Distance (MPH) (Feet) 30 or less 80 35 120 45 240 MUTCD FKi 6-TA 7, CONSTRUCTION DETAILS —_A7 _ 2-A-039 1/4" tool edge. hp• Dummy Woov* joints Vch side of romp. TOP OF CURB PLAIN 1/2 EXPANSION JOINT (FULL DEPTH)LOCATED AS SHOWN. CURB TO RAMP DOWN IN S'OM BOTH SIDES ROLLER "JITTERBUG" FINISH ON CENTER !' RAMP PORTION ONLY. f. Q�P: O • A �o YELLOW 4" WIDE PAVEMENT STRIPE MARKINGS ADJACENT TO BOTH SIDES OF RAMP. RAMPS SHALL BE CENTERED IN C.& G. RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN RADIUS I-- 5a ----►tom-- 3' -- o j a 5I ---�1 5TRAIGFIT G.Ik G. SAME NOTES APPLY AS RADIUS PLAN VIEW AT LEFT. FRONT VIEW �3,Min. � 5'-6"Min. • {�-6•• Iz I1 N MINIMUM FINISHED � THICKNESS s 4" D 1 SECTION A —A 0 w NO SCALE c° TYPICAL HANDICAP RAMP PLAN WHERE NO SIDEWALK EXISTS BEHIND CURB s 1780 Federal Register / Vol. 59, No. 117 1 Monday, June 20. 1994 1 Rules and Regulatloas (3) Single User Toilet Faculties. Where a single user toilet 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 single location, at least'ilve Percent but not less than one, shall comply with 4.32. (b) Where flied benches are proAded at -a sin4le locatlos>: at least 50 percent shall have a back and irmrests.* A 30 In by 48 in (760 rasa by 1220 inm) clear grousid el. space for a whe chair shall be provided at one end of at least; one bench'at each location where fixed benches are provided. 1 (5) Bus Shelters and Stops. Where a bus stop pad fs provided, it shall comply with 10.2.1(1). _ t'hcre a bus shelter Is provided. it shall comply with 10.2.1(2)... (6) Street Identification and Other Pedes- trian Signage. Where provided for pedestrian use. informational and directional signage and street identification signs shall comply with 4.30.2.4.30.3. and 4.30.5. Where bus route identlilcation signs 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 sin -War elements, shall comply with 4.27. 14.2.4• Public Sidewalk Curb Ramps. (1) General. (a) A public sidewalk curb ramp and level landing complying with 14.2.4 shall be pro- vided wherever a pubUd sidewalk crosses*a curb or other change in level at each street crossing and where otherwise required in this section and shall be connected to a continuous passage in each direction of travel. (b) The prrnrislens of 4.7 and 4.8 do not apply to public sidewalk curb ramps. " 14.2.41 Public Sidewalk Curb Ramps (2)'types of Public Sidewalk Curb Ramps. Public sidewalk curb ramps shall be perpen- dicular to the curb at street crossings and each shall have a level landing at the top (see Figs. 58 and 59(a)). At marked crossings. the bottom of the ramp run, exclusive of flared Sides. shall be wholly contained within the markings (see Figs 60 (a) and diagonal or de (b)). Single (i.e.. pressed corner) public sidewalk curb ramps serving two street crossing dtrec- . tlons artsi built-up (Le.. projected) public '.sidewalk curb ramps'are not permitted in pew. construction. " ,. EXCEPTION: Where c'ptdeSa!Wi righ(-tof way width established by local or State regula- tlon. guideline; Or practice will not accbmmo . date a perpendicular public sidewalk curb ramp and landing complying with 142.412). a parallel public sidewalk curb ramp with a level landing at Its bottom shall be provided Instead Of a perj=dlcular public esdewalk curb ramg (see Fig. 59(b)). *At marked crossings, the landing at the bottom of the ramp run shall be wholly contained within the markings (see Fig. 60(c)). A combination of parallel and perpendicular public sidewalk curb ramps and landings may also be provided (see Figs. 59(c) and 60(d)). (3) Width. Public sidewalk curb ramps shall be 36 in (915 wore) wide minimum, exclusive of flared sides. Lend Landing at.Tbp of Perpendtcuiar Public Sidewalk Curb Ramp t.. 85 r r Federal Register / Vol. 59, No. 1171 Monday, June 20. 1994 1 Rules and Regulations 31781 14.2.40 Public Sidewalk Curb Ramps 4)0 Landings. (a) Where a perpendicular public sldewalk curb ramp is pr Med. a landing the width of the public sidewalk curb ramp shall be pro- vided at the top of the ramp run (see Fig. 58). The slope of the landing shall not exceed 1:50 in any direction. The landing shall be 48 in (1220 mm) minimum In length and shall connect to the continuous passage In each direction of travel. (b) Where a paralld publk sidewalk curb ramp is provided. as permitted to 142.4(2 Exception. a landing the width of the parallel public sidewalk curb ramp and a mbniuturn of 60 in (1525 mm) in length in the direction of the ramp run shall be provided at the bottom of the parallel public sidewalk curb ramp. 7be slope of the IandirAshall not exceed 1:50 In any dire+ctkxL-At tmiutied crossings, the re- quired landing at the bottom of the parallel' public sidewalk curb ramp sball be wholly contained within the rnarldngs. (c) Where parallel and perpendicular public sidewalk curb ramps are combined to serve a street crossing, as pelmitted in 14.2.4(2). the landbV required for the pexpen- dicular public sidewalk curb ramp may be coincident with that provided for the parallel public sidewalk curb ramp. (5) Slope. 'lire minimum feasible running slope shall be provided for any public sidewalk curb ramp and shall be measured from a level plane, as sbown in Fig. 61. The maximum running slope of any public sidewalk curb ramp shall be 1:12. Tire maximum cross slope of any public sidewalk curb ramp shall be 1:50. EXCEPTION: A parallel public sidewalk curb ramp allowed by 14.2.4(2) Exception shall have a maximum slope of 1:12 when tneasur ed from a level plane as shown in Fig. 61 but shall not be required to exceed 96 In (2440 mm) in length. - (6) Edges. Where aside of a perpendicular public sidewalk curb ramp is contiguous with a public sidewalk. it shall be flared. with a slope of 1:10 maximum. A perpeadicuiar public sidewalk curb ramp may have a re- turned side cr flare of any. slope when not contiguous with a public sidewalk or where protected by a guardrail or other barrier.. • 86 P t^ l Ferpen&calar Public 816twalk Cmb Ramp Paaallcl Public Sidewalk Curb Ramp r, (e) Combined (Parallel/Perpendieolir) Public 61,dewalk Curb Ramp Fig. 59 Public Sidewalk Curb Ramps Note:.See nok construction and alteration provisions for minimum dimensions for public sidewalk:curb ramps shown to Figure 59. AT EACH SIDE OF RAMP %' MIN. SAWCUT DEPTH SAW CUT 6' LINE TO BE REMOVED 4' CONTRACTION MARKING (TOOLED ,DINT) to PROPOSED x GUTTER FLOW UNE RAMP d' - I MIN SMCUT DEPTH i CROW '� ., •. ••, ; . T. SECTION C ' - to - to 24' TYPICAL CURB REMOVAL � t t ► I 1 I 1 I � 1 kVAINES 2% Slope / Id— ICAL SEC rio,v VIeW VARIES 10 TYPICAL Cure fi GUTTER Landing to slope 2% FQo,V r VIEW /'' - 51 i R■IS� a' ,r. . •w•.a••.:t Ra25 MOTE: A skid resistant surface shall be wade of the 31x 5.5' romp section utiti:ing a dioeord wash pattern (or e(FAvalant pattern approved by the enginerr). 1liniwua pattern openings shall be 3/4" x 1/2", anxiaaae openings shall be 20 * 3/40. The 3' x 5.5' rswp section shall be marked using a 40 wide vyll. stripe placed longitudinslly .long each outside edge of the romp section. TM yellow stripe any be painted or taped as per City of Lubbock specifications. RAMP a 44.0f? Cononsh Flotoa"a PLATE No.6 OCTOBER,1994 3'-0" 5'-a" 2% Slope _�� =111 ;III �... �,•�. ..;�.. .,,• .-�- :;•;l ,l.r� a —�-1-- 15EC r/0" VIEW CURB & GUTTER MOTE: A skid resistant surface shall be mode of the 3#x 5.50 rasp section utillting a dlasrond mesh pattern (or equlvelent VARIES pattern approved by the engineer). TYPICAL be pattern openings shatt 7Y 1be 3/40 x 1/20, msxls openings shall be 2" x 3/40. The 30 x 5.51 rasp section shalt be worked using a 4" vide MI. stripe ptoced longitudinally along each outside edge of the ramp section. The yellow stripe my be pointed or taped as per City of Lubbock specifications. RAMP s 440 f tz Comele f la?wm It Landing toslope 2% •♦ a 4 ♦ R•23' PLATE No. 9 �o �o -� IF---- dc'A20A/7' ✓/S w /"- 5' OCTO BER .1994 2"R N T Down curb section. 5-3/4" 4- V4 --�� I 6.. IM 3" R ; 24" 24" NOTE : Contractor may use either of the above sections. I•'--9-11/16"F� ---� j t .v• V r- 3 . 9.. ��-,-- g.. 5 . v �� 24" TYPE A TYPE B 3" TYPE 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 supported with chair; an a spock* to gtve accurate placement. TYPICAL CURB AND GUTTER SECTIONS STEPPED WALK RAMP PERSPECTIVE VIEW NO SCALE TOP OF SIDEWALK 3' Mi4X. RAMP L 9 "70 / RAMP10 MAX. 2%( ' CURB 5 GUTTER PAVEMENT 2076 MAX. 77 LANDING CITY OF LUBBOCK ENGINEERING DEPT. NEW to-l4-9* I 1 1 1 I 1 i go TYPICAL ALLEY RETURN NOTE: Curb a gutter, fillets and slab to be poured $oyether. T a re S'walk. Property line � J1 r � l I 4 j 4 r I 6, 2.5, i 2.5 5. 6" Concrete slab with 6X6 10/10 wire mesh or fiber reinforcement. Dummy contraction jts.' SLOPE 1/41t. 8 B 6 10� 2.5' 2.5, '— 0.20' INVERT B 6X6 10/10 wire mesh ,s i4 };r; or fiber reinforcement. Dummy contraction joint. m 2.5 • 51' HEIGHT OF CUR! AT THIS POINT. 6` I/:' smMous J PREMOLDEDOLOEO EXP. JOINT. CURB HEIGHT TRANSITIONS 1 FROM 6'AT STREET TO O"AT THIS POINT. ii�'. NOTE: THIS POINT OFALLEY RETURN ' TO BE AT SANE ELEVATION AS TOP OF CURB ON NIGH SIDE E.R. AT STREET. PLAN VIEW Scare: 1 = 5 A ' I' A TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15' SECTION A -A CONCRETE PAVING No scale 20, 5105 76' 6K6 10/10 wire mesh No. 6 rebor spaced 6" from edge of slob or fiber reinforcement. and I.1/2" from bottom of slab. NOTE: All Concrete Shown to be 3,000 PS.I. at T Days. (Class E ) SECTION 8-8 l3/4` NOTE: CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN 6000 rearwlt 1/4"R CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. I-S/S` +f 2' DUMMY GROOVE JOINT 2" U EXISTING ALLEY RETURN, ALLEY 4 PAVING OR STREET GUTTER. CONCRETE ALLEY SLAB. ` 616 10/10 win .6" ♦ • �1616 or fiber rsleforce�noet. 4" J 10/10 wire mesA 6b I f K TRANSVERSE DUMMY GROOVE —" — — K ►� n o — t 1 CONTRACTION JOINT (Required at cold joints and every I MEW2/B/95 n 12" --"1 13 feet of paving. ) TECHNICAL SPECIFICATIONS A.D.A. CURB RAMPS - VARIOUS LOCATIONS (PHASE it 3) PROJECT it 9923 STANDARD MATERIALS OF CONSTRUCTION STANDARD MATERIALS OF CONSTRUCTION NOTE: All materials and procedures employed in construction projects administered for and/or by the City of Lubbock Engineering Department or any other City of Lubbock Department shall conform to ASTM Specifications, Texas Department of Transportation Standard Construction Specifications and/or American Association of State Highway and Transportation Officials Specifications as applicable. All materials and construction procedures employed for or by the City of Lubbock shall be approved by the Engineer prior to construction. Any construction materials, methods or procedures not specifically addressed in the City of Lubbock "STANDARD MATERIALS OF CONSTRUCTION" or "STANDARD DETAILS OF CONSTRUCTION" specifications shall not be considered material(s) or operation(s) warranting additional payment. Unless stated otherwise on the plans or in the bid documents, the material(s) or operation(s) shall be considered subsidiary to the existing bid items and shall be performed completely and correctly in order to satisfactorily complete the total bid items according to minimum City of Lubbock construction standards. 1. GENERAL The City of Lubbock "STANDARD MATERIALS OF CONSTRUCTION" specifications incorporates the specifications of the various construction materials which are to be used by Contract Forces 4 and/or City Forces in the construction of projects to be administered for/by the City of Lubbock Engineering Department. A certificate from the manufacturer may be required on all construction items, certifying that the material(s) or equipment(s) meets the specifications for such material(s) or equipment(s) as specified herein. Material Safety Data Sheets (MSDS) shall be required on all materials.. All materials shall be subject to the approval of the Engineer before being employed in any construction project(s). t All references made in these specifications to American Society for Testing and Materials (ASTM) standards refer to '., the fixed designation. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the latest revision of each standard. IV-2 r04 All references made in these specifications to the Texas Department of Transportation (TxDOT) Standard Construction Specifications refer to the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, version adopted March 1, 1993. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the above referenced version of the Texas Department of Transportation Standard Construction Specifications. All references made in these specifications to American Association of State Highway and Transportation Officials (AASHTO) standards refer to the fixed designation. It is the responsibility of the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and use the latest revision of each standard. 2. CONCRETE. A.Cement Cement shall be Type I, Type II and/or Type III cement(s) conforming to ASTM C 150, "Standard Specification for Portland Cement," and air -entrained cement shall be Type IA, Type IIA and/or Type IIIA conforming to ASTM C 175, "Specification for (adding) Air -Entraining (to) Portland Cement" and ASTM C 226, "Standard Specifications for Air - Entraining Portland Cement". The cement shall be an approved brand. All -cement must be stored in a suitable moisture -proof storage house. The cement, while being hauled to the worksite or while at the worksite shall be properly protected. No cement shall be used, which in the opinion of the Engineer, has been injured by age or exposure. Bulk or sacked cement may be used. A bag shall contain ninety four pounds (94#) net. Bags varying by morethan five percent (5%) from the specified weight may be rejected. If the average net weight in any shipment as shown by weighing fifty (50) bags taken at random is less than that specified, the entire shipment may be rejected. Bulk cement shall be weighed on scales approved by the Engineer. Any cement which has become partially set or which contains hard lumps or cakes or cement salvaged from discarded or used bags shall not be used. Any cement storage shall be in a suitable weathertight building or bin which will protect the cement from dampness. IV-3 1` Cement shall be so proper inspection B. Aggregate Description placed as to provide easy access for and identification of each shipment. Concrete aggregates shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C 33, "Standard Specifications for Concrete Aggregates," and conforming to Texas Department of Transportation Standard Construction Specifications, Item No. 421, "Portland Cement Concrete". The aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. All aggregates shall be approved by the Engineer before use. The maximum size of the aggregates shall be one and one-half inches (1%"). Aggregates for concrete construction shall have a loss not to exceed eighteen percent (1811) when subjected to five (5) cycles of ASTM C 88, "Test Method for Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate". Coarse aggregate for Class "C" Concrete Street Paving or Class "P" Concrete Street Paving shall be crushed limestone (Brownwood Type). Coarse aggregate shall be well graded from coarse.to fine and shall conform'to ASTM C 136, "Method For Sieve Analysis of Fine and Coarse Aggregates". Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136, "Method For Sieve Analysis of Fine and Coarse Aggregates".The gradation for fine aggregate shall meet the following requirements: Sieve Designation 3/8 inch No. 4 No. 16 No. 30 No. 50 No. 100 IV-4 Percentaae by Weiaht Passing Sieves 100 95-100 45-80 25-55 10-30 2-10 r Maximum allowable amounts of organic impurities shall conform to ASTM C 40, "Test Method for Organic Impurities In Fine Aggregate for Concrete" and ASTM C 87, "Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar". Maximum allowable amounts of impurities finer than the No. 200 sieve shall conform to ASTM C 117, "Standard Test Method for Materials Finer Than The No. 200 Sieve.In Mineral Aggregates By Washing". Maximum allowable amounts of soft particles such as coal, lignite, wood or other fibrous materials shall conform to ASTM C 123, "Standard Test Methods For Lightweight Pieces In Aggregate". Maximum allowable amounts of friable particles shall conform to ASTM C 142, "Standard Test Methods For Clay Lumps And Friable Particles In Aggregates". Stockpiles The location of all stockpiles of aggregates shall be approved by the Engineer prior to unloading as to zoning requirements, smoothness and compaction of the ground and traffic conditions. Stockpiles of aggregates to be incorporated into the project shall be protected from dust by drift fences of any suitable material approved by the Engineer. Care shall be taken to prevent dusty conditions in the stockpile area from any sources. The Contractor shall not use methods which allow the aggregate to roll down the slope as it is added to the existing stockpiles. The Contractor shall not allow equipment to operate over the same lift repeatedly. Stockpiles shall be built in layers of uniform thickness on slopes not flatter than 3:1. C. Water Water shall be clean, clear, f matter and free from injurious other chemicals and conform to of Test For Quality of Water To IV-5 ree from oil, acid or organic amounts of alkali, salts or AASHTO T26, "Standard Method Be Used In Concrete". t D. Concrete Materials Tests Pre -Construction Tests (Mix Desictn) The contractor shall submit test certificates from an approved commercial materials testing laboratory on all aggregates proposed for use in the concrete. Tests should be made approximately twenty (20) days before beginning the concrete operation. The contractor shall submit in advance of construction the mix design and the result of compression tests and/or flexural tests as applicable made by a commercial testing laboratory. The compression tests shall conform to ASTM C 39, "Test Method for Compressive Strength of Cylindrical Concrete Specimens". The flexural tests shall conform to ASTM C 78, "Test Method For Flexural Strength of Concrete" Compression tests shall be made on each type of concrete mix design proposed for use as applicable. Compression tests shall be made on six (6) cylinders taken from each mix, three (3) cylinders tested in three (3) days or seven (7) days and three (3) cylinders tested in seven (7) days or twenty eight (28) days as specified. Flexural tests shall be made on each type of concrete mix design proposed for use as applicable. Unless stated otherwise in the plans or bid documents, flexural tests shall be made on six (6) beams taken from each mix, three (3) beams tested in sixteen (16) hours and three (3) beams tested.in seven (7) days. All tests shall conform to ASTM C 94, "Specifications for Ready -Mixed Concrete". When ready -mix concrete is to be used, the trial designs shall be made in a mixer representative of the mixers to be used. Batch size shall not be less than fifty percent (50°s) of the rated mixing capacity of the truck. Additional tests shall be furnished if the material source is changed or if the concrete used varies from the original mix design. The Engineer shall approve or disapprove the mix design after review of the results of the pre -construction tests. Construction Tests Tests of the aggregates and the concrete shall be made by the Engineer during construction to determine conformity with the specifications. The concrete shall be sampled in IV-6 accordance with ASTM C 172, "Method of Sampling Fresh Concrete". All test molds shall meet the requirements of Texas Department of Transportation Test Method Tex-448-A. Compression test and flexural test specimens shall be made and cured in accordance with ASTM C 31, "Pract,ice of Making and Curing Concrete Compression and Flexure Test Specimens in the Field". The specimens shall be cured under standard moisture and temperature conditions in accordance with ASTM C 192, "Practice for Making and Curing Concrete Test Specimens in The Laboratory". Strength tests shall be made, in general, for each day's production of each class of concrete, or for each fifty (50) cubic yards of concrete if a day's production greatly exceeds this amount, but these tests may be made entirely at the discretion of the Engineer. Strength.tests on Class "CF' Concrete and Class "P" Concrete shall be made for approximately each thirty (30) cubic yards, or every third (3rd) truck on each day's production. The costs of all such testing shall be borne by the City but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. Unless stated .otherwise in the plans or bid documents, a strength test for Classes "A", "C", "E" or "F" concrete shall consist of five (5) standard test cylinders or beams as specified to be made from a composite sample. Unless stated otherwise on the plans or in the bid documents, a strength test for Class "P" concrete shall consist of six (6) standard test beams made from a composite sample. For each Class of concrete the samples shall be obtained in accordance with ASTM C 172, "Practice For Sampling Freshly Made Concrete" and in accordance with Department of Transportation Construction Bulletin C-11. For Classes "A", "C "E" and "F" concrete the following procedure is to be used: Two (2) of the concrete cylinders or beams shall be tested at three (3) days or seven (7) days and at seven (7) days or twenty eight•(28) days as specified. The fifth (5th) cylinder or beam shall \ be held available for subsequent testing, if determined necessary by the Engineer. The test results shall be the average of the seven (7) days or twenty eight (28) days specimens, except that, if one (1) specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two (2) specimens averaged. Should more than one (1) specimen representing a given test show definite defects, due to IV-7 W improper sampling, molding or testing, the entire test shall be discarded. The result of the seven (7) days or twenty eight (28) days strength tests shall be used as the basis for accepting or rejecting the concrete represented. ` The results of the three (3) days or seven (7) days r" strength tests will be compared with the three (3) days or seven (7) days strength of the preconstruction test cylinders or beams for the type and slump of the concrete being produced. Should the three (3) days or seven (7) days strengths indicate a deficiency in the seven (7) days or twenty eight (28) days strengths, the Engineer may require a temporary change in proportions to correct such �•• deficiency. Such change shall remain in effect until the seven (7) days or twenty eight (28) days strength of the material in question is determined, at which time the change shall become permanent or shall be rescinded, depending upon the results of the seven (7) or twenty eight (28) days tests. For Class "P" concrete the following procedure is to be used: Two (2) of the concrete beams shall be tested at sixteen (16) hours. Two (2) of the concrete beams shall be tested at seven (7) days. The fifth (5th) and sixth (6th) beams shall be held available for subsequent testing, if determined necessary by the Engineer. The test results shall be the average of the sixteen (16) hour or seven (7) days specimens as specified, except that, if one specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two (2) specimens averaged. Should more than one (1) specimen representing a given test show.definite defects, due to improper sampling, molding or testing, the entire test shall be discarded. The result of the sixteen (16) hours or seven (7) days strength tests shall be used as the basis for acceptance or rejection of the concrete. The results of the sixteen (16) hours and/or seven (7) days strength tests will be compared with the sixteen (16) hours and/or seven (7) days strength of the preconstruction test specimens for the type and slump of the concrete being produced. Should the sixteen (16) hours or seven (7) days strengths indicate a deficiency in the sixteen (16) hours or seven (7) days strengths, the Engineer shall require a change in proportions to correct such deficiency. Changes in the water -cement ratio and the mix design, t" including an increase in cement, if necessary, shall be made if the average sixteen (16) hour flexural strength ` does not meet the minimum specified value. Ask IV-8 Additional specimens cured under job conditions may be required when, in the opinion of the Engineer, there is a possibility of the surrounding air temperature falling below 400 F (40 C) or rising above 900 F (320 C). The specimens shall be tested according to ASTM C 39, "Method .of Test for Compressive Strength of Molded Concrete Cylinders". The Engineer shall record the delivery ticket number for the concrete and the exact location in the work at which each load represented by a strength test is deposited. Slump tests shall be made in accordance with ASTM C 143, "Method of Test for Slump of Portland Cement Concrete". Air content of concrete made with normal -weight aggregates having low absorption shall be tested according to either ASTM C 231, "Method of Test For Air Content of Freshly Mixed Concrete by the Pressure Method or ASTM C 173, "Method of Test for Air Content of Freshly Mixed -Concrete by the Volumetric Method". A Chace indicator maybe used to determine the approximate air content in accordance with AASHTO T 199 and to indicate the need for checks by ASTM C 173 or ASTM C 231. If lightweight aggregates or aggregates with high absorptions are used, ASTM C 173 shall be used. E. Concrete Design Concrete conforming to these specifications may be "Ready - Mixed" in accordance with ASTM C 94, "Specifications For Ready -Mixed Concrete". Transporting vehicles shall be operated such as to insure delivery and placement in forms without loss or segregation of ingredients and, within one (1) hour of mixing time. Concrete shall be mixed continuously during transit. Mix Desian All concrete for curb and gutter, valley gutters, fillets, alley stubs, alley slabs, drainage channels, inlet boxes, headwalls, street paving slabs and medians shall: have five percent (5%) air entrainment with plus or minus; one percent (1%) tolerance. The concrete mix design shall be based on water -cement ratio, and shall be as follows for the different classes of concrete. IV-9 } Minimum Sacks Max. Gal. Max. Slump Class Cement per C.Y. Water per sack in inches r E A 5 6.5 4 C 6 6 3 r., E F 5.5 6 5.5 .5.5 3 2 P 7 5 3 The concrete mix design for the different classes shall also be such that the compressive and flexural strength for each class shall not be less than the following: t Minimum Average for Class �any test (psi) 3 day 7 day flexural 28 day comp. comp. comp. A --- 2100 --- 3000 C --- 3000 600(28 day) 3600 E 2500 3000 --- --- F 2900 3500 --- --- P --- --- 500(16 hour) --- Any concrete failing to meet these strength or air content requirements shall be removed and replaced at the expense of the Contractor. Low Strenath Concrete Any class of concrete incorporated in any part of the project which does not meet the strength requirements specified above, shall be considered low strength concrete. Low strength concrete shall be removed and replaced at the expense of the Contractor. The Engineer shall determine the exact limits of any low - strength concrete required to be removed and replaced under the provisions of this paragraph. The methods to be used in removing and replacing such concrete shall be approved by the Engineer. IV-10 F. Classification Unless otherwise shown on the plans the following Classes shall be used: Class A concrete shall be used for curb and gutter, fillets, drainage channels, medians, inlet boxes, headwalls, junction boxes, commercial drives, residential drives, reinforced concrete storm sewer pipe, retaining walls and sidewalks. Class C concrete shall be used for normal setting concrete paving and valley gutters constructed in thoroughfare and collector streets. Class E concrete shall be used for valley gutters on streets other than thoroughfares and collector streets, for alley returns, alley paving and reinforced gutter sections, and Class F concrete shall be used for railroad sections. Class P concrete shall be used for fast setting concrete pavement such as a Fast Track Concrete Pavement. G. Mixing All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one-half '(1M) minutes after all material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used. If used it shall conform to these specifications and ASTM C 94, "Specifications for Ready Mixed Concrete"and the Texas Department of Transportation Standard Construction Specifications, Item 421, "Portland Cement Concrete After mixing, the concrete shall be transported to the forms in a manner which shall prevent separation or segregation of the aggregates and shall be placed without undue delay. Equipment for chuting, pumping and pneumatically conveying concrete shall be of such,size and design to ensure a practically continuous flow of concrete at the delivery end. It shall be deposited as nearly as practicable in its final position in order to avoid rehandling or flowing of the concrete. No water shall be added to the concrete to facilitate finishing. H. Materials For Curing Concrete (1) Burlap: Burlap shall be made from jute or hemp. The burlap shall be in good condition, free from holes, dirt, clay or any other substance which interferes with it's absorptive IV-11 quality. It shall not contain any substance which would have a deleterious effect on the concrete. The burlap shall weigh not less than seven (7) ounces per square yard when clean and dry. (2) Cotton Mats: Cotton mats for curing concrete shall conform to AASHTO M 73, "Specifications for Cotton Mats for Curing Concrete". (3) Waterproof paper: Paper for curing concrete shall conform to ASTM C 171, "Specifications for Waterproof Paper for Curing Concrete". Impermeable sheets other than paper shall conform to the water -retention requirements of ASTM C 171, "Specifications for Water -proof Paper for Curing Concrete". (4) Liquid Membrane -Forming Compounds Compounds used to form an air tight membrane over fresh concrete surfaces for curing purposes shall conform to Texas Department of Transportation Standard Construction Specifications, Item 526, "Membrane Curing"; ASTM C 309, "Liquid Membrane -Forming Compounds For Curing Concrete" and/or ASTM C 171, "Standard Specification for Sheet Materials for Curing Concrete" as applicable. Liquid membrane -forming compounds shall also conform to ASTM C 156, "Test Method for Water Retention by Concrete Curing Materials". Liquid admixtures shall be protected from freezing and from settling out of solution. I. Admixtures Admixtures may be applied to the Portland Cement Concrete Mix Design as approved by the Engineer to achieve special properties. ADMIXTURES SHALL NOT BE USED AS A SUBSTITUTE FOR CEMENT. Air -Entrainment shall conform to ASTM C 260, "Standard Specification for Air -Entraining Admixtures for Concrete". Construction testing shall conform to ASTM C 233, "Test Method for Testing Air -Entraining Admixtures for Concrete". Chemical admixtures may be used when approved by the Engineer. These admixtures shall conform to ASTM C 494, "Specification for Chemical Admixtures for Concrete". Owl E IV-12 c Mineral admixtures such as fly ash and natural pozzzolans may be used as an admixture when approved by the Engineer. These admixtures shall conform to ASTM C 618, "Specification for Fly Ash and Raw or Calcined Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete". Construction testing shall conform to ASTM C 311, "Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland Cement Concrete". If fly ash is used, ASTM C 618 Class C or Class F may be used. 3. REINFORCING MATERIALS Unless otherwise noted on the plans, metal reinforcement shall be Grade 40, (minimum yield strength of the steel shall be 40,000 pounds per square inch) as defined by ASTM Specifications. A. Wire Mesh Wire mesh reinforcing shall conform to ASTM A 185, "Standard Specifications For Steel Welded Wire Fabric, Plain, For Concrete Reinforcement". Wire for concrete reinforcement shall conform to ASTM A 82, "Specifications for Cold -Drawn Steel Wire for Concrete Reinforcement". Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall be permanently marked with Grade identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee of Grade and compliance with these specifications. Reinforcement stored on the site shall be protected from accumulations of grease, mud or other foreign matter and from rust producing conditions and shall be free from rust, scale, oil, mud or structural defects. B . Bar Mats ... The steel in bar mats shall conform to ASTM A 184, "Specifications for Fabricated Steel Bar or Rod Mats for Concrete Reinforcement". Members shall be of the size and IV-13 r spacing as shown on the plans. All intersections of longitudinal and transverse bars shall be securely wired, �- clipped or welded together in the plant of the steel supplier. loam Reinforcing steel to be used shall conform to ASTM A 432 and shall be deformed in accordance with ASTM A 615, "Specifications For Deformed and Plain Billet Steel Bars For Concrete Reinforcement" unless otherwise shown on the !" plans. C. Bars Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel conforming to ASTM A 615, "Standard Specification for Deformed and Plain Billet - Steel Bars for Concrete Reinforcement" or ASTM A 616, "Standard Specification for Rail -Steel Deformed and Plain Bars for Concrete Reinforcement" or ASTM A 617, "Standard Specification for Axle -Steel Deformed and Plain Bars for Concrete Reinforcement". Bars produced by the piling method will not be accepted. Bars which depend upon bonding for their effectiveness shall conform to ASTM A 305, "Specifications for Minimum Requirements for The Deformations of Deformed Steel Bars for Concrete Reinforcement". These bars shall be free from excessive rust, scale or other substances which prevent the bonding of the concrete to the reinforcement. D. Tie Bars Tie bars shall be deformed steel bars conforming to the requirements of the specifications for reinforcing bars except that structural Grade 40 steel bars, ONLY, shall be used where the bars are to be bent and re - straightened. Joint hook bolts may be used as an alternate to tie bars. Such bolts may not be less than. one-half inch N") in diameter and shall be equipped with threaded couplings. E. Dowels and Sleeves Dowels and sleeves shall be smooth plain round bars conforming to the requirements of the specifications for reinforcing bars. Dowel bars shall not be burred, roughened IV-14 r or deformed out of round in such a manner as to effect slippage in the concrete. When metal sleeves are used, they shall cover the ends of the dowels a minimum of two inches (2") and a maximum of three inches (3"). The sleeve shall be closed at one (1) end and shall have a suitable stop to hold the end of the bar at least one inch (1") from the closed end of the sleeve. It shall be of such rigid design that the closed end will not collapse during construction. F. Supports Chairs shall be used for holding reinforcing steel in the correct position while the concrete is being placed. Chairs shall be made of metal, minimum sixteen (16) gauge in thickness, a minimum of eleven inches (11") in length, and a minimum of one and one -eighth inches (1-1/8") in width. The chairs shall be free of rust. Dowel rods shall be held in the correct position by means of fabricated steel supporting units or baskets. These units shall be sturdy and so placed that the dowels are properly aligned and parallel to the roadway centerline. The units shall be free of rust. G. Stakes Stakes used to support expansion joint fillers shall be channel or U-shaped metal, three -fourths inch (3/4") wide, three -eighths inch (3/8") deep and not less than sixteen (16) gauge in thickness. They shall be a minimum of fifteen inches (15") in length. The stakes shall be free of rust. H. Structural Steel Structural steel shall conform to ASTM A 7, "Specifications for Steel for Bridges and Buildings", ASTM A 36, " Specifications for Structural Steel" or ASTM A 373, "Specifications for Structural Steel for Welding" as applicable. I. Fiber Reinforcement Fiber reinforcement may be used in place of welded wire mesh if approved by the Engineer. IV-15 (1) The fiber used shall be one hundred percent (100%) virgin polypropylene, collated, fibrillated fibers r- specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. (2) The minimum physical characteristics of the fiber to be used is as follows: the Specific Gravity shall be ninety-one hundreths (0.91); the Tensile Strength shall be between seventy thousand (70,000) pounds per square inch and one hundred ten thousand (110,000) pounds per square inch; the Length of fibers shall be one-half inch (1/211). (3) Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of concrete listed in Section IV-2-E on pages 5 and 6 of these Specifications. Quantities to be used shall conform to manufacturer's recommendations, unless otherwise g directed by the Engineer. w. 4. JOINT MATERIAL A. Expansion Joint Materials Bituminous premolded expansion joint material -shall conform to Item No. 433.2(5)(c) of the Texas Department of Transportation Standard Construction Specifications and conform to ASTM D 1751, "Standard Specification For Preformed Expansion Joint Filler For Concrete". Expansion joints shall be placed as shown on the plans or as directed by the Engineer. B. Joint Sealants (1) Hot Poured Sealants Joint sealants shall conform to ASTM D 3405, "Joint Sealants,- Hot Poured, For Concrete and Asphalt Pavements" for use in joints between portland cement concrete and bituminous concrete. Joint sealants shall conform to ASTM D 3406,."Joint .Sealants, Hot Poured, Elastomeric Type" for use in all other joints in portland cement concrete pavement. IV-16 (2) Cold Poured Sealants Joint Sealants shall conform to ASTM C 920, "Specification For Elastomeric Joint Sealants" for all joints. Joint sealing -material shall be W.R. Meadows "GARDOX" or "SOF-SEAL" or equivalent as approved by the Engineer The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall be a soft, highly flexible, rubber like material after curing.which shall not track or flow in the summer nor crack or break when exposed to repeated freeze/thaw cycles. C. Backer Rod The backer rod diameter shall be twenty five percent (25°s) greater than the reservior width. The backer rod material shall be made of polyetrhylene foam, crosslinked polyethylene foam, polyurethane foam or other material as suggested by the manufacturer. The compression/deflection of the material shall be approximately eight pounds per square inch (8 psi) at twenty five percent (250) compression. The material shall not melt, shrink, evaporate, be water absorbent, nor stain and shall be compatible with the application temperature of the sealant. 5. FORMS r Forms for curb and gutter, alley paving and other miscellaneous flatwork may be either of wood or metal, of a section satisfactory to the Engineer, free of warp, and a depth equal to the depth of the concrete section formed. Wooden forms shall be kept moist. Forms shall be constructed accurately to the line and grade as established in the field. The forms shall be adequately braced so that they will not move during or after the placing of the concrete. These forms shall -remain in place at least eight (8) hours after placing the concrete. Forms shall be oiled with a light oil before each use and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. Forms used for curb construction shall meet all of the above IV-17 .M% specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow can be obtained by other methods as approved by the Engineer. In no case will a concrete pour be started without the approval of the Engineer. No forms shall be placed until the compacted subgrade is within one inch (111) of its finished grade. Forms for alley slabs may be used as a guide for screeding. Where longitudinal construction joints are required, the form shall be so constructed as to provide a one and one -eighth inch (1- 1/8") "V" shaped groove in the face. Forms for structural concrete shall meet all the specifications above for curb and gutter, alley paving and other miscellaneous flatwork forms except they shall not be removed without approval of the Engineer. 6. FLEXIBLE BASE (CALICHE) A. Description "Flexible Base (Caliche)" shall consist of a foundation course for surface course or for other base courses. It shall be composed of caliche and stone materials and shall be constructed as herein specified in one or more courses in conformity with the typical sections shown on the plans and to the lines and grades as established by the Engineer. B. Material (1) The material for the base course shall consist of argillaceous limestone, calcareous or calcareous clay particles, conglomerate, gravel, sand or other granular materials. The material source shall be approved by the Engineer. All the acceptable material shall be crushed and returned to the screened material again in such manner that a uniform product will be produced. Samples for testing the material shall be taken prior to the compaction operations and will normally be done at the stockpile. Samples shall be taken in accordance with ASTM D 75, "Practice For Sampling Aggregates". Stripping as necessary will be done by the Contractor. No payment will be made for stripping. The cost for this operation shall be subsidiary to the bid price for the base material. IV-18 (2) The material shall conform to the following gradations when tested in accordance with ASTM C 136:- Sieve Size 2" 1-1/2" 7/8" 1/211 #4 #40 ------------------------------------------------------- retained 0 0-5 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with Texas Department of Transportation Test Method Tex-101-E and ASTM D 4318, "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". The Liquid Limit shall be a maximum of 45; the Plasticity Index shall be a maximum of 15 and a minimum of 3; and the Linear Shrinkage shall be a maximum of 10. (3) Wet Ball Mill Test of Flexible Base Material The material, when tested in accordance with Texas Department of Transportation Test Method Tex-116-E, shall have a maximum allowable value of 55_ C. In -Place Density Tests The In -place density tests shall be taken by the City of Lubbock Testing Laboratory after final compaction of each layer of the base course. ASTM D 2922, "Test Methods For Density of Soil And Soil -Aggregate In Place By Nuclear Methods (Shallow Depth)" shall be used. Each test shall conform to the applicable ASTM Specification. 7. LIME TREATMENT A. Lime for soil stabilization (road mixed) This item shall govern for treating the new or existing subgrade, the existing pavement structure or a combination thereof to be used as subgrade by pulverizing, adding lime, mixing and compacting the mixed material to the required density. _ The lime shall meet the requirements of the Texas Department of Transportation Standard Construction IV-19 Specifications, Item 264, "Lime and Lime Slurry" for the type of lime specified. All aspects of this item including materials, equipment, construction methods, mixing, compaction methods, reworking, finishing and curing shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 260, "Lime Treatment For Materials Used As Subgrade". Prior to treating the existing material, the subgrade material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. The stabilized material shall be compacted in accordance with TxDOT Test Method Tex-121-E. B. Lime treatment for caliche base courses (road mixed) This item shall govern treating new and/or existing base �. and surfacing (with or without hot mix asphaltic concrete pavement) by pulverizing, adding lime, mixing and compacting the treated material to the required density. The lime shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry" for the type of lime specified. All aspects of this item including materials, equipment, construction methods, mixing, compaction methods, reworking, finishing and curing shall conform to Texas Department of Transportation Standard Construction Specifications, Item 262, "Lime Treatment For Base Courses(Road Mixed)". Prior to treating existing material, the subgrade or base material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the r., Engineer. The stabilized material shall be compacted in accordance with TxDOT Test Method Tex-121-E. C. Lime Treatment for caliche base courses (plant mixed) This item shall consist of the construction of a foundation for surface course or other base courses consisting of a mixture of base material, hydrated lime and water. IV-20 The lime shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry". Type A Hydrated Lime shall be used. All aspects of this item,including materials, equipment, proportioning, construction methods, mixing, compaction, reworking, finishing and curing,shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 263, "Lime Treated Base(Plant Mixed)". Prior to treating existing material, the subgrade or base material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. The stabilized material shall be compacted in accordance with TxDOT Test Method Tex-121-E. 8. FLY ASH Fly ash may be either Class C or Class F as designated by ASTM C 618, "Standard Specification For Fly Ash and Raw or Calcined Natural Pozzolan For Use As A Mineral Admixture In Portland Cement Concrete". Fly ash shall also meet the requirements of the Texas Department of Transportation "Departmental Materials Specification: D-9-9800, Fly Ash". Prior to treating existing material, the subgrade or base material shall be shaped to conform to the typical sections and elevations shown on the plans or as established by the Engineer. Fly ash stabilized materials shall be compacted in accordance with TxDOT Test Method Tex-127-E. 9. FLY ASH BASE A. DESCRIPTION This item shall consist of a foundation course for surface course or other base courses. It shall be composed of a compacted mixture of crushed cured fly ash from sources approved by the Engineer, (Once the source is selected the Contractor shall not change to another source without the Engineer's written approval). It shall be constructed as herein specified in one or more IV-21 r� courses in conformity with the typical sections shown on the plans and to the lines and grades as established by the Engineer. B. MATERIALS (1) The material for the base course shall consist of a fly ash which has set, cured, been mined, crushed and sized. The crushed, cured fly ash shall be free of injurious or hazardous products, organic materials, or other foreign matter. (2) The material shall comply with either Class 2 or Class 3 Industrial Waste Requirements set forth in 30 Texas Administrative Code, Section 335.506 and Section 335.507. C. TRIAXIAL SHEAR TEST OF FLY ASH BASE MATERIAL The material, when tested in accordance with Texas Department of Transportation Test Method Tex-117-E, shall be in a Triaxial Class not less than Class 1. D. IN -PLACE DENSITY TESTS r•• The In -place density tests shall be taken by the City of Lubbock Testing Laboratory after final compaction of each layer of the base course. ASTM D 2922, "Test Methods For Density of Soil And Soil -Aggregate In Place ` By Nuclear Methods (Shallow Depth)" shall be used. l Each test shall conform to the applicable ASTM Specification. 10. ASPHALT STABILIZED BASE '(PLANT MIX) Description This item shall consist of base courses to be composed of a compacted mixture of graded gravel base material from sources approved by the Engineer, (Once the source is selected the contractor shall not change to another source without the Engineer's written approval). IV-22 A. Asphalt Stabilized Materials for Base Mixture The asphaltic material shall be mixed hot in a mixing plant approved by the Engineer. The percent W asphalt content shall be determined by the Engineer in accordance with Texas Department of Transportation Test Method Tex-126-E and Texas Department of Transportation Test Method Tex-204- F or other established procedures. B. Materials (1) Mineral Aggregate (Graded Gravel) The material shall be crushed and shall be screened as necessary to meet the requirements hereinafter specified and shall consist of durable aggregate particles otherwise specified below. This mixture shall conform to the Texas Department of Transportation Standard Construction Specification, Item 345, "Asphalt Stabilized Base (Plant Mix)". (2) Stockpiling, Storage, Proportioning -and Mixing Prior to the mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than ten feet (101) in height and constructed in layers not exceeding eighteen inches (18") in depth or as directed by the Engineer. The plant shall have and maintain at least a two (2) -- day supply of aggregate on hand unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to _ prevent segregation of aggregate and mixing of aggregate from stockpiles and/or other sources. The gradation requirements for the individual stockpiles and proportioning from these stockpiles shall be the contractor's responsibility. IV-23 r t f ( 3 ) Gradation Unless otherwise specified, the grading of the mineral aggregate shall conform to the limitations as shown below: Grade 4 -- Grading requirements percent retained -sieves 1-1 2" 7 8" 1 2"4 #40 r' 0 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when tested in accordance with the Texas Department of Transportation Test Method Tex-101-E procedure: The liquid limit shall not exceed................45 The plasticity index shall not exceed ............ 15 The linear shrinkage shall not exceed.............5 Samples for testing the material shall be taken prior to the mixing operations. Where more than one material is used, tests will be on the combined materials. The mineral aggregate shall not contain more than one- half of one percent (0.5%) moisture prior to entering the pugmill for mixing with asphalt. C. Asphaltic Materials for Paving r• Asphalt for the paving mixture shall be of the type as determined by the Engineer and shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalt, Oils, and Emulsions." The grade of asphalt used shall be designated by the t Engineer. The Contractor shall notify the Engineer of the source of his asphaltic material prior to design or ,.. production of the asphaltic mixture and this source shall f not be changed during the course of the project, except when authorized by the Engineer. (1) Asphaltic Stabilized Mixture The mixture shall consist of a uniform blend of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements as shown in the specifications or on the plans. The IV-24 I 10 asphaltic material shall form from four percent (40-o) to nine percent M) of the mixture by weight. The design percent asphalt to be used shall be determined in accordance with Texas Department of Transportation Test Method Tex-126-E or Texas Department of Transportation Test Method Tex-204-F and procedures outlined in the Texas Department of Transportation Bulletin C-14. The percent of asphalt in the mix shall be determined by ASTM D 2172, "Test Method For Quantitative Extraction of Bitumen From Bituminous Paving Mixtures"; ASTM D 4125, "Method of Test for asphalt content of Bituminous Mixtures by Nuclear Method"; Texas Department of Transportation Test Method Tex-210-F or Texas Department of -Transportation Test Method Tex-126-F as applicable. (2) Tack Coat Asphaltic materials shall of Transportation Standard Item 300, "Asphalts, Oils, by the Engineer. ( 3 ) Tolerances conform with Texas Department Construction Specifications, and Emulsions, as approved The Engineer will designate the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used in the project. When tested as determined by the Engineer, samples of the mixture shall not vary from the asphalt content designated by the Engineer by more than two. -tenths of one percent (0.2%) dry weight based on total mixture. Asphaltic concrete pavement and asphaltic stabilized base shall be machine layed and the equipment shall conform with Texas Department of Transportation Standard Construction Specifications, Item 340,"Hot Mix Asphaltic Concrete Pavement". EQUIPMENT - MIXING PLANTS BLACK BASE AND HOT -MIX All equipment for the.handling of all materials and placing of themixtureshall be maintained in good operating condition and subject to approval of the IV-25 mixing and repair and Engineer. Any equipment found to be defective and affecting the quality of the mixture will be replaced. Mixing plants may be the weigh -batch type or the continuous mixing type or the drum mix type. All types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, bins and dust collectors and shall consist of the following essential pieces of equipment. When requested by the Engineer, weigh -batch and continuous types of mixing plants shall be equipped with automatic proportioning devices in accordance with the requirements of Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment." If automatic recording devices are required by the plans, they shall be in accordance with the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment." A. Weigh -Batch Type 1) Cold Aggregate Bin Unit and Proportioning Device The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual materials to be used. The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one compartment to another. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned from a separate bin. (2) Dryer The dryer shall be the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that the aggregate will not be injured in the necessary drying and heating `. operations required to obtain a mixture of the specified temperature. The burner, or combination of burners, and type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer f shall be provided which will record the temperature of IV-26 the aggregate prior to the mixing operation. The dryer shall be of sufficient size to keep the plant in continuous operation. (3) Screening and Proportioning The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store theamount of aggregate required to properly operate the plant and to keep the plant in continuous operation at full capacity. The_hot bins shall be constructed so that oversize and overloaded material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. (4) Aggregate Weigh Box and Batching Scales The aggregate weigh box and hatching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of Texas Department of Transportation Item 520, "Weighing and Measuring Equipment." (5) Asphaltic Material Bucket and Scales The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. If the material is _ measured by weight, the bucket and scales shall conform to Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment." If a pressure type flow meter is used to measure the asphaltic material, it must comform to Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment". This system shall include an automatic temperature compensation device to ensure a constant percent by weight of asphaltic material in the mixture. IV-27 s=% (6) Mixer •- The mixer shall be of the pugmill type and shall have a capacity of not less than three thousand pounds (3,000#) of natural aggregate mixture in a single batch, unless otherwise shown on the plans. The number ,., J and position of blades shall provide a uniform mix. The mixer shall be equipped with an approved spray bar that will distribute the asphaltic material quickly and uniformly throughout the mixer. Any mixer that has a tendency to segregate the mineral aggregate or fails to secure a thorough and uniform mixture with the asphaltic material shall not be used. This shall be lj determined by mixing the standard batch for the required time, then dumping the mixture, taking samples from its different parts and testing by Test Method r' Tex-210-F to show that the batch is uniform throughout. All mixers shall be provided with an automatic timer that will lock the discharge doors of the mixer for the - required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the mixer. (7) Surge -Storage System A surge storage system may be used. It shall be adequate to minimize production interruptions during the normal day's operation. A device such as a gob Hopper or other similar.devices approved by the Engineer to prevent segregation in the surge storage bin will be required. If the Contractor elects to use a surge storage system, scales conforming to the requirements outlined herein will be required. (8) Scales Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment". If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. r fi IV-28 B. Continuous Mixing Type (1) Cold Aggregate Bin Unit -and Proportioning Device The number of compartments in the cold aggregate bin shall be equal to or greater than the number of .stockpiles of individual materials to be used. The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one compartment to another. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportioning to the dryer. Each aggregate shall be proportioned from a separate bin. (2) Dryer The dryer shall be the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that the aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperature. The burner, or combination of burners, and type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer shall be provided which will record the temperature of the aggregate prior to the mixing operation. The dryer shall be of sufficient size to keep the plant in continuous operation. (3) Screening and Proportioning The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and to keep the plant in continuous operation at -- full capacity. The hot bins shall be constructed so that oversize and overloaded material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at IV-29 nr OMR least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. (4) Hot Agarecrate Bin The hot bins shall be so constructed that oversize and overloaded material will be discarded through an overflow chute. Hot aggregate bins that become deficient in material shall activate a switch that automatically stops the plant until proper adjustments are made. (5) Hot Aggregate Proportioninct Device The hot aggregate proportioning device shall be so designed that when properly operated, a uniform and continuous flow of aggregate into the mixer will be maintained. (6) Asphaltic Material Spray Bar The asphaltic material spray bar shall be so designed that the asphalt will spray uniformly and continuously into the mixer. (7) Asphaltic Material Meter An asphaltic material recording meter meeting the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", shall be placed in the asphalt line leading to the spray bar so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the meter output. The asphalt meter and line to the meter shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and meter at or near that temperature specified for the asphaltic material. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the recording meter IV-30 0 shall be maintained at plus or minus 100 F (± 10°F) (t 6°C) of the temperature at which the asphalt metering pump was calibrated and set. Inability to maintain this tolerance in temperature shall result in an adjustment of the pay quantity for the asphaltic material. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Texas Department of Transportation, Item 520" weighing and Measuring Equipment", shall apply. (8) Mixer The mixer shall be of the pugmill continuous type and shall have a capacity of not less than forty (40) tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixing of the aggregate with the asphaltic material shall not be used. The dam gate at the discharge end of the pugmixer and/or pitch of the mixing paddles shall be so adjusted to maintain a level of mixture in the pug mixer between the shaft and the lower paddle tip (except at the discharge end). (9) Surge Storage System A surge storage system may be used. It shall be adequate to minimize production interruption during the normal day's operation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge storage bin will be required. If the Contractor elects to use a surge storage system, scales conforming to the requirements outlined herein will be required. (10) Scales Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 520, _ IV-31 r; "Weighing and Measuring Equipment.'' If truck scales are used, they shall be placed at a location approved by r- the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. C. Drum Mix Plant Unless otherwise shown on the plans, the Contractor may, at his option elect to use the drum mixing process in the mixing of asphalt stabilized base material. The plant shall be adequately designed and constructed for the process of mixing aggregates and asphalt in the dryer -drum without preheating the aggregates. The plant shall be equipped with satisfactory conveyors, power units, aggregate handling equipment and feed controls and shall consist of the following essential pieces of equipment. (1) Cold Aggregate Bin Unit and Feed System The number of bins in the cold aggregate bin unit shall be equal to or greater than the number of stockpiles of individual materials to be used. The bins shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one bin to another bin. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion of the mixer. Each aggregate shall be proportioned in a separate bin with total and proportional control. The system shall provide positive weight measurement of the combined cold aggregate feed by use of belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device as required by Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment". When a belt scale is used, mixture production shall be maintained so that the scale normally operates between fifty percent (50t) and one hundred percent (100%)of its rated capacity. Belt scale operation below fifty percent (500) of the rated capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", at the IV-32 selected rate and it can be.satisfactory demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. (2) Scalping Screen A scalping screen shall be required, unless otherwise shown on the plans, and shall be located ahead of any weighing device (3) Asphaltic Material Measurincr System An asphaltic material measuring device meeting the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", shall be placed in the asphalt line leading to the dryer -drum mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt measuring device and line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and measuring device near that temperature specified for the asphaltic material. The measuring system shall include an automatic temperature compensation device to maintain a constant percent by weight of asphaltic material in the mixture. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the measuring device shall be maintained at plus or minus 10OF (6°C) of the.temperature at which the asphalt measuring device was calibrated and set. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment", shall apply. (4) Synchronization Equipment for Feed Control System The asphaltic material feed control shall be coupled with the total aggregate weight measurement device in IV-33 f r such manner as to automatically vary the asphalt feed as required to maintain the required proportion. (5) Drum Mix The drum mixing system shall be of the type that continually agitates the aggregate and asphalt mixture during heating and in which the temperature can be so controlled that the aggregate and asphalt will not be damaged in the necessary drying and heating operations ,•. required to obtain a mixture of the specified temperature. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the drum mixer. (6) Surge Storage System A surge storage system will be required. It shall be adequate to minimize the production interruptions during the normal day's operations and shall be so constructed to minimize segregation. A device such as a gob hopper or other similar device approved by the Engineer to prevent segregation in the surge storage bin will be required. (7) Scales Chr` Scales may be standard platform truck scales, belt scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Texas Department of Transportation Standard Construction Specifications, Item 520, "Weighing and Measuring Equipment". If truck scales are Poo used, they shall be placed at a location approved by j the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. r D. Asphaltic Material Heating Equipment Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight. Direct fire heating of asphaltic materials will be permitted, provided IV-34 the heater used maintains a positive circulation of the asphalt throughout the heater without damage to the asphalt. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperatures of the asphaltic material at the highest temperature. E. Spreading And Finishing Machine The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and when the mixture is dumped directly into the finishing machine shall have adequate power to propel the delivery vehicles in a satisfactory manner. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capability to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The use of any vehicle which requires dumping directly into the finishing machine and which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grades without resorting to hand finishing will not be allowed. Vehicles dumping directly or indirectly into the finishing machine shall be so designed and equipped that unloading into the finishing machine can be mechanically and/or automatically operated in such a manner that overloading the finishing machine being used cannot occur and the required lines and grades will be obtained without resorting to hand finishing. Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be permitted provided that the loading equipment is constructed and operated in such manner that substantially all of the mixture deposited on the roadbed is picked up and loaded in the finishing machine without contamination by foreign material of the mixture and excessive temperature loss is not encountered. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and IV-35 4 subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. Automatic screed controls, if required, shall meet the requirements of the Texas Department of Transportation Standard Construction Specifications Item 342, "Plant Mix Seal". F. Rollers It shall be the responsibility of the Contractor to have rolling equipment available on the job to properly compact the paving mixture in place as required without delay to the laydown operation. Rollers provided shall meet the qualifications for their type as follows: (1) Pneumatic Tire Rollers (Required on all Black Base and Hot Mix Surfacing) The rollers shall be acceptable medium pneumatic tire rollers conforming to the requirements of Texas Department of Transportation Standard Construction Specification Item 213, "Rolling (Pneumatic Tires)," Type B, unless otherwise specified on the plans. (2) Two Axle Tandem Roller (Required on All Hot Mix Surfacing) This roller shall be an acceptable power -driven tandem roller weighing not less than eight (8) tons. (3) Three Wheel Roller (Required on All Black Base and Hot Mix Surfacing) This roller shall be an acceptable power -driven three wheel roller weighing not less than ten (10) tons. (4) Three Axle Tandem Roller This roller shall be an acceptable power -driven three axle roller weighing not less than.ten (10) tons. IV-36 (5) Trench Roller This roller shall be an acceptable power -driven trench roller equipped with sprinkler for keeping the wheels wet and an adjustable road wheel so that, the roller may be kept level during rolling. The drive wheel shall be not less than twenty inches (20") wide. The roller under working conditions shall produce not less than three hundred twenty five (325) pounds per linear inch of roller width and be so geared that a speed of approximately one and eight -tenths (1.8) miles per hour is obtained in low gear. (6) Vibratory Steel -Wheel Roller (Required on all Black Base) This roller shall have a minimum weight of six (6) tons. The compactor shall be equipped with amplitude and frequency controls and specifically designed to compact the material on which it is used, and shall be operated in accordance with the manufacturer's recommendations or as directed by the Engineer. (7) Straightedges and Templates When directed by the Engineer, the Contractor shall provide acceptable ten feet (101) straightedges for surface testing. Satisfactory templates shall be provided as required by the Engineer. (8) Alternate Equipment When permitted by the Engineer in writing, equipment other than that specified which will consistently produce satisfactory results may be used. (9) Inspection It will be the Contractor's responsibility to provide safe and accurate means to enable inspection forces to take all required samples, and to provide permanent means for checking the output of any specified metering IV-37 device and to perform the calibration checks as required by the Engineer. G. Stockpiling, Storage And Mixing (1) Stockpiling of Aggregates Prior to mixing operations with asphaltic material,. processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and shall be smoothed and well drained as directed by the Engineer. The aggregate stockpiles shall be not less than ten feet (101) in height and constructed in layers not exceeding eighteen inches (18") in depth or as directed by the Engineer. The plant shall have and maintain at least a two-day supply of aggregates on hand at all times, unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to prevent segregation of aggregate and mixing of aggregates from stockpiles and/or other sources and will not allow contamination with foreign material. More than one stockpile will be permitted unless otherwise shown on plans. The gradation requirements for the individual stockpiles and proportioning from these stockpiles will be the Contractor's responsibility as approved by the Engineer. (2) Storage and Heating of Asphaltic Materials The asphaltic material storage shall be ample to meet the requirements of the plant. Asphalt shall not be heated to a temperature in excess of that specified.in Texas Department of Transportation Standard Construction Specifications Item 300, "Asphalts, Oils and Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all times and shall be operated in such manner that there will not be contamination with foreign matter. (3) Feeding and Drying of Aggregate The feeding of various sizes of shall be done through the cold proportioning device in such a and constant flow of materials IV-38 aggregate to the dryer aggregate bins and the manner that a uniform in the required I proportions will dried and heated produce a mixture no case shall the mixture unit at a (4) Proportioning be maintained. The aggregate shall be to the temperature necessary to having the specified temperature. In aggregate be introduced into the temperature more than 400OF (2040 C). The proportioning of the various materials entering the asphaltic mixture shall be the responsibility of the Contractor as approved by the Engineer and in accordance with these specifications. The asphaltic material and aggregates may be proportioned by weight or by volume based on weight using the specified equipment. ( 5 ) Mixinca (a) Weicrh-Batch Tytpe Mixer In the charging of the weigh box and in the charging of the mixer from the weigh box such methods or devices shall be used as are necessary to secure a uniform asphalt mixture. In introducing the batch into the mixer, all mineral aggregate shall be introduced first and shall be mixed thoroughly for a period of five (5) seconds to twenty (20) seconds or as directed, to uniformly distribute the various sizes throughout the batch before the asphaltic material is added. The asphaltic material shall then be added and the mixing continued for a total mixing period of not less than thirty (30) seconds. This mixing period may be increased, if in the opinion of the Engineer, the mixture is not uniform or the aggregates or not properly coated. The differential in temperature of theaggregatesand the asphalt as.they enter the pugmixer shall not exceed 250 F (140C). Temporary storing or holding of the asphaltic mixture by the surge storage system may be used during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage bin must be of equal quality to that coming out of the mixer. IV-39 r� E �.. (b) Continuous -Type Mixer r II The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixer shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. The differential in temperature of the aggregates and the asphalt as they enter the pugmixer shall not exceed 250 F (140 C) . Checks on asphalt used shall be made at least twice daily comparing the asphalt used in ten (10) loads of completed mix as shown on the asphalt recording meter and the design amount for these ten (10) loads. The acceptable percent of variation between the asphalt used and the design amount will be as shown on the plans or as determined by the Engineer. Temporary storing or holding of the asphaltic mixture by the surge storage system may be used during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage bin must be of equal quality to°that coming out of the mixer. (c) Drum -mix Plant The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixing unit shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. Temporary storing or holding of the asphaltic mixture by the surge storage system will be required during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage bin must be of equal quality to that coming out of the mixer. The mixture, when discharged from the plant, shall not have a moisture content greater than one percent (l,) by weight unless otherwise shown on the plans and/or specified by the Engineer. The moisture content shall be determined in accordance with Test Method Tex-212-F, Part II. IV-40 The mixture produced from each type of mixer shall not vary from the specified mixture by more than the tolerances herein specified. The asphaltic mixture from each type of mixer shall be at a temperature between 3000 F (1490 C) and 3500 F (1770 C) when discharged from the mixer. The Engineer will approve the temperature within the above limitations. The mixture when discharged from the mixer shall not vary from this selected temperature more than 250 F (140 C). In no case shall the temperature exceed 3600 F (1820 C). H. Construction Methods (1) Temperature Requirements A. Hot Mix Asphaltic Concrete (HMAC) - November 1st until April 1st 1. The asphaltic mixture shall not be placed when the air temperature is below 550 F (130 C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 500 F,(100 C) and rising. B. Hot Mix Asphaltic Concrete (HMAC) - April 2nd until October 31st 1. The asphaltic mixture shall not be placed when the air temperature is below 500 F (100 C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 450 F (70 C)and rising. C. Asphalt Stabilized Base 1. The asphaltic mixture shall not be placed when the air temperature is below 450 F (70 C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 400 F (40 C)and rising. The Engineer shall use his discretion to require a cover over the asphaltic mixture when being hauled from the plant IV-41 ON% OW i to the job site. The air temperature shall be determined by the Engineer or City Representative. The air temperature shall be taken in the shade away from artificial heat or as reported by the National Weather Service on their hourly report (telephone no. 762-0141). The air temperature taken at the jobsite by the Engineer or City Representative shall take precedence over the National Weather Service temperature at the Engineer's discretion. It is further provided that the prime coat, tack coat or asphalt �j stabilized base shall be placed only when the general ii weather conditions and temperature and moisture conditions of the subbase or subgrade,in the opinion of the Engineer, are suitable. G If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 250 F (140 C) or more below the temperature approved by the Engineer, all or any part of the load may be rejected and payment will not be made for the rejected material. (2) Prime Coat The prime coat shall consist of an application of twenty- five hundredths (0.25) gallon per square yard of RC asphalt. The asphalt stabilized base shall not be applied on a previously primed course until the prime coat has completely cured to the satisfaction of the Engineer. (3) Tack Coat r Before the asphaltic mixture is laid, the surface upon r which the tack coat is to be placed shall be cleaned with a power broom thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. The tack coat shall be applied, as directed by the Engineer. Where the asphaltic mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All �• contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. During the r application of the tack coat, care shall be taken to r prevent splattering of the adjacent pavement, curb and F IV-42 r gutter and structures. The tack coat shall be rolled with a pneumatic tire roller when directed:by the Engineer. The tack coat between asphaltic materials shall consist of the application of one tenth (0.1) gallon per square yard of AC-10 asphalt. (4) Transportin The asphaltic mixture, prepared as specified above shall be hauled to the work in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. (5) Placing Generally, the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine. When properly compacted, the finished course will be smooth, of uniform density, and will conform with the typical sections shown on the plans and to the lines and grades established by the Engineer. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. The mixture shall be spread and compacted in layers or lifts as specified on the plans or as directed by the Engineer. The sequence of compacting shall be such that undue displacementofthe edge of the course does not occur. On deep lifts, the edge of the course may be rolled with a motor grader wheel or similar equipment or supported by blading a roll of earth against the edge of the course prior to compacting the surface. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when IV-43 .! F authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods. I. Compacting (1) As directed by the Engineer, the asphalt stabilized base shall be compacted thoroughly and uniformly with the specified rollers. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compacting equipment that will produce equivalent relative compaction as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. When directed by the Engineer, the initial compaction shall be accomplished with pneumatic tire rollers. (2) When rolling with the three wheel, tandem, or vibratory rollers, rolling shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. When rolling with vibratory steel wheel rollers, the manufacturer's recommendation shall be followed unless directed otherwise by the Engineer. Rolling with pneumatic -tire roller shall be done as directed by the Engineer. Rolling shall be continued until no further increase in density can be obtained and all roller marks are eliminated. The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs, it shall be corrected at once by the use of a rake, and of fresh mixtures where required. The roller shall not be allowed to stand on any portion of the pavement mixture which has not been fully compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the dropping of diesel, gasoline, oil, grease or other IV-44 foreign matter on the roadway, either when the rollers are in operation or when standing. The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. Compaction shall be completed before the asphaltic mixture cools below 1850 F (850 C). J. Surface Finish The compacted material shall conform to the typical cross sections, lines and grades as shown on plans and directed by the Engineer and shall have a smooth surface with a reasonably uniform texture acceptable to the Engineer. Unacceptable finished surfaces may be corrected by the placement of additional mixture, all at the expense of the Contractor. K. Protection Of The Work And Opening To Traffic The completed asphalt stabilized base course shall be opened to traffic as provided by the plans and as directed by the Engineer. All construction traffic allowed on the base course shall comply with the State of Texas and City of Lubbock laws and ordinances governing traffic on highways unless otherwise authorized by the Engineer. When another roadway surface is provided for the traveling public and construction traffic through the project, the Engineer may prohibit traffic on the completed base course. L. In -Place Density Tests City personnel will provide density tests and results throughout -the construction process at no cost to the contractor. In the event the original tests fail, all retests as necessary will be the cost of the Contractor. Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to determine the composition, compaction, and density of the pavement. Samples for each day or fraction thereof shall IV-45 I 4 be taken by City personnel. The contractor shall replace the pavement removed from core holes with material approved by the Engineer at no cost to the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made by the r.. Contractor as directed by the Engineer. U 11. ASPHALTS. OILS and EMULSIONS Asphalts used on all City of Lubbock paving projects shall comply with Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts, Oils and Emulsions". A. Asphalt Cement The asphalt cement shall be homogeneous, free from water, shall not foam when heated to 3470F (161°C) and shall conform to the requirements of Texas Department of Transportation Standard Construction Specifications, Subarticle 300.2.(1), Table 1. B. Latex Modified Asphalt (1) Latex Additive Latex additive shall be an emulsion of stryene- butadiene low temperature copolymer in water. The emulsion shall have good storage stability and possess the following properties: Monomer ratio of Latex butadiene to styrene (73t5)=(27t5) Minimum Solids Content percent by weight 45 Viscosity of Emulsion at (77f1)°F, cps, max (No. 3 spindle, 20 RPM, Brookfield RVT Viscometer) 2000 The manufacturer shall furnish the actual styrene- butadiene rubber (SBR) content for each batch of latex IV-46 emulsion. This information shall accompany all shipments to facilitate proper addition rates. (2) Latex Modified Asphalt Cement This material shall consist of AC-10 asphalt cement in accordance with Texas Department of Transportation Standard Construction Specifications, Subarticle 300.2.(1) to which has been added a styrene-butadiene rubber latex. The amount shown is based on latex solids in the finished asphalt cement -latex blend. Possible combinations and their intended uses are as follows: Material Use AC-5 + 2t latex solids Seal coats and surface treatments AC-10 + 2t latex solids Seal coats and surface treatments or asphaltic concrete AC-10 + 3t latex solids Asphaltic Concrete The finished asphalt cement -latex additive blend shall be smooth, homogeneous and comply with the following requirements: Property AC-S + 21 'latex AC-10 + 2t latex AC-1 + 3 0 latex Minimum SBR content, percent by wt. solids (IR determination)* 2.0 2.0 3.0 Penetration, 100 , 5 sec, 770F min 120 80 75 Viscosity, 140°F, poises, minimum 700 1300 1600 Viscosity, 275°F, poises, maximum 7.0 8.0 12.0 Ductility, 39.2°F, 1 cm/min, cm, minimum - - 100 Ductility, 39.20F, 5 cm/min, cm, minimum 70 60 - Separation of polymer, 3250F** NONE NONE NONE IV-47 r 7 7! r * The asphalt supplier shall furnish the City of Lubbock testing laboratory samples of the base asphalt and latex emulsion used in making the finished product. ** A 350 gram sample of the asphalt cement -latex additive blend is stored for forty eight (48) hours at 325°F (163°C). Upon completion of the storage time the sample is visually examined for separation of rubber from the asphalt (smoothness and homogeneity). If a question still exists about the rubber, a sample will be taken from the top and bottom for Infrared Spectroscopy analysis to determine actual rubber contents. A difference of four -tenths percent (0.4%) or more between the top and bottom concentration levels constitutes separation. When the latex modified asphalt is to be used in asphaltic concrete and the latex additive is introduced separately at the mix plant, either by injection into the asphalt line or into the mixer, the compatibility and stability of the asphalt cement -latex additive combination shall be determined by preparing a laboratory blend and storing it for five (5) hours at 325OF (1630C). Upon completion of storage time, the sample shall be examined as indicated above. Material storage, heating and application temperatures shall comply with Texas Department of Transportation Standard Construction Specifications, Subarticle 300.3. supplemented by the following: All AC -latex blends 11490C-1910C 1 1990C 1 1990C ***Maximum temperature for storage by the asphalt supplier or the Contractor shall be 375OF (1910C). On AC-5 and AC-10 + 2% SBR designated for seal coat or surface treatment work, the temperature may be increased to a maximum of 390OF (199°C) by the supplier loading through an in -line heater, or with permission of the Engineer, these materials may be heated to a maximum of 390OF ( 199°C) by the Contractor just prior to application. IV-48 7 12. HOT MIX ASPHALTIC CONCRETE PAVEMENT This item shall govern for -all courses of a hot mix asphaltic concrete mixture used as a base course, a level -up course, a surface course or any combination of these courses. Each course shall be composed of a compacted mixture of aggregate, asphalt cement and. additives, as approved, mixed hot in a mixing plant. Each course shall comply with Texas Department of Transportation Standard Construction Specifications, Item 340, "Hot Mix. Asphaltic Concrete Pavement". The Contractor shall furnish materials meeting the following requirements prior to mixing. (A) Aacrrecrate (1) General The mineral aggregate shall be composed of coarse aggregate, a fine aggregate, and if required, a mineral filler. Samples of coarse aggregate, fine aggregate and mineral filler shall be submitted to the City of Lubbock Testing Laboratory for testing and approval by the Engineer. Approval of other material and of the source of supply must be obtained from the Engineer prior to delivery. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have -a sand equivalent value of not less than forty-five (45), unless otherwise shown on the plans when tested in accordance with ASTM D 2419, "Sand Equivalent Value of Soils and Fine Aggregate". The percent M of flat or elongated slivers of stone for -any course shall not exceed twenty five percent (250), when tested in accordance with Texas Department of Transportation Test Method Tex-224-F. The aggregate will be subjected to five (5) cycles of magnesium sulfate soundness testing in accordance with Texas Department of Transportation Test Method Tex-411- A. The loss shall not exceed twenty five percent (250), unless otherwise shown on the plans. Aggregate that appears susceptible to film stripping when tested in accordance with ASTM D 1075, "Standard Test Method For Effect of Water on Cohesion of Bituminous Mixtures minimum of seventy percent (700) IV-49 r r" 11 index of retained strength and tested in accordance with AASHTO T 283, minimum seventy percent (70k) tensile strength ratio, shall be rejected or conditioned with an anti -stripping agent as approved by the Engineer. Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and grass and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation, such as a large coarse aggregate, and a small coarse aggregate stockpile such that the grading requirements of the specified type will be met when the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall contain more than ten percent (101i) by weight of materials that will pass a No. 10 sieve except as noted on the plans or provided for by special provision. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to fifteen percent (15%) by weight, (100 percent of which shall pass a 1/4 inch sieve). Suitable equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent segregation of the aggregates. If the Contractor utilizes an asphalt continuous mix plant, the various aggregate stockpiles of different gradation will be stockpiled in the same manner as described for stockpiling of aggregate for asphalt stabilized base. That is, the stockpiling of the aggregate shall be made up of layers of material not to exceed two feet (21) in height of each layer. The edge of each succeeding layer shall extend inward so as not to overlap the edge of the layer below. In loading from the stockpile, the material shall be loaded by making successive vertical cuts through the entire depth of the stockpile. (2) Coarse Aggregate The coarse aggregate shall be that part of the aggregate retained on a No. 10 sieve. The Aggregate shall consist of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that produces a minimum of eighty five percent (8511) crushed faces when tested in accordance with Texas Department of Transportation Test Method Tex-460-A. The aggregate shall have a maximum of twenty five percent IV-50 (25%) loss when subjected to five (5) cycles of ASTM C 88,'"Test Method For Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate". When coarse aggregate is tested in accordance with Texas Department of Transportation Test Method Tex-217-F, the amount of organic matter, clays, loams orsparticles coated therewith or other undesirable materials shown on the plans shall not exceed two percent (2U . When it is specified that the coarse aggregate be sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed when tested in accordance with Texas Department of Transportation Test Method Tex-217-F (Part II, Decantation), shall not exceed two percent (2%). The plasticity index (P.I.)of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than six (6) when tested in accordance with ASTM D 4318, "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". However, where the coarse aggregate contains less than five percent (5%) of fine aggregate and the fine aggregate is of the same or similar material as the coarse aggregate, the plasticity index (P.I.) requirements for the aggregate passing the No. 40 sieve may be waived by the Engineer in writing. When it is specified that the coarse aggregate be sampled from the hot bins and tested in accordance with Texas Department of Transportation Test Method Tex-217- F (Part II Decantation), the amount of material removed shall not exceed one percent (1%). Tests performed as specified herein represent material processed or placed until a subsequent test is performed. The coarse aggregate shall have an abrasion of not more than forty percent (40%) loss by weight when subjected to ASTM C 131, "Test Method For Resistance To Degradation of Small -Size Coarse Aggregate By Abrasion and Impact in The Los Angeles Machine or ASTM C 535, "Test Method For Resistance To Degradation of Large - Size Coarse Aggregate By Abrasion and Impact in The Los Angeles Machine Coarse aggregate from each source shall meet the abrasion requirements specified. IV-51 ( 3 ) Fine Aggregate The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall conform to ASTM D 1073, "Standard Specification for Fine Aggregate for Bituminous Paving Mixtures". The aggregate shall consist of sand or screenings or a combination of sand and screenings. The plasticity index (P.I.) of that part of the sand passing the No.40 sieve shall not be more than six (6) when tested in accordance with ASTM D 4318, "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". The plasticity index (P.I.) of that part of the screenings passing the No. 40 sieve shall not be more than nine (9), unless otherwise shown on plans, when tested in accordance with ASTM D 4318,"Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". Fine aggregate from each source shall meet the plasticity index (P.I.) requirements. Sand shall be composed of durable stone particles free from injurious foreign matter conforming to ASTM C 778, "Specifications For Standard Sand". Screenings shall be of the same or similar material as specified for coarse aggregate. (4) Mineral Filler The mineral filler shall consist of thoroughly dry stone dust, slate, dust, portland cement or other mineral dust approved by the Engineer. The mineral filler shall be free from foreign and other injurious matter. The mineral filler, when tested by ASTM D 242, "Standard Specification For Mineral Filler For Bituminous Paving Mixtures, shall meet the following grading requirements: Per Cent By Weight Passing a No. 30 sieve Passing a No. 80 sieve Passing a No. 200 sieve IV-52 100 95 to 100 70 to 100 7 (B) Asphalt Antistripping Agents This 'item shall govern for furnishing and incorporating lime or liquid antistripping agents in the production of asphaltic concrete pavement mixtures and/or asphalt stabilized base mixtures. -Any asphalt antistripping agent used shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 301, "Asphalt Antistripping Agents". (1) Lime The lime shall meet the requirements of Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry". The selected amount of lime shall be in the range of five tenths of one percent (0.5t) to two percent (2%) by weight of the individual aggregate or aggregates being treated as determined by the Engineer. Lime shall be added in slurry or dry form. The method of application shall be such that the lime is thoroughly mixed with the aggregate(s) being treated. The lime shall be applied to the aggregate(s) at the required rate by means of a metering device. When the lime is added in dry form, Type "A" hydrated lime shall be used. It shall be mixed with the wet aggregate(s) in a suitable pugmill mixer. Additional water, if necessary shall be added to the mixture to insure that the aggregate(s) contain at least two percent (2%) moisture by weight above the saturated surface dry condition. (2) Liquid Antistripping Agent The selected amount of agent shall be in the range of three tenths of one percent (0.3t) to one percent (it) by weight of the asphalt in the mixture as determined by the Engineer but shall not exceed the amount recommended by the manufacturer. The agent shall not show any evidence of separation or nonconformity at time of use. The agent shall be added to the asphalt line at the required rate by means of an in -line metering device just prior to introduction of the asphalt into the mixing plant. IV-53 F ,7 (C) Latex Additives The latex additive shall be an emulsion of styrene- butadiene low temperature copolymer in water. The emulsion shall have good storage stability. The emulsion shall possess the following properties: (1) Monomer ratio of latex butadiene to styrene shall be 73t5/27f5. (2) Minimum solids content in percent by weight shall be 45. (3) Maximum viscosity of the emulsion at 77OF (25°C) shall be 2000 cps as taken on the No. 3 spindle of the Brookfield RVT Viscometer at 20 RPM (do not use a Saybolt Furol Viscometer) The manufacturer shall furnish the actual styrene- butadiene rubber (SBR) content for each batch of latex emulsion. This information shall accompany all shipments to facilitate proper addition rates. (D) Asphaltic Material (1) Asphalt for Paving Mixtures Asphalt for the paving mixtures shall be of the types of oil asphalt as determined by the Engineer. The asphalt used shall meet all the requirements as stated in the Texas Department of Transportation Standard Construction Specifications, Item 300, "Asphalts,Oils and Emulsions Liquid asphalt viscosity shall be tested in conformance with ASTM D 2170, "Standard Test Method For Kinematic Viscosity of Asphalts (Bitumens), and ASTM D 2171, "Standard Test Method For Viscosity of Asphalts by Vacuum Capillary Viscometer". Penetration tests shall conform to ASTM D 5, "Standard Test Method For Penetration of Bituminous Materials". Flash point tests shall conform to ASTM D 92, "Test Method For Flash and Fire Points by Cleveland Open Cup". Rolling thin film oven tests shall conform to ASTM D 2872, "Standard Test Method For Effect of Heat and Air on a Moving Film of Asphalt. Ductility tests shall conform to ASTM D 113, "Standard Test Method For Ductility of Bituminous IV-54 Materials". Solubility tests shall conform to ASTM D 2042, "Standard Test Method For Solubility of Asphalt Materials in Trichlorethylene". Specific gravity tests shall conform to ASTM D 70, "Standard Test Method For Specific Gravity and Density of Semi -Solid Bituminous Materials". Softening point tests shall conform to ASTM D 36, "Test Method For Softening Point of Bitumen (Ring and Ball Apparatus)". The grade of asphalt used shall be as designated by the Engineer after design tests have been made using the mineral aggregates that are to be used in the project. If more than one type of asphaltic concrete mixture is specified for the project, only one grade of asphalt will be required for all types of mixtures, unless otherwise shown on plans. The Contractor shall notify the Engineer of the source of his asphaltic material prior to production of the asphaltic mixture and this source shall not be changed during the course of the project except by written permission of the Engineer. (2) Hydrated Lime Hydrated lime shall be added to the asphalt mixture, as per Texas Department of Transportation Standard Construction Specifications, Item 264, "Lime and Lime Slurry", as an additive to improve the quality of the mixture, if approved by the Engineer. (3) Bituminous Tack Coat The asphaltic material for tack coat shall meet the requirements for Cutback Asphalt .RC-2 and conform to ASTM D 2028, "Standard Specification For Cutback Asphalt(Rapid Curing Type)", or shall be a Cutback Asphalt made by combining fifty percent (50%) to seventy percent (7001) by volume of the asphaltic material as specified for the type of paving mixture with thirty percent (3016) to fifty percent (50%) by volume of gasoline and/or kerosene, as approved by the Engineer. If RC-2 Cutback Asphalt is used, it may, upon instructions from the Engineer, be diluted by addition of an approved grade of gasoline and/or kerosene, not to exceed fifteen percent (15%) by volume. IV-55 r Emulsified asphalt if used, shall be an SS or SS-lh asphalt and conform to ASTM D 244, "Standard Methods of Testing Emulsified Asphalt". The liquid asphalt viscosity shall be tested in accordance with ASTM D 2170, "Standard Test Method For Kinematic Viscosity of Asphalts" and ASTM D 2171, "Standard Test Method For Viscosity of Asphalts by Vacuum Capillary Viscometer". (4) Bituminous Prime coat The asphaltic material for the prime coat shall meet the requirements for Cutback Asphalt RC-30 and conform to ASTM D 2028, "Standard Specification For Cutback Asphalt (Rapid Curing Type)". (E) Paving Mixtures Tyke s The paving mixture shall consist of a uniform mixture of coarse aggregate, fine aggregate and asphaltic al: material.The grading of each constituent of the mineral aggregate shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. The ` final designated gradations shall produce a relatively smooth line when plotted on a forty-five hundredths (0.45) power semilogarithmic gradation chart and when 1 tested in conformance to ASTM C 136, "Method For Sieve Analysis of Fine and Coarse Aggregates". n IV-56 �i .(1) Master Gradation Specifications Mixture Type - City of Lubbock (C.O.L.) Sieve Type "C" Type "D" Size (Residential Streets Only) Percent by Weight Passing Sieves 1" 100 1 --- 3/4" 98-100 --- 1/2" 81-93 100 3/8" 65-85 85-100 No.4 43-63 50-70 No.8 33-45 35-47 No.16 22-34 23-35 — No.30 13-27 14-29 No.50 7-19 8-20 No.100 3-11 4-12 No.200 1-6 1-6 Bitumen percent 4.0 - 6.0 4.0 - 6.0 of total mix (to be determined by City of Lubbock Laboratory mix design) (F) Laboratory Control If the Contractor or supplier elects to use a material or location not previously approved by the City of Lubbock, he shall request approval in writing from the Engineer not less than sixty (60) days prior to anticipated use of the material. The City of Lubbock Laboratory test results will be the sole consideration for approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final approval given by the City Engineer. The City of Lubbock shall utilize its own testing laboratory to monitor the plant mixing for Black Base and IV-57 k Hot Mix. This laboratory control shall be provided by the City of Lubbock. A representative of the City Engineer may be at the plant to monitor the mixing operation. In those instances where irregularities occur and the limits of the specification(s) are exceeded for aggregate, black base, or hot mix, appropriate corrections shall be required at no expense to the City. (G) Tolerances The Engineer shall designate the exact grading of the aggregate and asphalt content to be used in the mixture (Job Mix Formula). The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the limitation of the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Percent by weight Material Tolerance Plus or Minus Aggregate passing No. 4 sieve or larger 4 percent Aggregate passing Nos. 8,16,30, 50 sieves 3 percent Aggregate passing Nos. 100 & 7 200 sieves 2 percent f7 Bitumen 0.25 percent (H) Extraction/Gradation Tests And Design Criteria (1) Samples of the mixture when tested in accordance with ASTM D 2172, "Standard Test Methods For Quanitative Extraction of Bitumen From Bituminous Paving Mixtures", shall not vary from the grading proportions of the aggregate and the asphalt content IV-58 0 designated by the Engineer by more than the respective tolerance specified above. During construction, if variations of grading or asphalt content exceeds the tolerances stated herein, production will be discontinued until such time as the Hot Mix Asphaltic Concrete mixture.has been corrected and subsequent grading and extraction tests indicate results within the tolerance stated herein. All Hot Mix Asphaltic Concrete mixture so constructed, which exceeds the tolerances as stated herein, will be removed and replaced at no cost to the Owner. (2) Design Method (Table 2) Thoroughfare Residential Traffic Traffic Min. Max. Min. Max. Marshall Method No. of compaction blows, each end of specimen 75 --- 50 --- Stability, Lbs. 1800 -- 1200 --- Flow, units of 0.01 in 8 14 8 18 Air Voids Surfacing or Leveling 3 5 3 5 Percent Voids in Mineral Aggregate 13 --- 14 --- (3) Sampling and Testing It is the intent of this specification that the blend will be designed to produce a mixture of optimum density and stability, as determined by the Engineer, when tested in accordance with these specifications, applicable ASTM procedures and applicable TxDOT procedures. Samples of the completed pavement shall be removed with a diamond tipped power saw or diamond tipped coring machine from locations designated by the Engineer to enable him to determine the composition, compaction, and density of the pavement. Samples for IV-59 M r- I each day or fraction thereof shall be taken by City personnel. The Contractor shall replace the pavement removed from core holes immediately at no cost to the City with material approved by the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made as directed by the Engineer. Tests on Marshall specimens shall be made twice daily r or as directed by the Engineer to retain job control. The mixture shall comply with the requirements of Table 2 above when tested in accordance with the Marshall method procedures contained in Chapter III of the Asphalt Institute's Manual Series No. 2 (MS- 2), current addition. The Marshall test procedures shall also conform to ASTM D 1559, "Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus". If the laboratory stability and/or field tests of the mixture produced has a value lower than that specified, and in the opinion of the Engineer is not due to change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory/field tests equals or exceeds the specified values. If there is, in the opinion of the Engineer, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mixture is determined by trial mixes. " 13. SILO STORAGE A silo storage system may be used during the normal day's ;I operation. The mixture coming out of the silo storage must be of equal quality and temperature to that coming out of the mixing plant. Any operation that has tendency to segregate the mixture or fails to maintain a thorough and uniform mixture and temperature shall not be used. If any load of mixture coming out of the silo storage system fails to meet the asphalt specifications or gradation requirements, then the total contents of the silo storage system shall be condemned. n 14. FENCE POSTS GATES RAILS BRACES AND ACCESSORIES These items shall conform to the requirements of Federal Specification RR-F-191 and shall meet the requirements of Texas Department of Transportation Standard Construction IV-60 r Specifications, Item 540, "Metal Beam Guard Fence", Texas Department of Transportation Standard Construction Specifications, Item 550, "Chain Link Fence'' and/or Texas Department of Transportation Standard Construction Specififcations, Item 552, "Wire Fence". 15 IRRIGATION SYSTEMS (A) Irrigation pipe Irrigation pipe shall be polyvinyl chloride (PVC) conforming to ASTM D 1785, Schedule 40. (B) Fittings Fittings, not including sprinkler heads or valves shall conform to ASTM D 2466. _ (1) Pipe and Valve Assembly Pipe and fittings shall be assembled as recommended by the manufacturer(s). Pipe and fittings shall be thoroughly cleaned of all dust,.dirt and moisture - before assembly. Solvent shall be applied with a non - synthetic bristle brush. All connections between plastic pipe and metal valves shall be made with _ threaded fittings and plastic adapters. (2) Sprinkler Heads Sprinkler heads shall be installed in accordance with the Manufacturer's recommendations. 16. BARRICADES, SIGNS AND OTHER TRAFFIC CONTROL DEVICES Barricades shall be constructed of clean, sound lumber of dimensions specified in the Texas Manual on Uniform Traffic Control Devices and shall be of first-class workmanship. All - surfaces above ground shall be painted with an approved brand of paint to secure thorough coverage. In no case shall less than two coats of paint be used. The paint for barricade stripes shall be reflective orange and reflective white. All dimensions, striping, lighting, painting, coloring and placement of barricades shall be in accordance to the details IV-61 and design as set forth in the Texas MANUAL on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways, Part VI. Cones shall be at least eighteen inches (18") in height and be flourescent red in color. The Contractor shall maintain each barricade in a neat and acceptable condition and furnish replacements when necessary or as requested by the Engineer. Each sign shall be displayed only for the specific purpose prescribed for it. Before any detour or temporary route is open to traffic all necessary Regulatory, Warning and Guide signs shall be correctly in place and reviewed by the City Traffic Engineer. Signs required by temporary conditions or restrictions shall be removed immediately when those conditions cease to exist or the restrictions are withdrawn. Guide signs directing traffic onto temporary routes or detours shall be removed when no longer applicable. The guide signs shall be at no cost to the City. Identical conditions should always be marked with the same r type of sign, irrespective of where those particular conditions occur. All signs which are to convey their message during hours of darkness shall be reflectorized or illuminated. Lights mounted on signs shall be functioning. The lens shall be clean to allow for adequate illumination. Signs for daytime use only may be non-reflectorized but a fluorescent background material will be used for increased daytime visibility if requested by the Engineer. Where there is serious interference from extraneous light sources, and reflectorized signs are not likely to be teffective, illuminated signs shall be used. Construction warning signs shall have a black legend on an orange background and shall conform to the standards as to size, shape and color as outlined in the Texas MANUAL on UNIFORM TRAFFIC CONTROL DEVICES mentioned above. :I. Barricades, flares, signs, drums and other traffic control devices are to be included in the construction involved in this contract as necessary. The provision of these items by the Contractor should be considered in the bid prices submitted. No separate compensation shall be made unless indicated otherwise in the plans or the bid proposal. r IV-62 No work shall be permitted on any project prior to proper and complete installation of all barricades and other warning devices throughout the entire construction area. IV-63 r r r T r r T A.D.A. CURB RAMPS — VARIOUS LOCATIONS (PHASE # 3) PROJECT # 9923 7 STANDARD DETAILS OF CONSTRUCTION 7 'aI 7t n No Text F F l:: -M1WelaY C •+ Description This item shall consist of Portland Cement concrete curb and gutter or separate gutter as shown on the plans or as directed by the Engineer, and shall be constructed of Class A concrete. Included in the curb and gutter item is the subgrade preparation and the filling and shaping of the area behind the curb. d 1. Curb Opening Separate gutter sections will be placed only across alleys and driveways presently in use or where definitely planned for future property improvements. It shall be the responsibility of the Contractor to contact the property owner and determine the proper location of driveways before curb and gutter is constructed. All gutters across new or proposed driveways must meet the requirements set forth in the City Sidewalk and Driveway Regulations, Ordinance Number 1466 and amendments thereto and gutters across existing driveways will be required to conform to said regulations if no hardship to the existing property improvements is involved. In any event, all curb and gutter to be poured must have the Engineer's approval as to driveway widths and location, 1 in addition to the section, and line and grade approval before any pour is started on any curb and gutter unit. 2.Excavation _and Subgrade Excavation for the curb and gutter shall be made with the excavation of the entire street. The excavation shall be done to the lines and grades set by the Engineer and in such a manner as to require a maximum 1/2" (inch) of fill to bring the subgrade to the correct elevation. Subgrade that is undercut 1" (one inch) or more shall be brought to the correct elevation by scarifying, wetting, disking, blading, rolling and compacting to 95% Standard Proctor Density (ASTM D-698) with pneumatic rolling to correct �j elevation prior to setting forms. Before completion of (� curb and gutter, all traffic signs and street name markers found in the way of paving will immediately be relocated behind the proposed curb and gutter by the Contractor. F D-1 Forms for concrete curb and gutter shall be set to the lines and grades established by the Engineer after the subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to pouring concrete. Face forms and construction joints (removable metal plates) shall be set to hold the concrete for the curb in place until it is to be finished. Forms for radii shall be set in the same manner as the straight forms except that no face form will be required if a true section is obtained by other methods. The radii forms shall be set in such a manner that the curve will be true. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing, and the concrete shall be floated and troweled to the approximate section, and only after the concrete receives a partial set shall the face forms be removed. The section shall then be shaped to the true cross-section by the use of a metal -screed which is shaped to the true cross-section. A "mule" screed shall be used only to shape to true cross-section when topping material is provided and pushed along on the front edge of the mule. Curb and gutter shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals of no more than forty (40) feet between the intersections. Forty feet intervals may be waived if curb and gutter machine is used. Expansion joints shall be of the material hereinbefore specified. Construction joints formed by removable metal plates (templates) accurately shaped to the cross-section of the curb and gutter shall be located at the mid -point of each section between expansion joints or as directed by the Engineer. Contraction joints shall be placed at ten foot intervals. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. A ten (10) foot metal "straight -edge" shall be used to strike the flow line to grade, continuously along the flow line of the gutter. This operation shall be followed with a four (4) foot spirit level to assure the D-2 F 4 continuous grade down the flow -line the length of the gutter. Curb and gutter shall be finished uniformly by wood troweling to an accurate cross-section. Extra water will not be added for finishing. The final finish will be accomplished with a brush, the last stroke being one from the back of curb to the lip of gutter. Both sides of all joints, the lip of gutter, and the back edge of the curb shall be finished with a 1/41, radius edging tool before the final brushing. Curves at the top and bottom of the section shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutter. Concrete shall not be poured during sand storms. Concrete shall be protected to maintain temperature of not less than 50 degrees F. for five days after placement. If aggregate and water are heated, they shall not be heated above 90 degrees F. Concrete shall not be placed when the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which would affect the placement and protection of the concrete, and be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. WO TINN01-0:334 Special care is required of the Contractor in his removing of pins and of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary, a light, one (1) pound hammer shall be used. The Contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be removed from the job site and not returned until they have been inspected by the Engineer. Class A concrete shall be used for machine laid curb and gutter. The slump of the concrete shall be as directed by the Engineer. Reinforcing steel, if required, shall conform to Section 3 under Materials of Construction. The curb and gutter shall be laid by an extrusion machine approved by the Engineer. Immediately prior to placing the curb and gutter, the previously approved foundation shall be thoroughly cleaned. t; �•-� D-3 The line for top of curb shall be maintained from a guideline set by the Contractor from survey marks established by the Engineer. Curb outline shall strictly conform to the details shown on the plans. The approved mix shall be fed into the machine in such a manner and at such consistency that the finished curb will present a well compacted mass with a surface free from voids and honeycombs and true to established shape, line and grade. Additional surface finishing shall be performed immediately after extrusion. Extra water will NOT be added for finishing. Unless otherwise specified by the Engineer, joints shall be constructed as follows: Expansion joints shall be located at each end radius at intersections and alley returns and at the beginning of the pour, and dummy grooved joints shall be spaced at 10 foot intervals between the expansion joints. All concrete work shall be covered with heavy water -proof type paper to prevent loss of moisture and to prevent direct sunlight from striking the concrete, as soon as it has set sufficiently enough to prevent marking. In lieu of this method of curing, the curb and gutter may be cured by applying a liquid membrane coating to all exposed surfaces, provided such material and method is first approved by the Engineer. After the forms are removed and the concrete has cured, the Contractor shall fill the area behind the curb with TOPSOIL ONLY (NO CALICHE) AND SHALL HAVE NO ROCKS LARGER THAN 1". The area between the sidewalk and the curb, or property line and curb if no sidewalk exists, shall be leveled and sloped toward the curb in a manner satisfactory to the property owner and/or Engineer. Fill should be done prior to placement of base materials. No patching of any nature shall be allowed in repairing any damage to curb and gutter which occurs during the construction process of paving improvements in any unit prior to the acceptance of said unit. Where damage occurs, the section of curb and gutter or gutter containing the"damaged portion shall be removed to the nearest joints and shall be replaced with new construction, prior to surfacing of that section of street. D-4 I p Concrete surface.finish marred by vandals, rain or sand during setting time shall be immediately repaired with an approved epoxy material; all abused concrete surface, along with structural damage and defective flow line found at time of surfacing shall be handled as described .� in sentence 2 above. This item shall consist of Portland Cement concrete separate gutter constructed in accordance with the typical curb and gutter sections included in these specifications and at locations as shown on the plans or as directed by the Engineer. PIMM-STST ZET4*1070MMKII Care shall be taken to tie the (3) three horizontal #3 bars together and use chairs to hold them at a point 3" above the bottom (Not rebar imbedded in the ground). IMU.2 Mee • U, ; This item shall be constructed of Class C concrete for thoroughfare or collector street valley gutters and Class E concrete for residential street valley gutters and consists of the construction of an eight (8) inch concrete slab on j thoroughfare or collector streets or a (6) inch concrete r slab on residential streets reinforced with 4-#3 bars on one and one-half (1-1/2) foot spacing for 5 foot wide valley gutters,(Cross bars shall be #3 bars 4 1/2 feet long) or with 611x6" 6 gauge wire mesh. Fillet areas shall be reinforced as shown on the plans and constructed to the lines and grades as shown on the plans and as designated by the Engineer. Details of construction are the same as for curb and gutter where they can be directly applied. :- O • -- M-- - •r u Care shall be taken to hold the steel in the center of the slab, high chairs or precast concrete blocks shall be 4 7 D-5 located at three (3) foot centers. shall be 40 diameters, and the lap points with wire if steel bars are Lapping distance shall..be tied at three used. u • ; .. kip ; ac Description This item shall consist of reinforced concrete paving of variable thickness (5" to 7-1/211) constructed in the center 10 feet of alleys and shall be constructed of Class E concrete. All alley paving and alley returns shall be constructed in accordance to the Alley Paving Details Forms for alley slab shall be placed where necessary to form the outside edge of slab (where slab is not bordered by concrete curb and gutter or other permanent improvements such as building, docks, etc.)and where necessary to form construction and expansion joints (See "Alley Paving Details" on plans). On all edges, joints, etc. to be�formed, the forms shall extend the entire depth of concrete. 2.Subgrade Preparation (See Section D-2) 3. Reinforcing (See Section M-3) Care shall be taken to securely hold the welded wire mesh or rebar 3" above the bottom of the slab by use of high chairs or pre -cast concrete blocks. Concrete shall not be poured;during sandstorms. Concrete shall be protected to maintain temperature of not less than 50 degrees F. for five (5) days after placement. If aggregate and water are heated, they shall not be heated above 90 degrees F. Concrete shall not placed when the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which could effect the placement and protection of the concrete, and to be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. Concrete shall be deposited so as to conform roughly to the finished cross-section. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing.' Extra water will NOT be added for finishing. D-6 �i 1 The shape and flow line of the alley paving slab may be established by the use of two (211) inch by four (411) inch wood screeds, or other approved removable devices, accurately staked to line and grade. If such devices are used they shall be in place before the final finishing of the subgrade and the subgrade shall be finished so that the concrete slab will be of the proper depth. The concrete shall be "struck off" to the true section and finished smooth by floating and troweling. The final finish shall be provided by brushing to provide a nonskid surface for traffic. Particular care shall be taken in the final troweling and finishing so that the finished slab presents a smooth straight surface without waves in the edge and without pockets in the flow line. ... 0 Mr-01-OM All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently to prevent marking and kept wet continuously for at least (4) days. Care shall be taken to prevent mechanical injury to concrete work during this period and until the work is accepted. Any work damaged prior to acceptance shall be repaired by the Contractor at his own expense and to the satisfaction of the City Engineer. The City Sanitation Department shall be notified of all alley return and alley saving construction and if possible. the length of time said return and/or alley shall be closed to traffic. The Contractor shall properly flare and barricade alley returns and alleys during the period of construction and as long afterward as the Engineer may require for curing and achieving strength. Before opening alley returns to traffic, the Contractor shall properly fill and level by hand, (no maintainer shall be used until full strength of concrete is achieved), the adjacent approaches from the street and alley. In all cases, no alley or alley return shall be opened to traffic without the approval of the City Engineer. Special care is required of the Contractor in his removing of pins and moving of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary a light, one (1) pound hammer shall be used. The Contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be D-7 removed from the job site and not returned until they have been inspected by the Engineer. Only patching of very minor nature will be allowed in alley paving. Any substantial damage occurring to the alley paving prior to the acceptance of the unit in which the damage occurs will be remedied by removal and replacement of the entire section or sections of alley paving that has been damaged. Any slab removed to a joint other than a doweled expansion joint will be replaced using joint section B-B in the Special Detail Sheets of these specifications. Extreme care shall be taken by the Contractor during "Setting -Up" period to prevent vandals, sand or rain from marring the surface finish to -avoid being handled as described in sentence 2, above. This item shall consist of reinforced concrete slab (611) inches thick and may be placed on asphalt surface on caliche base, or on asphalt surface on concrete base. Median slab shall be doweled as shown on the plans. Details of concrete placement, finishing, and curing shall be used where applicable. J. Subgrade Preparation (See Section D-2) Description _ This item shall consist of the construction of Class F reinforced concrete"as shown on Concrete Railroad Crossing Details. (File #2-B-92 [21). 1. Subgrade Preparation (See Section D-2) 2. Reinforcing Steel Bars to be Used Reinforcing steel to be used on this project shall conform to ASTM A-432 and shall be deformed to ASTM A-305 requirements. 3. Placement of Reinforcement Care shall be taken to hold the #4 bars above the bottom of the foundation slab and above the railroad ties as shown on the plans. In the top slab the vertical and .horizontal bars shall be securely tied with wire. D-8 I: G. REINFORCE12 CONCRETE DRA INAGE SLABS (CLASS A CONCRETE) This item shall consist of a concrete slab (511) thick and containing wire mesh reinforcing which shall conform to ASTM A-185, or approved fiber reinforcement. Subgrade Preparation (See Section D-2) H. CONCRETE PAVEMENT - CLASS C CONCRETE h Description This item shall consist of a pavement of portland cement concrete, with reinforcement as shown on plans, constructed as herein specified on the prepared subgrade and one inch of sand cushion or other base course in conformity with the thickness and typical cross sections shown on plans and to the lines and grades established by the Engineer. Concrete shall be considered of satisfactory quality provided it is made (a) of materials accepted for the job, (b) in the proportions established by the Engineer and (c) Mixed, placed, finished and cured in accordance with the requirements herein specified. 1. Cement The cement shall be Type I or Type III standard brand of Portland cement. If the use of high early strength cement is not specified, and the Contractor desires to use it, he shall obtain written permission of the Engineer and shall assume all additional costs incurred by the use of such cement. Type I and Type III cement shall conform to the requirements of ASTM C-150. When Type III cement is used, the average strength at the age of 7 days shall be higher than that attained at 3 days. Either the tensile or the compression tests may be used for either type cement. In addition to the requirements of ASTM C-150, the specific surface area of Type I cement shall not exceed 2,000 square centimeters per gram as measured by the Wagner Turbidimeter in accordance with Test Method Tex-310-D. Unless otherwise provided in the plans or special ? provisions, approved types of admixtures to minimize segregation, to improve workability, or to reduce the r amount of mixing water may be used in the rate of dosage specified by the Engineer. Admixtures shall not be used to replace cement. Admixtures shall comply with all the D-9 E; requirements and be measured and dispensed in accordance with TxDOT Item 437. Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type) of reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable matter or other objectionable material, either free or as an adherent coating on the aggregate. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale nor more than 5.O percent by weight of laminated and/or friable particles when tested in accordance with Test Method Tex-413-A. Coarse aggregate shall have a wear of not more than 45 percent when tested according to Test Method Tex-410-A and when tested by standard laboratory methods shall meet the following grading requirements: Retained on 1-3/4" sieve......................0°s Retained on 1-1/2" sieve................0 to 5 Retained on 3/4" sieve.................30 to 651s Retained on 3/8" sieve.................70 to 90t Retained on No. 4 sieve....... ...95 to 1000, Loss by Decantation Test Method Tex-406-A ...1.Oo Maximum All aggregate shall be handled and stored in such.a manner as to prevent size segregation and contamination by foreign substances. 'When segregation is apparent, the aggregate shall be remixed. At the time of its use, the aggregate shall be free from frozen material. Aggregate that contains more than 0.5 percent free moisture by weight shall be stockpiled for at least 24 hours prior to use. Adequate storage facilities shall'be provided for all approved materials. The intermixing of nonapproved _ materials with approved materials either in stockpiles or in bins will not be permitted. Aggregates from different sources shall be stored in different stockpiles unless otherwise approved by the Engineer. Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as nearly as possible in a uniform condition of moisture. D-10 Y I. Each aggregate stock ile shall be reworked with suitable gg P equipment as required by the Engineer to remix the material to provide uniformity of the stockpile. Fine aggregate shall consist of sand or a combination of sands, and shall be composed of clean, hard, durable, uncoated grains. Unless otherwise shown on plans, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex-612-J. Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities, Test Method Tex-408-A, the fine aggregate shall not show a color darker than the standard. Unless specified otherwise, fine aggregate shall meet the following grading requirements: Retained on 3/8" sieve.....................0% Retained on No.4 sieve................0 to 5% Retained on No. 8 sieve..............0 to 20% Retained on No. 16 sieve ............ 15 to 30% Retained on No. 30 sieve ............ 35 to 75% Retained on No. 50 sieve ............ 70 to 90% Retained on No. 100 sieve .......... 90 to 100% Retained on No. 200 sieve .......... 97 to 100% Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex-203-F). The sand equivalent value shall not be less than 80, or less than the value shown on the plans, whichever is greater. Mineral filler shall consist of clean stone dust, clean crushed sand, clean crushed shell or other approved inert material. When tested in accordance with Test Method Tex-401-A, it shall meet the following requirements: rRetained on No. 30 sieve........................0% j^ D-11 . Retained on No. 200 sieve .............. .0 to 35k At the time of its use the mineral filler shall be free from frozen material, and aggregate containing foreign material will be rejected. Water for use in concrete and for curing shall be free from oil, acids, organic matter or other deleterious substances and shall not contain more than 1,000 parts per million of chlorides as CL nor more than 1,000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use. Test procedure shall be in accordance with AASHTO T 26. Steel bar dowels, if used in accordance with provisions of project plans, shall be of the size and type indicated on plans and shall be open-hearth, basic oxygen or electric -furnace steel conforming to the mechanical properties specified for grade 60 in ASTM A-615. The free end of dowel bars shall be smooth and free of shearing burrs. Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars shall be open- hearth, basic oxygen or electric -furnace new billet steel of Grade 60 for concrete reinforcement. Bars that require bending shall be Grade 40 conforming to requirements of ASTM A-615. High yield reinforcing steel shall be either (1) open- hearth, basic oxygen or electric -furnace new billet steel conforming to the requirements of ASTM A-615 Grade 60 or (2)rail steel bars for concrete reinforcement, conforming to the requirements of ASTM A-616 Grade 60 (Bars produced by piling method will not be accepted). Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel wire conforming to the requirements of ASTM A-496, except that steel shall be made by open-hearth, electric -furnace, or basic oxygen _ processes. The prefabricated wire mats shall conform to the requirements of ASTM A-497. Mats that have been bent or wires dislocated or parted during shipping or project handling shall be realigned to within one-half inch of '- D-12 17 I the original horizontal plane of the mat. Mats with any portion of the wires out of vertical alignment more than one-half inch after realignment and/or wires dislocated or mutilated so that, in the opinion of the Engineer, they do not represent the original mat, shall be rejected. The mats may be clamped or wired so that the mats will retain the horizontal and vertical alignment as specified by the plans or as approved by the Engineer. Deformed wire may be used for tie bars and load transfer bars that require bending. When fabricated steel bar or rod mats are specified, the mats shall meet the requirements of ASTM A-184. All concrete placed for pavement shall be consolidated by approved mechanical vibrators designed to vibrate the concrete internally. The internal type will be used for full -depth placement. Vibratory members shall extend across the pavement practically to, but shall not come in contact with the side forms. Mechanically operated vibrators shall be operated in such a manner as to not interfere with the transverse or longitudinal joints. Separate vibratory units shall be operated at sufficiently close intervals to provide uniform vibration ' and consolidation to the entire width of the pavement. The frequency in air of the internal spud type vibratory units shall be not less than 8,000 cycles per minute and not less than 5,000 cycles per minute for tube types and the method of operation shall be as directed by the Engineer. The Contractor shall have a satisfactory tachometer available for checking the vibratory elements. The pavement vibrators shall not be used to level or spread the concrete but shall be used only for purposes of consolidation. The vibrators will not be operated where the surface of the concrete, as spread, is below the elevation of the finished surface of the pavement, except for the first lift of concrete where the double strike off method of placement is employed, and the vibrators shall not be operated for more than 15 seconds while the machine upon which they are installed,is standing still. r' Approved hand manipulated mechanical vibrators shall be furnished in the number required for provision of proper consolidation of the concrete along forms, at joints and r in areas not covered by mechanically controlled vibrators. These vibrators shall be sufficiently rigid to insure control of the operation position of the vibrating head. (r� D-13 I. 11. Complete and satisfactory consolidation of the concrete pavement is a most important requirement of this specification. Cores taken shallbecarefully examined for voids, honeycombing or other evidence of incomplete consolidation. If such evidence is present, changes in the consolidation procedures and/or equipment will be made to insure satisfactory consolidation. Machine -Finishing. All concrete pavement shall be finished mechanically with.approved power -driven machines, except as herein provided. Hand -finishing will be permitted on the transition from a crowned section to a superelevated section without crownorcurves, and on straight line superelevation sections less than 300 feet in length. Hand -finishing will also be permitted on that portion of a widened pavement outside the normal pavement width, on sections where the pavement width is not uniform, or required monolithic widths are greater than that of available finishing machines. Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven vibrators, power - driven transverse strike -off, and screed, or such alternate equipment as may be substituted and approved by the Engineer. All concrete shall be consolidated by a'mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand -manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. The transverse finishing machine shall first be operated to compact and finish the pavement to the required section and grade, without surface voids. The machine shall be operated over each area as many times and at such intervals as directed. At least two trips will be required and the last trip over a given area shall be a continuous run -of not less than 40 feet. After completion of finishing with the transverse finishing machine a transverse drag float may be used. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray onlyand shall be held to a minimum. D-14 7, After finishing is complete and the concrete still workable, the surface shall be tested for trueness with an approved 10-foot steel straightedge. The straightedge �I shall be operated from the side of the pavement, placed parallel to the pavement centerline and passed across the to reveal any high spots or depression. The 7slab straightedge shall be advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the T surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required below, after the pavement has fully hardened. Any correction of the surface TTI required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then Tbe repeated. For one -lane pavement placement and uniform widening, the equipment for machine -finishing of concrete pavement shall be as directed by the Engineer but shall not exceed the requirements of these specifications. After completion of the straightedge operation, as soon as construction operations permit, texture shall be applied with 1/8-inch wide metal tines with clear spacing between the tines being not less than 1/4 inch nor more than 1/2 inch. If approved by the Engineer, other equipment and methods may be used, provided that a surface texture meeting the specified requirements is obtained. The texture shall be applied transversely. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.060 inch with a minimum texture depth of 0.050 inch for any one test when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 12. Proportioning of Concrete Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, mineral filler and/or admixture if used and water, mixed in proportions as approved by the Engineer in the mix design as submitted by a commercial laboratory and in the manner set forth in r this specification. On the basis of job and laboratory @, investigations of the proposed materials, the Engineer will fix the proportions by weight of water, coarse aggregate, fine aggregate, cement, admixture and mineral filler where required, in order to produce concrete of the specified strength and workability. r D-15 r 13 . The concrete mix will be designed with the intention of producing,a minimum average flexural strength (Modulus of rupture) of 600 pounds per square inch and compressive strength of 3000 psi at 7 days and/or a 28 day compressive strength of 3,600 pounds per square inch. The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not exceed 0.85. Unless otherwise shown on plans the concrete shall contain not less than six sacks,of cement per cubic yard of concrete. The water -cement ratio (net gallons of water per sack of 94 pound cement) shall not exceed 6.0 gallon/sack. Concrete specimens shall be prepared, cured and tested as outlined in TxDOT Bulletin C-11. Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as concrete which — can be,placed without honeycomb and without voids in the surface of the pavement. Workability shall be obtained without producing a condition such that free water appears on the surface of the slab when being finished as .specified. Where water appears on the surface of the concrete after finishing and this condition cannot be corrected by reasonable adjustment in the batch design, the bleeding will be immediately corrected by one of the following measures or a combination of two or more of the following listed measures: -- a. Redesign of the batch b. Addition of mineral filler to fine aggregate C. Increase of cement content In the event that the measures taken do not eliminate the bleeding immediately, concrete placement operations will be suspended, as directed by the Engineer, and will remain suspended, until such time as additional trial mixes demonstrate that a non -bleeding batch design has been achieved. Failing to achieve a satisfactory laboratory batch design the Contractor will be required to use different materials and to submit samples thereof for additional trial mixes and pilot beams as specified in TxDOT Bulletin C-11. The mix will be designed with the intention of producing concrete which will have a slump of 1-1/2 inches when tested in accordance with TxDOT Bulletin C-11. The slump shall not be less than 1 inch nor more than 3 inches. D-16 7 15. Mix Desicm Prior to the beginning of the concrete placement, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, sufficient compression tests using various quantities of cement and aggregates proposed for use shall be supplied the Engineer for consideration. Mixes will be designed and made in sufficient number to represent a wide range of water -cement ratios. These mixes shall comply with the requirements herein +� prescribed for workability. From these preliminary tests the water -cement ratio required to produce concrete of the specified strength will be selected by the Engineer. The Contractor may at any time present in writing a suggested mix design and the Engineer will make the tests necessary to determine its acceptability under these specification requirements. For mixing the concrete to be used in making the preliminary test specimens, the Contractor shall furnish and operate the mixer approved for use on this project. A minimum one cubic yard batch shall be mixed or a batch of sufficient size to afford proper mixing, whichever is the greater. In lieu of the above mixer and procedure, the Contractor may furnish a portable mixer of sufficient rated capacity to mix a minimum three -sack batch; in which case, the batch mixed for the preliminary test shall not be less than the rated capacity of the mixer furnished. No additional compensation will be allowed for equipment, materials or labor involved in making preliminary test specimens. After the mix proportions and water -cement ratio required ` to produce concrete of the specified strength have been determined, placing of the concrete may be started. Type I cement shall have a specified surface area within a range of 1,600 to 1,-900 square centimeters per gram. A change in the specific surface of the cement of more than 100 square centimeters per gram may require a new mix design. Preparation of Subgr'ade. Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed shall be completed to or above the plane of the typical sections shown on the r '- D-17 17. plans and the lines and grades established by the Engineer. Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade cut in the,preparation of the subgrade or setting of pavement forms shall be resealed or the subgrade restored to the original conditions as directed by the Engineer. See Section D-2. The subgrade shall be maintained in a smooth,.compacted condition in conformity with the required section and established grade until the pavement is placed and shall be kept thoroughly wetted down sufficiently in advance of placing any pavement to insure its being in a firm and moist condition for at least 2 inches below the prepared surface. Sufficient subgrade shall always be prepared in advance to insure satisfactory prosecution of the work. No equipment or hauling shall be permitted on the prepared subgrade, except by special permission of the Engineer, which will be granted only in exceptional cases and -only where suitable protection in the form of two-ply timber mats or other approved material is provided. The subgrade under the forms shall be firm and cut true to grade so that each form section when placed will be firmly in contact for its whole length and base width, and exactly at the established grade. Forms shall be staked with at least three pins for each 10-foot section. A pin shall be placed at each side of every joint. Form sections shall be tightly joined and keyed to prevent relative displacement. Forms shall be cleaned and oiled each time they are used. Forms shall be set for a sufficient distance in advance of the point where concrete is being placed to permit a finished and approved subgrade length of not less than 300 feet ahead of the mixing. Conformity of the grade and alignment of forms shall be checked immediately prior to placing concrete, and all necessary corrections made by the Contractor. Where any forms have been disturbed or any subgrade becomes unstable, the forms shall be reset and rechecked. In exceptional cases, the Engineer may require stakes driven to the grade of the bottom of the forms. Sufficient stability of the forms to support the equipment operated thereon and to withstand its vibration without springing or settlement shall be required. If forms settle and/or deflect over 1/8 inch under finishing operations, paving operations shall be stopped and the forms shall be reset to line and grade. Forms shall remain in place for not less than 12 hours after the concrete has been placed. They shall be D-18 t� carefully removed in such a manner that little or no damage will be done to the edge of the pavement. Any damage resulting from this operation shall be immediately repaired. After the forms have been removed, the ends of all joints shall be cleaned, and any honeycombed areas pointed up with approved mortar. Immediately after pointing is completed, the form trench, if used, shall be filled with earth from the shoulders in such a manner as to shed water from rainfall or curing away from the edge �j' of the pavement. On completion of the required curing, 'I the subgrade or shoulders adjacent to the pavement shall be graded in a condition to maintain drainage. Allowable grade revisions shall in no way affect the governing finishing and surface requirements of the completed pavement. All grade revisions shall be established by the Engineer. No additional payment over the contract unit price will be made for any pavement of a thickness exceeding that required on the plans as a result of adjustment of the forms. u P• ll The aggregates, mineral filler if required, cement and water shall be measured separately, introduced into the mixer, and mixed for a period of not less than 50 seconds nor more than 90 seconds, measured from the time the last aggregate enters the drum to the time discharge of the concrete begins. The required water shall be introduced into the mixing drum during the first 15 seconds of mixing. The entire contents of the drum shall be discharged before any materials of the succeeding batch are introduced. The Engineer may increase the minimum mixing time to that necessary to produce thoroughly mixed concrete based on inspection or appropriate uniformity tests. The mixing time may be varied at any time necessary to produce acceptable concrete. If Ready -Mix concrete is used, the concrete shall be discharged into the specified hauling equipment and delivered to the road site. If truck agitators are used, the concrete shall be continuously agitated at not less than one nor more than six rpm as directed by the Engineer. ` The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by additional D-19 r mortar. The additional mortar shall be one. -sack of cement and three parts of sand. Any concrete not placed as herein prescribed within 30 minutes after mixing shall be rejected and disposed of as directed except as provided otherwise herein. Except by specific written authorization of the Engineer, concrete shall not be placed when the temperature is below 400F, the temperature being taken in the shade and away from artificial heat. When such permission is granted, the Contractor shall furnish an approved enclosure, such as canvas -covered framework, to enclose and protect all pavement so placed, and shall maintain the temperature of the air surrounding the concrete at not less than 50OF for not less than 5 days. When concrete is being placed in cold weather, other than under the conditions stated above, the Contractor shall have available a sufficient supply of an approved covering material to immediately protect concrete if the air temperature falls to 320F, or below, before concrete has been placed 4 hours. Such protection shall remain in place during the period the temperature continues below 320F or for a period of not more than 5 days. Neither salt nor other chemical admixtures shall be added to the concrete to prevent freezing. The Contractor shall be responsible for the quality and strength of concrete under cold weather conditions and any concrete damage by freezing shall be removed and replaced at his expense. Concrete shall not be placed before sunrise and shall not be placed later than will permit the finishing of the pavement during sufficient natural"light. Concrete shall be placed only on approved subgrade or sub -base, and unless otherwise indicated on plans, the full width of the pavement shall be constructed monolithically. The concrete shall be deposited on the subgrade or sub -base in such manner as to require as little rehandling as possible. Where hand spreading is necessary, concrete shall be distributed to the required depth by use of shovels. The use of rakes will not be permitted. Workmen will not be permitted to walk in the concrete with any earth or foreign material on their boots or shoes. The placing of concrete shall be rapid and continuous. Concrete shall be distributed to such depth that when consolidated and finished, the slab thickness required by plans will be obtained at all points and the surface shall not, at any point, be below the established grade. Special care shall be exercised in placing and spreading D-20 it concrete against forms and at all joints to prevent the forming of honeycombs and voids. If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that the quality of the concrete will not be adversely affected, the specified placing time may be extended to a maximum of 45 minutes. 3. Reinforcing Steel All reinforcing steel, including steel -wire fabric reinforcement, tie bars, and dowel bars shall be j� accurately placed and secured in position in accordance with details shown on plans. Reinforcing bars shall be securely wired together at alternate intersections, following a pattern approved by the Engineer, and at all d splices, and shall be securely wired to each dowel intersected. When wire fabric is used, it shall be securely wired together at all splices and to each dowel intersected. Tie bars shall be installed in the required position by the method and device shown on plans or by �. approved method and device equivalent thereto. Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be removed except that excessive loss of section to the reinforcement due to rust shall be cause for rejection. Excessive loss of section shall be defined as loss of section to the extent that the reinforcement will no longer meet the physical requirements for the size and grade of steel specified. Where plans require an assembly of parts at pavement joints, the assembly shall be completed, placed at required location and elevation, and all parts rigidly secured in required position by the method and devices shown on plans. Dowel bars shall be accurately installed in joint assemblies in accordance with plans, each parallel to the pavement surface and to the center line of the pavement, and shall be rigidly secured in required position by such means (as shown on plans) that will prevent their displacement during placing and finishing of the concrete. When the placing of concrete is stopped, a bulkhead of d sufficient cross sectional area to prevent deflection, accurately notched to receive the load transmission -devices or dowels if required, and shaped accurately to the cross section of the pavement shall be provided and installed as a back-up for the joint filler and rigidly secured in required position to permit accurate finishing rof the concrete up to the joint. After concrete has been D-21 finished -to the joint, formation of the joint seal space and finishing of the joint shall be executed. The back- up bulkhead shall remain in place until immediately prior to the time when concrete placing is resumed, when it shall be carefully removed in such manner that no element of'the joint assembly will be disturbed. The exposed portion of the joint assembly shall be free of adherent concrete, dirt or other material at the time placing of concrete is resumed. If necessary for proper installation of joint sealer, excessive spalling of the joint groove shall be repaired to the satisfaction of the Engineer in the manner which he prescribes. Careful workmanship shall be exercised in the construction of all joints to insure that the concrete sections are completely separated by an open joint or by the joint materials and to insure that the joints will be true to the outline indicated. ,- -@-. • .M • O Weakened plane joints shall consist of transverse contraction joints and longitudinal joints and shall be sawed as specified on the plans or as directed by the Engineer. When the joints are sawed, the saw shall be power driven shall be manufactured especially for the purpose of sawing concrete, and shall be capable of performing the work. Saw blades shall be designed to make a clean smooth cut having a width and depth of cut as detailed on the plans. Tracks adequately anchored, chalk, string line or other approved methods shall be used to provide true alignment of the joints. The concrete saw shall be maintained in good operating condition and the Contractor shall keep a stand-by power saw on the project at all times when concrete operations are under way. If membrane curing is used, the portion of the seal which has been disturbed by sawing operations shall be restored by the Contractor by spraying the area with additional curing seal. Transverse contraction joints shall be formed or sawed joints perpendicular to the centerline and surface of the .pavement. Where sawed joints are used, contraction joints at approximately-10 to 15-foot intervals shall be sawed as soon as sawing can be accomplished without damage to the pavement and before 12 hours after the concrete has been placed, the exact time to be approved by the Engineer. The remaining contraction joints shall D-22 't be sawed in a uniform pattern as directed by the Engineer, and they shall be completed before uncontrolled cracking of the pavement takes place. AU joints shall be completed before permitting traffic to use the pavement. , Longitudinal joints shall be sawed within two days after construction of the pavement. Sawing shall not cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic (including construction traffic) shall be permitted on the pavement until the longitudinal joint is cut. WT VOTA- - After the joints in the hardened concrete have been repaired (if necessary) and cleaned to the satisfaction of the Engineer, the joints will be filled with the W.R. Meadows SOF-SEAL. After the sealant is installed it will effectively seal the joints against water, dirt and stones throughout repeated cycles of expansion and contraction. Premolded materials, wherever used, shall be anchored to the concrete on one side of the joint by means of copper wire or nails not lighter than No. 12 B&S gage. Such anchorage shall be sufficient to overcome the tendency of the material to fall out of the joint. All concrete pavement shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. After finishing is completed and the concrete still workable, the surface shall be tested for trueness with an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed t parallel to the pavement centering and passed across the slab to reveal any high spots or depressions. The straightedge shall be advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be r leveled to this condition, in order to insure conformity 7 D-23 with the surface test required after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. Extra water will not be added for finishing. After completion of the straightedge operation, the first pans of the burlap drag shall be.made as soon as construction operations permit and before the water sheen has disappeared from the surface. This shall be followed by as many passes as required to produce the desired texture depth. There shall be no unnecessary delays between passes. The drag shall be wet during use and maintained clean and free from encrusted mortar. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.025 inches with a minimum texture depth of 0.020 inches for any one test. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of providing textures when the pavement surface is in such a condition that the burlap drag or other methods being employed will not provide the desired texture. After completion of dragging and about the time the concrete becomes hard; the edge of the slab and joints shall be carefully finished as directed by the Engineer, and the pavement shall be left smooth and true to line. The Contractor shall erect and maintain the barricades required by plans and such other standard and approved devices as will exclude public traffic and traffic of his employees and agents from the newly placed pavement for the periods of time and at locations hereinafter prescribed by the Engineer. Portions of the roadway, or crossings of the roadbed required to be maintained open for use by traffic, shall not be obstructed by the above required barricades. The pavement shall be closed to all traffic, including vehicles of the Contractor, until the concrete is at least 7 days old. This period of closure to all traffic may be extended if, in the opinion of the Engineer, weather or other conditions make it advisable to provide an extension of the time of protection. At the end of the 7 day period and as long thereafter as ordered by the Engineer, and if so desired by the D-24 r �jContractor, the pavement may be opened for use by vehicles of the Contractor provided the gross weight (vehicle plus load) of such vehicles does not exceed II 14,000 pounds. Such opening, however shall in no manner relieve the Contractor from his responsibilities for the work. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned and earth placed against the pavement edges before permitting vehicles thereon. After the concrete in any section is 14 days old, or as long thereafter as ordered by the Engineer, such section of pavement may be opened to all traffic as required by plans or when so directed by the Engineer. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned, earth placed against the pavement edges and all other work performed as required for the safety of traffic. When High Early Strength Concrete, resulting from the use of Type III cement as required by plans or special provisions, is used, the pavement may be opened to all traffic after the concrete is 7 days old, or as long thereafter as ordered by the Engineer, subject to the same provisions governing the opening after 14 days as above prescribed. Where the Contractor desires to move any equipment not licensed for operating on public streets, on or across any pavement opened to traffic, he shall protect the pavement from all damage by means of two-ply timber mats of 2 inch stock or runways of heavier material laid on a fro layer of earth, all as approved by the Engineer. The Engineer may require the opening of pavement to traffic prior to the minimum time specified above under conditions of emergency which in his opinion require such action in the interest of the public. In no case shall the Engineer order opening of the pavement to traffic within less than 72 hours after the last concrete in the section is placed. The Contractor shall remove all obstructing materials, place earth against the pavement edges and perform other work involved in providing for the safety of traffic as required by the Engineer in ordering emergency opening. Orders for emergency opening of the pavement to traffic will be issued by the Engineer in writing. r" D-25 r t 2.EARTH WORK Sub -grade preparation shall include the removal, haul and disposal of all obstructions, including existing curbs, gutters, paving materials, base materials, concrete slabs and other obstructions shown on the plans or as designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with compactors to a depth of at least 6" on residential streets and to a depth of 12" on major thoroughfares and collector streets. Compactors will be used from the bottom to the finished sub -grade elevation to compact the subgrade to 95% Standard Proctor Density (ASTM D-698) in conformity to the line, grade and sections as shown on the plans or as established by the Engineer. After the obstructions have been removed, or in conjunction with such removal, the street bed and/or alley return foundation and/or sidewalk foundation shall be excavated and shaped in conformity with the typical section and to the line and grades as shown on the plans .or as established_by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring the subgrade to the correct=elevation. When the subgrade is too low as initially excavated, the Contractor shall place additional soil or caliche in layers not exceeding four (411).inches and compact each layer by moistening and rolling. The utilization of a scraper for excavation and shaping of subgrade and base is permitted with exceptions which are determined by depths of utility lines., Unless otherwise specified by the Engineer, the scraper shall not exceed 23 cubic.yards capacity as rated loaded flush by the manufacturer. Subgrade shall be compacted to 95t Standard Proctor Density (ASTM D-698) for all improvements except thoroughfare and collector street paving. Subgrade shall be compacted to 100% Standard Proctor Density for thoroughfare and collector street paving. D-26 �I F Density tests (ASTM D-2922) will be performed and test rolling will be observed by City inspectors. Swelling subgrade (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture during compaction. Other subgrade soils will be compacted at a moisture content of plus or minus 2t of optimum moisture or other moisture content directed by the Engineer. Test rolling will be accomplished with a 25 ton pneumatic tire roller or other pneumatic tire roller approved by the Engineer. The Engineer may require up to six passes of the roller in determining the condition of the subgrade. Any soft corrected replacing density. specified or unstable areas found by test rolling will be by removing the soft or unstable material and it with suitable material compacted to specified The areas so corrected shall be test rolled as above. Special care shall be exercised in grading street intersections where dips are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than six (611) or nine (911). Crown section shall begin to decrease 60 feet back of end of radius for residential streets. Wider street dips will be blue topped as shown on the detail sheet. ' •. - •� • PTO- R .. R The Contractor may proceed with subgrade preparation on any schedule he may select except that, unless hindered by factors beyond his control, not more than seven (7) calendar days shall elapse between the time subgrade preparation is begun and the spreading and compacting of the base has started. Measures shall be taken by the Contractor not to leave driveways impassable during the night hours. 5. Excess Materials Materials excavated in excess of that needed in fill and backfill behind curb shall be wasted by the Contractor. Care shall be taken by the Contractor to use only topsoil in the backfill behind the curbs. The Contractor may dispose of the surplus excavated material in any manner not objectionable to the public, and it is his responsibility to locate a suitable site for dumping the waste excavation. In any event, the Contractor shall not dispose of the surplus materials in any of the lake areas either outside or within the city limits. Location of disposal sites near any lake area must be approved by the Engineer. D-27 The preparation of the subgrade for concrete alley paving shall be done in the same manner as other subgrade excavation which requires scarifying, wetting, disking, blading, rolling, and compacting. The Contractor,will be required to excavate around existing improvements such as gas meter, water meters, poles, etc. Each of these obstructions shall be the responsibility of the Contractor. Trees that conflict with the improvements shall be removed by the Contractor upon approval of the Engineer. The Contractor shall shape to subgrade to the cross-section shown on the plans and to the lines and grades established by the Engineer. After the forms are set and before the reinforcing is placed, the Contractor shall finally shape the subgrade so that there will be a minimum thickness of concrete of five (511) inches at the centerline and seven and one-half inches (7-1/211) at the outside edges. All areas where fill material is required shall be compacted. The subgrade shall be wetted and rolled to secure 900-. Proctor Density in the upper six (611) making a firm foundation for the alley paving. The Contractor will be required alley outside of the limits of drainage in the alley will be t slab. Excess excavated materia approved location. U M t� UU �` to shape the portion of the the concrete slab so that all o the invert of the concrete is shall be -hauled to any Prior to placing any embankment, all "Preparing Right -Of - Way" and/or "Clearing and Grubbing" operations shall have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankment shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground, or surface roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods and where indicated on plans or required by the Engineer, the ground surface thus prepared shall be compacted by sprinkling and rolling. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbeds slopes shall be plowed or scarified to a depth of not less than six 1611) inches and the embankment built up in successive layers, as hereinafter specified, to the level of the old roadbed before its height is increased. Then, if directed, the top of the roadbed D-28 f" shall be scarified and recompacted with the next layer of the new embankment. The total depth of the scarified and rj added material shall not exceed the permissible depth of I layer. Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment. Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the roadbed and unless otherwise specified each layer shall be so constructed as to provide a uniform slope of 1/4" inch per foot from the center line of the roadbed to the outside. Embankments shall be constructed to the grade established by the Engineer and completed embankments shall correspond to the general shape of the typical sections shown on the plans and each section of the embankment shall correspond to the detailed section or slopes established by the Engineer. After completion of the roadway, it shall be continuously maintained to its finished section and grade until the project is accepted. Except as otherwise specified, earth embankments shall be constructed in successive layers for the full width of the individual roadway cross section and in such lengths as are best suited to the sprinkling and compaction methods utilized. Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading or other acceptable methods from piles or windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. Minor quantities of rock encountered in constructing earth embankment shall be incorporated in the specified embankment layers, or may be placed in accordance with the requirements for the construction of rock embankments in the deeper fills within the limits of haul shown on the plans, provided such placement of rock is not immediately adjacent to structures. Also,.rock may be placed in the portions of embankments outside the limits of the completed roadbed width where the size of the rock prohibits their incorporation in the normal embankment layers. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be featheredged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. f No material placed in the embankment by dumping in a pile or F D-29 windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved_ by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, disking, or similar methods to the end that a uniform material or uniform density is secured in each layer. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor shall water at the material source if the sequence and methods used are such as not to cause an undue waste of water. Such procedure shall be subject to the approval of the Engineer. ••ITIM •4 The compaction method shall require that each layer shall be compacted to the required density by any method, type, and size of equipment which will give the required compaction. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compaction equipment used. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification.to provide the density as required herein, unless otherwise shown on the plans. The required compaction shall be 95% Standard Proctor Density ASTM D-698. After each section of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method may be altered on subsequent work to obtain specified density. Such:procedure shall be.determined - by, and subject to, the approval of the Engineer. At any time, the Engineer may order proof rolling to test the uniformity of compaction of the embankment subgrade. All irregularities, depressions, weak or soft areas which develop shall be corrected immediately by the Contractor. Should the subgrade, due to any reason or cause, lose required stability, density, or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be D-30 F prevented by sprinkling, sealing, or covering with a subsequent layer of granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 4 percent below the optimum for compaction to Standard Proctor Density. (Also see Section D, Item 2.A.2. Compaction.) 2. At Culverts Embankments adjacent to culverts which cannot be compacted by use of the blading and rolling equipment used in compacting the adjoining sections of embankment shall be compacted in the manner prescribed below. The following requirements shall apply to the backfilling of pipe culverts in addition to the pertinent portions of the general requirements given in the preceding section. After the bedding has been prepared and the pipe installed as required by the pertinent specifications, selected materials from excavation or borrow shall be placed along both sides of the pipe equally, in uniform layers not to exceed six (611) inches in depth (loose measurement), wetted and thoroughly compacted so that on each side of the pipe there shall be a berm of thoroughly compacted materials at least as wide as the external diameter of the pipe, except insofar as undisturbed material obtrudes into this area. The method and degree of compaction shall be same as specified above. Filling and/or backfilling shall be continued in this manner to the elevation of the top of the pipe. Special care shall be taken to secure thorough compaction of the material placed under the haunches of the pipe. All fill or backfill below the top of the pipe shall be compacted mechanically in the same manner and to the density prescribed above, regardless of whether or not such material is placed within the limits of the embankment or roadbed. In the case of embankments, the remainder of the fill above the top of pipe shall be placed in accordance with the provisions for placing roadway embankment as prescribed in the pertinent specification included in the contract. No construction traffic will be.permitted to cross any pipe culvert until the minimum depth of fill above the pipe as determined by the Engineer has been placed and consolidated. The base course shall consist of a minimum of six (611) or nine (911) inches of compacted approved caliche, black base or combination of caliche and black base material shaped in accordance with the typical cross -sections provided in the plans and to the grades established by the Engineer. D-31 A. Approved base material shall be hauled in .vehicles of uniform capacity to the site and dumped evenly so that an adequate quantity of material will be placed to provide a minimum of six (611) inches of compacted base material on all units except major thoroughfares streets. On these streets the Contractor will construct nine (911) inches of compacted base material. Processing of caliche base shall be accomplished in multiple lifts of three (311) inches in compacted depth. Each lift or layer shall be thoroughly moistened and rolled as it is cut from the windrow. After all of the material is cut from the windrow to the sides, it shall be cut back to the center in lifts of three (311) inches and thoroughly moistened and rolled again. Succeeding layers shall then be placed similarly until the caliche base course is completed. Caliche base shall be compacted to 95t Standard Proctor Density (ASTM D-698) for all improvements except thoroughfare street paving shall be compacted to 100t Standard Proctor Density. Density tests (ASTM D-2922) will be performed and test rolling for base will be observed by City inspectors. Caliche base shall be compacted at a moisture content of plus or minus 2% optimum.moisture or other moisture content directed by the Engineer. - The finished caliche base shall be test rolled with a 25 ton pneumatic tire or other approved roller. The Engineer may require up to six passes of the roller in determining the condition of the -base., All nine (911) inch compacted caliche base shall be accomplished in three (311) inch lifts. The caliche course -- shall then be sprinkled as required and rolled with compactors as directed until a uniform compaction of specified "Standard Proctor Density" is secured. Throughout this entire operation, the shape of the course shall be maintained by blading; and the surface upon completion shall be smooth and in conformity with the typical sections shown on plans and to the established lines and grade. -' Traffic may be allowed to travel on the caliche base, as directed by the Engineer, during construction. -During this period, the caliche base shall be satisfactorily maintained by the use of water trucks, blades, drags and such other equipment as may be required. The base course shall be so maintained until the wearing surface is placed thereon. The D-32 f s surface shall not be placed on base course that exceeds optimum mixture by two percent (2t). r r Processing of asphaltic base shall be as directed by the Engineer and similar to that described under got Mix Asphaltic Concrete Surface. Lift thickness will be indicated by the Engineer or as shown on the paving plans: Electronic screed controls will be required for placing black base on grade. The density required will be determined by the Engineer after material to be used has been approved. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material as directed by the Engineer. Each layer of black the Engineer, with a roller requiring up are placed. A delay surface will require construction of the Islas I�-&JUVIC base may be test rolled, as directed by 25 ton pneumatic tire or other approved to six passes before succeeding layers in construction of a black base mat or test rolling and approval prior to next layer. The compacted base shall be finished and preceding the application of the surface loose or unconsolidated material shall be surface moistened and rolled with a steel shaped immediately treatment. All removed and the wheel roller. The finished caliche base shall be checked for density requirements and by test rolling. Materials that fails the density requirement shall be reworked as necessary until passing. The full depth of caliche base shall be compacted to the extent necessary to remain firm and stable under test rolling. All irregularities, depressions or weak spots which develop shall be corrected immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. If the Contractor chooses, he may repair the weak spot by removing the material involved and replacing it with Type "C" hot mix or asphalt stabilized base. In this case, the surface may be applied as soon as the hot mix patch has been compacted and cooled to ambient temperature. • •... - l- ONNOWSKIWO D-33 Longitudinally a straightedge 10 feet long shall be used to detect any deviation which shall be corrected as defects. 4.HOT MIX ASPHALTIC CONCRETE SURFACE Description This item shall consist of 1"-1/2" compacted C.O.L. Type "C" or Type "D" hot mix asphaltic concrete surface, using approved crushed stone aggregate, constructed over a compacted base. The base shall be primed and a tack coat applied as required. A. Hot mix asphaltic concrete will be accepted on a -lot basis. A lot will consist of 1000 tons or each days production and will be divided into three (3) equal sublots. Pavement density will be determined by taking the average density for each lot, from the three sublots, the average Maximum Theoretical Density, taken from trucks delivering hot mix asphaltic concrete to the site. The samples will be tested in accordance with ASTM D-2041. Each lot of compacted pavement will be accepted, with respect to density, when the average field density is within the below listed specifications. Four field density determinations will be made for each lot. Cores taken from the pavement will be used to test the field density. The density of the cored samples will be determined in accordance with ASTM D-2726. Density Specifications Based on Maximum Theoretical Density Minimum = 92.5% Optimum = 96.0% Maximum = - 97.5% If the mixture produced does not have the specified qualities, it shall be adjusted until it does. The pavement shall be constructed on the previously completed and approved subgrade, base, existing pavement, bituminous surface or in'the case of a bridge, on the prepared floor slab, as herein specified and in accordance with the details shown on the plans. D-34 r { B. Temperature Requirements 1. November 1 until April l a. The asphaltic mixture shall not be placed when the air temperature is below 55 degrees F and falling. b.The asphaltic mixture may be placed when the air temperature is above 50 degrees F and rising. a. The asphaltic mixture shall not be placed when the air temperature is below 50 degrees F and falling. b. The asphaltic mixture may be placed when the air temperature is above 45 degrees F and rising. a. The asphaltic mixture shall not be placed when the air temperature is below 45 degrees F and falling. b. The asphaltic mixture may be placed when the air temperature is above 40 degrees F and rising. The air temperature shall be taken in the shade away from artificial heat or as reported by the National Weather Service on their hourly report (Telephone No. 762-0141). The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the T. plant to the job site. If the temperature of a load of asphaltic concrete measured while passing through the lay -down machine is 25 degrees F less than the mixing temperature, the load may be rejected by the Engineer and payment will not be made for the rejected material. The compacted base upon which the hot mix asphaltic j concrete surface is to be placed shall be prepared and cleaned, as required by the Engineer, before the prime coat is applied. The prime coat shall consist of an application'of 0.25 gallons per square yard of MC asphalt. r" D-35 6.Tack Coat 7. Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the Engineer, with approved sprayer. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. The tack coat shall be rolled with a pneumatic tire roller as directed by the Engineer. The asphaltic mixture, prepared as specified above shall be hauled to the work site in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during day -light hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. Generally the asphaltic mixture shall be dumped and spread on,the approved prepared surface with the specified spreading and finishing machine in such manner that when properly compacted the finished pavement will be smooth, of uniform density and will meet the requirements of the typical cross sections and the surface tests. During the application of asphaltic. material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter, and structures. The surface course shall be laid in.a compacted layer with a minimum compacted thickness of one and one-half inches (1-1/211) . A level up course, 1/2" or more in thickness, shall require the use of black base or a coarse grade of hot mix approved by the Engineer. It shall be spread and compacted to lines and grades as established by the Engineer. D-36 0 i When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level ( up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated r when authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted it will be slightly above the edge of the curb and flush structure. All joints shall present the same texture density, and smoothness as other sections of the course. The joints �., between old and new pavements or between successive day's work shall be carefully made to insure a continuous bond between old and new sections of the course. f The transverse edges of old pavement and, if required by the Engineer, the successive days pavement shall be sawed with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material before the fresh mixture is placed. As directed by the Engineer, the pavement shall be compacted thoroughly and uniformly to the required density. The specified rollers shall be used, except as provided in paragraph (3) below. Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. Rolling with pneumatic roller shall be done as directed by the Engineer. Rolling shall be continued until required compaction is obtained and all roller marks are eliminated. One tandem roller, two pneumatic rollers and at least one three wheel roller, as specified above, shall be provided for each job. Additional rollers shall be provided if needed. The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs, it shall be corrected at once by the use of rakes and of fresh mixture where required. The roller shall not be allowed to stand on pavement which has not been D-37 fully compacted. To prevent adhesion of the surface to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All.rollers'must be in good mechanical condition. Necessary precautions shall be taken to prevent the droppings of diesel, gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or when standing. When indicated on the plans or permitted by the Engineer in writing, the pavement may be compacted to the required density by the use of compacting equipment other than that specified herein. Hand tamping. The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the roller, shall be thoroughly compacted with lightly oiled tamps. Rolling with the trench type roller will be required on widening areas in trenches and other limited areas where satisfactory compaction cannot be obtained with the three wheel and tandem rollers. 10. Surface Tests The surface of the pavement, after compaction, shall be smooth and true to the established line, grade and cross section, and when tested with a 10 foot straight edge placed parallel to the centerline of the roadway or tested by other equivalent and acceptable means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet, and any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch deviation in 10 feet requirement may be waived by the Engineer. 11. Surface Density Test See Section M, Item 10.(D), Laboratory Control. 12. Egij ipment Spreading and Finishing Machine. The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and shall have adequate power to propel the delivery vehicle in a satisfactory manner when the mixture is dumped into the finishing machine. The finishing machine shall be equipped with a flexible spring and/or hydraulic type D-38 hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The finishing machine shall be operated in a low gear, or as directed by the .- Engineer, at a speed to produce a surface that will meet the requirements of the typical cross section and surface test. r Any vehicle which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grade without resorting to hand finishing will not be t" allowed to dump directly into the finishing machine. Vehicles dumping into the finishing machine shall be mechanically and/or automatically operated in such a ., manner that overloading the finishing machine being used cannot occur and the required lines and grade will be obtained without resorting to hand finishing. Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be approved by the Engineer, provided that the loading equipment is constructed and operated in such a manner that substantially all of the mixture deposited on the roadbed is picked up and placed in the finishing machine without contamination by foreign material of the mixture. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. Forms. The use of forms will not be required except where necessary to support the edges of the pavement during rolling. If the pavement will stand rolling without undue movement, binder twine or small rope may be used to align the edges. Motor Grader. The motor grader, if used, shall be self- propelled power motor grader; it shall be equipped with pneumatic tired wheels; shall have a blade length of not less than 12 feet; shall have a wheel base of not less than 16 feet; and shall be tight and in good operating condition and approved by the Engineer. t Pneumatic Tire Rollers. The pneumatic tire roller shall be an acceptable self-propelled roller mounted on pneumatic tired wheels, with the weight capable of being C varied uniformly from 275 to 550 pounds per inch width of tire tread, so constructed as to be capable of being operated in both a forward and a reverse direction and shall have suitable provision for moistening the surface i F D-39 .of the tires while operating. All tires of the same roller shall be smooth tread of equalsize and diameter and.shall be arranged in such a manner that the gap between the tires of one axle will be covered.by the tires of the other. The:tire pressure of each tire shall be adjusted as directed by the Engineer and this pressure shall not vary by more than 5 pounds per square inch. Two Axle Tandem Roller. This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons. Three Wheel Roller._ This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons. Trench Roller. This roller shall be an acceptable power driven trench roller equipped with sprinkler for keeping the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive shall be not less than 20 inches wide. The roller under working conditions shall produce 325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear. Straightedges and Templates. When directed by the Engineer, the_Contractor shall provide acceptable 10 foot straightedges for surface testing. Satisfactory templates shall be provided by the Contractor as required by the Engineer. All equipment shall be maintained in good repair and operating condition and shall be approved by the Engineer. The Contractor shall furnish such suitable machinery, equipment and construction forces as may be necessary, in the opinion of the Engineer, for the proper prosecution of the work, and failure to do so may cause the Engineer to withhold all estimates which have or may become due or the Engineer may suspend work until his requests are complied with. •IM I. M. The pavement shall be opened to traffic when directed by the Engineer. All construction traffic allowed on the pavement shall comply with City Ordinance governing traffic on City Streets. D-40 r If the surface ravels, corrugates or shoves, it will be the Contractor's responsibility to correct this condition at his expense. Within three days after completion of any Sub -Unit of paving the Contractor shall clean, remove rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance of the Sub -Unit will be considered. The cleanup shall include the sloping, filling and shaping of the area between the curb and property line. This area shall be filled with good top soil, with no rocks larger than 1". When the ground behind the curb is higher than the top of the curb, the Contractor will be required to cut this area down to provide a smooth, even slope between the property line and the curb. A.ADJUSTMENT OF VALVES AND MANHOLES The City Forces will place valve boxes and manholes on finished grade after the base has been finished to grade. The Contractor shall allow the City Forces at least 3 days r' to do this work after finishing the base and before application of asphalt. It shall be the responsibility of ` the Contractor to notify the Water and Sewer Department 48 hours after curb and gutter has been completed so that the City Forces can properly schedule their work. In all alleys j the City Forces will set the valve boxes and manholes to grade after the forms are in place. Any variation in this procedure that causes expense to the City shall have the approval of the Engineer, and such expense shall be borne by the Contractor. B.INSTALLATION, ADJUSTMENTS. AND TRAFFIC INSTALLATIONS AND PROTECTION OF UTILITIES r" The plans show only approximate locations of utilities as obtained from the various utility companies and shall not relieve the Contractor from familiarizing himself with all underground utilities. It is not implied that all existing utilities are shown on the plans. The City of Lubbock does not assume any responsibility for any utility lines which are not shown on the plans. r 7 DA I The utility companies will attempt to move all .utilities that can be reasonably removed prior to beginning of construction; however, this does not relieve the Contractor from any damage that he might do to any utility property. In case of any damage, the Contractor shall immediately notify the utility company. City Water and Sewer 767-2588, 767-2344 Lubbock Power and Light 767-2555, 767-2554 City Traffic Shop Energas Traffic Shop Southwestern Public. Service Southwestern Bell Telephone 767-2140, 767-2144 741-4200, 741-0231., 763-2881, 796-3250 741-6101, 741-5151 Cox Cable of Lubbock 793-5053, 793-4683 City Traffic Engineering 767-2132 Sequence: The sequence of utility adjustments has been mutually agreed upon by the utility companies in the City of Lubbock and will attempt to follow the following schedule: Plans for contract project will be delivered to all utility companies two weeks prior to opening bids. As a general rule, these projects will have been staked. The utility companies will relocate all items necessary, locate and flag all meters, valves, manholes, underground cables, etc., prior to the date the Contractor is to begin construction. After the subgrade is completed on alley paving projects, and after the base is completed on all street paving projects, all manholes, valve boxes, etc., will be set to finished grade by the utility companies. The site shall be left in a clean condition. on all projects, including private contracts, the Contractor shall exercise care not to damage any sanitary sewer pipe or manholes,' storm sewer pipe or manholes, or telephone cable or manholes, water or gas lines, valve boxes , meter boxes, nor any other pipe or utility.. If necessary, the Contractor shall call the department or company concerned and make arrangements for adjusting the manhole, valve box, meter box, or other utility to grade. on all projects for which he is awarded a contract, the Contractor will be responsible during the construction period for any damages to manholes, valve boxes, meter boxes and other utilities. D-42 I Should any item be damaged during the process of construction, the Contractor is to notify the affected utility company and the City inspector. The utility company will immediately repair the damaged item. Any bills for damage will be sent through the Department of Engineering. The Department of Engineering will process all bills and fix responsibility for damage and govern the extent of repair. Private contracts do not have plans, but utility companies will be furnished cut sheets and notified of impending construction by letter. Other items such as adjustments, damage's, etc. will be handled the same as for bid let projects. r The utility companies will schedule their work with the r. Contractor. When utility adjustments commence before the contract is awarded, it will be the responsibility of the utility company to barricade the project. �" Unless otherwise agreed upon by the City and the utility companies involved, the sequence of installation of underground utilities shall be as follows: r Utility Sequence I — Sewer First Electric (Primary) Electric (Secondary) Telephone T.V. Cable Water Gas Traffic Engineering Second Third Fourth (last if no power or T.V.) Fifth Sixth Seventh Eighth On all projects, including private contracts, the Contractor shall.not place curb and gutter or base material at points where underground utilities cross or propose to cross until such utilities have been adjusted or installed. _kn "Salvaging and Replacing Base" shall consist of removing the existing base material where shown on plans, such temporary t storage as is necessary, and the replacement of this material D-43 on the prepared roadbed as herein specified and in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. 1. Salvacrina Existing Base The"existing base, including any bituminous mat not shown on plans to be salvaged, shall first be cleaned of all dirt or other objectionable material by blading, brooming or other approved methods, then scarified to the width and depth as may be required to provide the estimated amount of salvaged material per station as shown on the plans. Subgrade shall be reworked, if necessary, as directed by the Engineer. Any bituminous mat encountered shall be broken into particles not more than two inches in size, and incorporated uniformly with the existing base. The material thus salvaged shall be placed in stockpiles or windrows until sufficient subgrade has been prepared to receive the salvaged material; then, if the Contractor so elects, the remaining old base material as salvaged may be placed directly upon the prepared subgrade as directed by the Engineer, thus eliminating the necessity of stockpiling. It shall be the responsibility of the Contractor that all the available material shall be salvaged and replaced and shall be kept reasonably free of soil from the subgrade or roadbed during the salvaging and replacing operations. When material is windrowed or stockpiled, it shall be so placed so as not to interfere with traffic, proper drainage or the general progress of the work. Preparation of subgrade shall be in accordance with Section D, Item 2 Earth Work of these specifications. ;-m U_.- U_ -nq The salvage material shall be in accordance with Section D, Item 2 Earth Work. This item shall consist of salvaging base material from places shown on the plans or as directed by the Engineer and of stockpiling that material where shown on the plans or directed by the Engineer. D-44 7 B. CONSTRUCTION METHODS Trash, wood, brush, stumps and other objectionable material at the storage site shall be removed and disposed of as directed by the Engineer prior to the beginning of work required by this item. The base material, including any asphalt mat, which may not be shown on the plans, shall be cleaned of all dirt or other objectionable material. Asphaltic materials shall be broken into pieces not more than two inches in size and incorporated uniformly with the salvaged base material. Material to be salvaged shall be worked into stockpiles or windrows and loaded by approved equipment into approved equipment for hauling to the stockpile site. It shall be the responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free of soil from subgrade or road bed during the salvaging operations. The operation shall be conducted in such manner as not to interfere with traffic, drainage or the general requirements of the work. After the material is deposited in the stockpile area, it shall be worked into a neat compact stockpile. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C- 174. Pavement thickness shall be not less than the specified minimum thickness. When the measurement of any core is less than the specified PM minimum thickness, the actual thickness of the pavement in this area shall be determined by taking additional cores at not less than 10-foot intervals parallel to the centerline in each direction from the affected location until each direction r" from the affected location until in each direction a core is found which is not deficient. Areas found deficient in thickness shall be removed and replaced with pavement of the r minimum thickness specified. i 3 " Cores shall be obtained at the discretion of the Engineer. r "' D-45 CONCRETE DRAINAGE STRUCTURES 7 CONCRETE DRAINAGE STRUCTURES r This item shall consist of either plain or reinforced concrete headwalls, catch basins, inlet boxes and miscellaneous drainage structures constructed in accordance with these specifications, at the specified locations and conforming to the lines, grades and dimensions shown on the plans or required by the Engineer. Plain and reinforced concrete used in connections of pipes with structures, structures or frames shall conform to these specifications. Concrete used Class D. structures, and the support of the requirements of for this item shall be The castings shall conform to the following requirement: Gray iron castings shall meet the requirements of ASTM A-48. All castings shall conform to the dimensions shown on the plans and shall be designed to support H-20-S16 loadings. The Contractor shall provide certification from the casting manufacturer that the castings furnished will meet the loading, material and usage requirements. The manhole frame and solid lid or frame and grate shall be manufactured by Western Iron Works, Inc., Neenah Foundry Company, or approved equal. The manhole frame shall have a r• clear opening of not less than 22 inches. If the lid is less than 150 pounds (nominal), it shall be bolted to the frame with stainless steel bolts. The frames and covers E..� shall be designed to prevent the lid or grate from being :t dislodged by traffic but which will allow easy removal for ' access to the structure. The grate shall be bicycle safe. 3.CONSTRUCTION METHODS FTOTA 0 FMM a -. M 5 MTV 10 M.* The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the plans, or as directed by the Engineer. The i' DS-1 excavation shall be or sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. The Contractor shall do all bracing, sheathing or shoring necessary to implement and protect the excavation and the structure as required for safety or,conformance to governing laws. The cost of bracing, sheathing or shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheathing or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the plans. The construction shall conform to the requirements of these specifications. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the Engineer before the concrete is placed. DS -2 All invert channels shall be constructed and shaped. accurately so as to be smooth, uniform and cause minimum l resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. UT4 VT,. - - M.- Inlet and outlets pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface, unless otherwise directed. For concrete structures, the mortar shall be r placed around these pipes so as to form a tight, neat connection. All castings shall be placed in the positions indicated on r the plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or grates are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. After the frames have been set in final position and the concrete or mortar has been allowed to harden for 7 days, then the covers shall be placed in the frames. FDMD7-FMN=1M � • After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not be exceed 8 inches in loose depth, and compacted to the density required in these specifications, as determined by AASHTO T-99. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. ?� Backfill shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer established that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. r DS-3 I. Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear and in good condition. 4.METHOD OF MEASUREMENT The number of concrete drainage structures shall be measured by the unit as shown on the plans and as listed in the proposal. • The accepted concrete drainage structures will be paid for at the concrete unit price bid per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the plans; and for all labor, equipment, tools and incidentals necessary to complete the structure. DS -4 REINFORCED CONCRETE STORM SEWER PIPE AND MANHOLES r ja Do* 'N MO) I Do PXqw, to) Z4 OY ow-jo to) -,A �W-) DWAM I IN i _ • This item shall consist of reinforced concrete pipe and manholes of the types, classes, sizes and dimensions required on the plans, furnished and installed at the places designated on the plans and profiles, or by the Engineer in accordance with these specifications and with the lines and grades given. All standard specifications and quality standards; i.e., ASTM, TxDOT, ANSI, AASHTO, etc. which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 2. MATERIALS A. General The pipe and manholes shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements. The Contractor shall supply certification from the manufacturer that the pipe and manholes provided will meet the specified requirements. Reinforced concrete pipe, either precast or cast in place, shall conform to the requirements of AASHTO M-170 or ASTM C- 76. Pipe shall be Class III unless otherwise noted. Mortar for connections to other drainage structures 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. � � - • n-� a �• .- • � T 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. 4 SS - 1 [BINFUT-77*713-:11FT—TroWeI - O _ I RP - Manhole barrel, cone and extension sections shall be - constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates Cement Sampling Specimens Reinforcing Sand and Mortar ASTM C-33 ASTM C-150 ASTM C-39 ASTM C-185 ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint asapprovedby 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 loading. They shall also have protrude through manhole wall; thickness must remain between manhole. to withstand H-20 AASHTO lifting holes that do not one full inch of concrete lift hole and outside wall of 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 SS - 2 r r+ 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. r The cover shall include lettering, City of Lubbock, Texas. r.. 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 r approved by the Engineer before construction is permitted to start. If precast concrete pipe or manhole sections is used, the r" 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, r^ the manhole bed and the backfill, as specified. The Contractor shall do all excavation to the depthshown on the plans. Where rock, or soil containing rocks or gravel, hard pan or I. other unyielding foundation materialis encountered in trench excavation, the pipe shall be bedded in accordance r- with the requirements of one of the classes of bedding but with the following additions: The hard unyielding material shall be excavated below the elevation of the bottom of the r PP or pipe pipe bell to a depth of at least 8 inches or 1/2 P P P A inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the j nominal diameter of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. The bottom of the trench �- shall be excavated to a horizontal section as far as r practicable. SS - 3 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 SIZE MINIMUM TRENCH WIDTH MAXIMUM TRENCH WIDTH OF PIPE Less than 18" AT PIPE SPRINGLINE Pipe O.D. + 12" AT TOP Pipe OF PIPE O.D. + 18" 18" thru 36" _ Pipe O.D. + 18" Pipe O.D. + 24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. Excavation in paved areas, shall be confined to a minimum practical width. As far as pavement repair over the storm sewer is concerned, the maximum payment width is the width of the trench at the top of the pipe + 2' (Type A) or + 1' (Type B), whichever is appropriate. If the Contractor chooses or allows the trench to become larger, payment width shall be limited as stated above 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. SS - 4 l The excavation for the manhole shall be essentially the same as that for the piping. The excavation shall be large r enough to work in, but not overly so. The sides of the ! excavation shall be vertical unless otherwise approved by the Engineer. The maximum payment for the pavement repair r of manholes shall be limited to the O.D. of the manhole t sections + 61. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. 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. C. Installing Pine The Contractor shall provide the necessary mason's lines and supports 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 laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. 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 t and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing and r,r until the concrete, in cast -in -place pipe, or the mortar, in 0 the joints of precast or cast in place pipe, has thoroughly set. Pipe shall not be laid or installed on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying or installing, shall be taken up and re-laid or re -installed without extra compensation. SS - 5 The Contractor shall provide, as may be necessary, for the temporary diversion of surface water flow in order to permit the installation of the pipe under dry conditions. � u• The mortar shall be of the desired consistency for caulking and filling between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints shall be of a water tight joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as recommended by the pipe manufacturer. Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be Class A (See Section M-2.E.) at a minimum 3000 psi. 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. KIP ..9iT•7�- - Manhole barrels shall be assembled of precast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. Changes in size and grade of the channels shall be SS - 6 r 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 r" two inches per foot. All connections between the riser or base sections and the f" sewer pipe shall be joined in such a manner as to make the E manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. �• Preformed flexible plastic sealing compounds similar or equal to "Ram-nek" or "Kent Seal" are also acceptable, provided acceptable watertightness is achieved.. I Flat top sections may be used on shallow lines where standard cone sections will not conform to specified elevations. Cone shaped top section shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. 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. Each manhole shall have a minimum of 6 inches of grade adjustment. Rings shall be set to the elevations shown on the Plans or established by the City's Inspector. Concrete shall be placed around and under the ring to provide a seal and properly seat the ring at the required elevation. Concrete shall be rounded -off in accordance with the Standard Details. The finished manhole is expected to be as watertight as the pipe system it is incorporated into. All connections between riser sections, bases and tops shall be sealed with preformed flexible plastic joint sealing compound. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. Grade of materials, quantity of materials and application temperatures recommended by the manufacturer shall govern. Sealing compound similar or equal to "Ram- nek" or "Kent Seal" shall be used. SS - 7 All trenches -and excavations shall be backfilled within a reasonable time after the pipes and manholes are installed, unless other protection is directed. 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. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe and manhole. Backfill shall be compacted to 950 (min.) Standard Proctor Density. At the Contractor's option, and at no additional cost to the City, flowable fill or cement stabilized caliche backfill material (3-sacks of cement per cubic yard of caliche) may be used in lieu of compacted backfill around the pipe, provided,it can be shown to the Engineer's satisfaction, that during the pour the pipe is not disturbed or moved in any way. If the pipe is disturbed, compacted fill will be required to 1' over top of the pipe, then the flowable fill/3-sack may be used. Also, as a no -additional -cost option, compacted gravel embedment may be used around the pipe to 1' above the pipe. The gravel shall be crushed stone with irregular surfaces and comply with the folowing gradation requirements: 1" Sieve 7/8" Sieve 3/4" Sieve 5/8" Sieve 3/8" Sieve No. 10 Sieve 0 0 - 2 15 - 35 55 - 100 95 - 100 99 - 100 SS - 8 Movement of construction machinery over a culvert pipeline or manhole shall be at the Contractor's risk. Any damage shall be replaced at the expense of the Contractor. .O. - After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site.` Surplus dirt may be deposited in embankment, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all '^' tools and other equipment, leaving the entire site free, clear and in good condition. 7 Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe. Prior to final approval of the drainage system, the Engineer accompanied by the Contractor's representative, shall make thorough inspection, by an appropriate method, of the entire installation. Any indication of defects in material or workmanship, or obstruction to flow in the pipe system, shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. The footage of pipe to be paid for shall be the number of linear feet of pipe in place, completed and approved to be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types and sizes shall be measured separately. The depths of the manholes shall be measured from the top of the manhole ring to the invert in the center of the manhole. This depth minus the 6' base depth shall be the extra vertical feet of manhole. SS - 9 S. Payment will be made at the contract unit price per linear foot for each kind of pipe of the type, class, 'size and depth of cut designated. Also for the number of manholes at base depth and the extra vertical feet of manhole. These prices shall be full compensation for furnishing all materials and for all preparation, excavation and installation of these materials,.'and for all labor, equipment, tools and incidentals necessary to complete the item. SS - 10 I s f. t 4 - t - t i A.D.A. CURB RAMPS - VARIOUS LOCATIONS (PHASE # 3) PROJECT # 9923 l . MEASUREMENT AND PAYMENT k pm 4 d 5 L 1 MEASUREMENT AND PAYMENT GENERAL This project shall consist primarily of the installation of curb ramps in existing radii. The unit price bid on each item, as stated in the bid proposal, shall include furnishing all labor, machinery, equipment and materials necessary or incidental to complete the various items of construction in accordance with the plans and specifications of this contract. The cost of labor or materials required, whether or not shown on the plans or called for in the specifications, for which no separate payment is made shall be considered to be subsidiary to and paid under the various pay items in the bid proposal. ITEM #1 - CONCRETE CURB REMOVAL AND REPLACEMENT C This item shall consist of the removal and replacement of all full depth concrete curb as specified. Measurement shall be made along the face of the curb of the actual length of full depth curb removed and replaced as shown on the plans. 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. The unit price shall be full compensation for all labor including all curb removal as specified, loading, hauling, sawcutting, 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 r., as specified. ij ITEM #2 - CONCRETE SLAB REMOVAL AND DISPOSAL This item shall consist of the removal of all concrete valley gutters, fillets, sidewalks, residential driveways, commercial driveways, drainways, medians and other concrete slabs as specified. Measurements shall be made of the outside linear dimensions of the concrete slabs and be measured prior to removal. Payment shall be made at the unit price bid per square foot 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 labor, 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. MR2 ITEM 93 - JOINT SAWING AND SEALING This item shall consist of the sawing and sealing of all longitudinal and contraction joints behind the curb and gutter as specified. Measurement shall be made along the actual length of the sawed joints. Payment shall be made at the unit price bid per linear foot as specified. The unit price bid shall be full compensation for all labor including sawing, cleaning, drying and sealing the joints indicated including all materials, tools, labor, equipment and incidentals necessary to complete the work as specified. ITEM 94 - 4" CONCRETE FLATWORK This item shall consist of all sidewalks, residential drives and curb ramps with or without vertical walls (4" raised curbs) installed in place as specified. Vertical walls (4" raised curbs), if required, shall be poured monolithically with the adjacent new concrete flatwork. Measurement of all sidewalks, residential drives and curb ramps without vertical walls (4" raised curbs) shall be made of the actual outside linear dimensions of four inch (4") - concrete placed as specified. Measurement of all curb ramps with vertical walls (4"raised curbs) less than or equal to six inches (6") in height shall be made of the outside linear dimensions of the horizontal four inch (4") concrete plus the outside linear dimensions of the four inch (4") thick vertical walls (4" raised curbs). Payment shall be made at the unit price bid per square foot of four inch (4") concrete. The unit price bid shall be full compensation for all labor including clearing any and all obstructions, subgrade preparation, backfilling, furnishing and placing all materials, including finishing and stripping or painting curb ramps as required, all reinforcement for all manipulations, labor, tools, equipment and incidentals necessary to complete the work as specified. ITEM 95 - 6" CONCRETE FLATWORK This item shall consist of all alley approaches, commercial drives, fillets, drainways and valley gutters. Measurement shall be made of the actual outside linear dimensions of six inch (6") concrete placed as specified. 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 all reinforcement; for all manipulations, labor, tools, equipment and incidentals necessary to complete the work as specified. . W-3 r F ITEM #6 - GRAVEL REMOVAL AND DISPOSAL BEHIND THE CURB AND GUTTER This item shall consist of the removal of all gravel surfaces behind the curb and gutter as necessary to facilitate the installation of four inch (4") concrete curb ramps and/or associated concrete flatwork. Measurement shall be made of the actual outside linear dimensions of full depth gravel removal as specified. Payment shall be made at the unit price bid per square yard of gravel removed as specified. The unit price bid shall be full compensation for all labor including removal, loading, hauling and disposal of all material at a site suitable for disposal of waste material including all incidentals necessary for completion of the work as specified. ITEM #7 - GRAVEL REPAIR BEHIND THE CURB AND GUTTER This item shall consist of the installation of all full depth six inch (6") pit run gravel surfaces behind the curb and gutter. Measurement shall be made of the outside linear dimensions of the full depth gravel repair i as specified. t Payment shall be made at the unit price bid per square yard of full depth gravel repair as specified. The unit price bid shall be full compensation for all labor including subgrade preparation, loading, hauling and placing all materials, and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work as specified. ITEM #8 - ASPHALTIC PAVEMENT REMOVAL AND DISPOSAL BEHIND THE CURB AND GUTTER This item shall consist of the removal of all full depth asphaltic pavement behind the curb and gutter as necessary to facillitate the installation of four inch (4") concrete curb ramps and/or associated concrete flatwork. Measurement shall be made of the outside linear dimensions of full depth asphaltic pavement removed as specified. Payment shall be made at the unit price bid per square yard of full depth asphaltic pavement removed as specified. The unit price bid shall be full compensation for all labor including removal, loading, hauling and disposal of all material at a site suitable fordisposal of waste material including all incidentals necessary to complete the work as specified, r r- W-4 ITEM #9 - ASPHALTIC PAVEMENT REPAIR BEHIND THE CURB AND GUTTER This item shall consist of the installation of all full depth asphaltic pavement repair to consist of six inch (6") caliche base and one and one-half inch (1'/z") Type "C' hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime, including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard. Measurement shall be made of the outside linear dimensions of full depth paving as specified. Payment shall be made at the unit price bid per square yard of full depth 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") Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard, including hauling and delivering, spreading and blading and for all labor including subgrade preparation, backfilling, compacting, blading, wetting and rolling, loading, hauling, placing all materials and disposal of all excess materials at a suitable site for dumping waste material, manipulations, labor, equipment and all incidentals necessary for the completion of the work as specified. ITEM #10 - BRICK REMOVAL AND REPLACEMENT BEHIND THE CURB AND GUTTER This item shall consist of the removal of all bricks behind the curb and gutter as necessary to facilitate the installation of four inch (4") concrete curb ramps and/or associated concrete flatwork and the replacement of matching bricks as required. Measurement shall be made of the outside linear dimensions of bricks removed and replaced as specified. Payment shall be made at the unit price bid per square yard of bricks removed and replaced as specified.. The unit price shall be full compensation for all labor including removal, loading, hauling, subgrade preparation, replacement and disposal of excess material at a site suitable for disposal of waste material including all incidentals necessary to complete the work as specified. ITEM #11 6" CONCRETE RETAINING WALL (TYPE D This item shall consist of a six inch (6") thick concrete retaining wall with a twelve inch (12") footing below grade reinforced with 6" x 6" wl.4 x wl.4 welded wire mesh installed in place. This item shall be used only when a retaining wall greater than six inches (6") in height is required as determined by the Engineer. Measurement shall be made of the actual length of the six inch (6") thick retaining wall constructed as specified. MP-5 Payment shall be made at the unit price bid per linear foot of constructed six inch (6") thick retaining wall. The unit price shall be full compensation for all labor including subgrade preparation, excavation and fill, backfilling, blading, tamping, wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for disposal of waste material, removing and disposing of all obstructions, and furnishing and placing all materials, including reinforcement, and for all manipulations, labor, tools, and equipment and incidentals necessary for the completion of the work as specified. ITEM #12 - 6" CONCRETE RETAINING WALL (TYPE H) This item shall consist of a six inch (6") thick concrete retaining wall above grade, reinforced with 6" x 6" wl .4 x wl .4 welded wire mesh and poured monothically with r,. adjacent new concrete flatwork, installed in place. This item shall be used only when a wall greater than six inches (6") in height is required as determined by the Engineer. Measurement shall be made of the actual length of the six inch (6") thick retaining wall constructed as specified. Payment shall be made at the unit price bid per linear foot of constructed six inch (6") thick retaining wall. The unit price shall be full compensation for all labor including subgrade preparation, excavation and fill, backfilling, blading, tamping, wetting, rolling, loading, hauling and disposal of all excess material at a site suitable for disposal of waste material, removing and disposing of all obstructions, and furnishing and placing all materials, including reinforcement, and for all manipulations, labor, tools, and equipment and incidentals necessary for the completion of the work as specified. ITEM #13 - CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT This item shall consist of the removal of all full depth concrete curb and gutter as specified. Measurement shall be made along the face of the actual length of concrete curb and gutter removed as specified. Payment shall be made at the unit price bid per linear foot of curb and gutter removed as specified. It shall be the Contractor's sole responsibility to notify the Engineer or City Representative prior to removal to enable measurements to be made. The unit price shall be full compensation for all labor including curb and gutter removal, loading, hauling, sawcutting, disposal of all material at a site suitable for disposal of waste material, manipulations, labor, equipment and incidentals necessary for the completion of the work as specified. MR6 ITEM #14 - ASPHALTIC PAVEMENT REPAIR IN STREET This item shall consist of all full depth asphaltic pavement repair in front of the curb and gutter to consist of six inch (6") concrete base reinforced with 6" x 6" W2.9 x W2.9 welded wire mesh on a one inch (1") sand cushion and one and one-half inch (1'/2") Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime, including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard. Measurements shall be made of the outside linear dimensions of full depth pavement repair as specified. Payment shall be made at the unit price bid per square yard of full depth 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") Type "C" hot mix asphaltic concrete with three percent (3%) latex polymer (SBR) and one percent (1%) hydrated lime including prime coat and tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per square yard, including hauling and delivering, spreading and blading, mixing, sprinkling, compacting, rolling, hauling and placing all materials and all manipulations, labor, tools, equipment and other incidentals necessary to complete the work as specified. ITEM #15 - BRICK PAVEMENT REPAIR IN STREET This item shall consist of all brick pavement repair in front of the curb and gutter. Measurements shall be made of the outside linear dimensions 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 portland cement in the paving brick joints and disposal of excess material at a site suitable for waste disposal including all incidentals necessary to complete the work as specified. ITEM #16 - REMOVE AND REPLACE EXISTING SPRINKLER UNIT (POP-UP SPRAY) This item shall consist of the removal, salvage and replacement of portions of existing sprinkler systems as specified. Measurement shall be made of the amount of sprinkler head units removed, salvaged and replaced as specified. The quantity of new underground PVC irrigation piping and fittings installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiary to the sprinkler head unit installation. r Payment shall be made at the unit price bid per each sprinkler head unit removed, salvaged and replaced as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. �. ITEM #17 + REMOVE AND REPLACE EXISTING SPRINKLER UNIT (POP-UP IMPACT SPRAY) This item shall consist of the removal, salvage and replacement of portions of existing sprinkler systems as specified. Measurement shall be made of the amount of sprinkler head units removed, salvaged and r• replaced as specified. The quantity of new underground PVC irrigation piping and fittings r installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiary to the sprinkler head unit installation. Payment shall be made at the unit price bid per each sprinkler head unit removed, salvaged and replaced as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. ITEM #18 - NEW SPRINKLER UNIT (POP-UP SPRAY) This item shall consist of new sprinkler head units furnished and installed as specified. Measurement shall be made of the amount of new sprinkler head units furnished and installed as specified. The quantity of new underground PVC irrigation piping and fittings installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiary to the sprinkler head unit installation. Payment shall be made at the unit price bid per each new sprinkler head unit furnished and installed as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. ITEM #19 - NEW SPRINKLER UNIT (POP-UP IMPACT SPRAY) This item shall consist of new sprinkler head units furnished and installed as specified. Measurement shall be made of the amount of new sprinkler head units furnished and installed as specified. The quantity of new underground PVC irrigation piping and fittings installed, and connections made to the existing sprinkler system shall not be measured for separate payment, but shall be considered subsidiary to the sprinkler head unit installation. Payment shall be made at the unit price bid per each new sprinkler head unit furnished and installed as specified. The unit price shall be full compensation for all labor including trenching, backfilling and restoration of the disturbed landscaping; PVC irrigation piping and fittings required to complete the system; for furnishing all equipment, materials, tools and incidentals necessary to complete the work as specified. , ITEM #20 ; TRAFFIC CONTROL PLAN This item shall consist of installing and maintaining all traffic channelization as required. Payment of this item shall be lump sum as bid and paid proportionally throughout the expected length of the project as applicable with the balance to be paid at the end of construction should the construction period end prior to the expected length. The unit price as bid shall be full compensation for all signalization, including loading, hauling, placing and maintaining all barricades, cones, signs, pavement markings, delineators lights, flags, drums or other signalization devices as required; including all manipulations, labor, tools, equipment and other incidentals as necessary to complete the work as necessary. W-9 A.D.A. CURB RAMPS - VARIOUS LOCATIONS (PHASE # 3) PROJECT # 9923 SPECIAL CONDITIONS i i�. 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 bid contract amount shown in the Agreement by more than twenty-five percent (25U . 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 r If the Contractor proposes to incorporate "Fast Track" i concrete construction into the project, he will be required to demonstrate his ability to successfully perform such r construction. Documentation of the Contractor's successful experience with "Fast Track" concrete pavement or similar construction shall be provided by the Contractor. No such �. work shall be permitted until required documentation is provided and verified by the City Engineer. SC-2 The successful General Contractor and all successful Subcontractor's involved with any aspect of this contract project shall attend the project PRE -CONSTRUCTION CONFERENCE. 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 21st through January 2nd unless approved by the Engineer. The construction covered by these contract documents and plans shall be fully completed within two hundred (200) working days from the date specified in the Notice to Proceed issued by the City of Lubbock Engineering Department to the successful bidder or the date specified in the written approval to begin construction at an earlier date, whichever comes first. 5. MAINTENANCE OF DETOURS The Contractor shall do all such work as maybe 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 SC-3 7, 7. 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. The Contractor shall plan and execute his operations in a manner that will cause minimum interference with traffic. The Contractor shall secure written approval. from the City Traffic Engineer and Project Engineer of his proposed plan of operation, sequence of work and methods of providing for the safe passage of traffic before the Contractor begins any operations. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes therein to correct the unsatisfactory conditions. At night or at other times, all equipment not in use shall be stored in such manner and at such locations as not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of the public and of the Contractor's personnel, as directed by the Engineer. Flaggers shall be English speaking, courteous, well informed, physically and mentally able to effectively perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing vehicular and/or pedestrian traffic, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. 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, flares, cones, lights, signals and other such type devices shall conform to details shown on the plans and as directed by the Texas Manual on Uniform Traffic Control Devices. At the time of the initial setup of the traffic control plan or at the time of major phase changes, one hundred percent (100%) of each traffic control device shall be classified as "acceptable" according to the American Traffic Safety SC-4 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 (7526) of the initial quantity, as a result of damage and/or deterioration during the course of the work. Unacceptable devices or situations that are found on the jobsite shall be replaced immediately or the situation corrected immediately as directed by the Engineer. Any situation where there are more than two (2) adjacent channelizing devices missing or substantially out of alignment will cause an unacceptable situation. BARRICADES, WARNING SIGNS, BARRIERS, AND SUCH TYPE DEVICES SHALL HAVE FLASHING (WARNING) LIGHTS ATTACHED AND FUNCTIONING PROPERLY IN ACCORDANCE WITH THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES. Pavement tape, paint or raised pavement markers will be unacceptable if more than ten percent (10%) or fifty continuous feet (501) of solid line is missing. The detour and traffic control plan attached with the construction plans shall be the minimum acceptable plan for detour and traffic control. The Contractor may submit an alternate detour and traffic control plan(s). The alternate plan(s) may be used if approved by the and Traffic Engineer. The Contractor shall retain full responsibility to comply with the requirements of the Texas Manual of Uniform Traffic Control Devices. The Contractor shall provide special signs not covered by the contract documents or plans as needed to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Engineer. Upon completion of the work, all barricades, warning signs, barriers, drums, cones, lights, flares, signals and other such type devices and evidence thereof shall be removed by the Contractor. All advance signing and all barricading shall be in place before construction operations are begun and during the entire time construction operations are in progress. Obstructions or hazards at the workplace shall be clearly marked and delineated at all times. All holes, trenches or other hazardous areas shall be adequately protected by barricades, lights or other protective devices. Trenches shall be covered or protected with an orange plastic construction fence of height and gage thickness as approved by the Engineer. If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for SC-5 r" Pedestrian Control" as directed by Figure 6-4.1, Texas Manual of Uniform Traffic Control Devices. The Texas Manual of Uniform Traffic Control Devices shall be followed in all cases. 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 five (5) calendar days shall elapse between the time subgrade preparation is begun and the portland cement concrete paving is poured, joints sawed, and the surface finished without approval of the Engineer. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 p.m. to 6:00 a.m., except during paving, curb and gutter, driveway and/or alley reconstruction. The Contractor is responsible for all communications with adjacent property owners during construction, especially if the project may limit or deny access to their properties. 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 fire hydrant connection shall be used. This connection shall be furnished by the Water Department and will be picked up by the Contractor at the Water Meter and Customer Service Department located at 600 Municipal Drive after he has received a permit and has made a deposit on the meter, valve and fittings. The permit will be valid only for the length of each project. The Contractor securing the permit will be responsible for the above equipment. If repairs on any of the equipment are required when they are SC-6 returned by the Contractor due to misuse, freezing, vandalism or other damage not the fault of the equipment, the Contractor securing the permit will be billed for the repair. Should the meter, valve or fittings be stolen, the Contractor securing the permit will be billed for the replacement value. 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 (767-2604). The loading rack shall be equipped with a valve which will be pad -locked at all times except when the Contractor's truck is loading. The valve on the loading rack shall be used by the Contractor and at no time will the Contractor use the fire hydrant valve. The padlock on the rack valve shall be furnished by the Contractor. The Contractor shall not use any fire hydrants for water loading unless there is an authorized.rack and meter on the fire hydrant. Should a violation of the use of the fire hydrant be observed, the Contractor will be notified of the violation. Should the Contractor not comply immediately in correcting the violation, the City of Lubbock will terminate the permit. Should the fire hydrant receive damage during use due to the Contractor's employee or equipment, the Contractor shall repair the damage or pay to have it repaired to as good a condition as it was prior to its use by the Contractor and also to the satisfaction of the Director of Water Utilities. Should pavement or curb and gutter in the vicinty of a fire hydrant be damaged during the use of the fire hydrant, or if the pavement or curb and gutter fails due to the use of the fire hydrant, either while the fire hydrant is in use or after it is in use, the Contractor shall replace the damaged _ pavement or curb and gutter to the satisfaction of the Engineer. Meters shall be returned at the end of this project and the Contractor will be billed for the water used. After the billing for water consumption and meter and valve repairs _ have been paid, the City of Lubbock Water Department will refund the balance of the deposit, if any. 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 SC-7 approved by the Engineer. No work will be allowed between December 21st and January 2nd, 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 ofsurface 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 762-0141). (A) HMAC — November 1st until April 1st 1. The asphaltic mixture shall not be placed when the air temperature is below 55OF (130 C) and falling. 2. The asphaltic mixture may be placed when the air temperature is above 50OF (100 C) and rising. (B) HMAC — April 1st till November lst 1. The asphaltic mixture shall not be placed when the air temperature is below 50OF (100 C). and falling. 2. The asphaltic mixture may be placed when the air temperature is above 45OF (70 C) and rising. (C) Asphalt Stabilized Base 1. The asphaltic mixture shall not be placed when the air temperature is below 450 F (70 C)and falling. 2. The asphaltic mixture may be placed when the air temperature is above 400 F ( 4° C) and rising. The Engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the SC-8 F plant to the job site. (D) Portland Cement Concrete 1. The portland cement concrete may not be placed until the air temperature is at least35° F:(2° C). 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 (1490 C) for asphaltic concrete surface and 2750 F (135° C) for asphalt stabilized base. E. Standby rollers shall be located at the job site for immediate use if needed. F. Proof rolling will be required on subgrade, caliche base, black base, embankment or surface. After rain showers, if deemed necessary by the Engineer, each item that was approved will be re -rolled. The proof rolling will be performed using a self-propelled twenty five (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, 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 shall be required to have a sufficient quantity and the correct type of equipment on the jobsite to adequately start and complete the construction. At no time shall any section of the closed area be left more than three (3) calendar days without some type of work being performed. If there is a shortage of equipment required to sufficiently work on all areas of the closed section then SC-9 PM j 7 the Contractor shall immediately provide additional equipment as necessary at his expense. It is the intent of these requirements to construct the improvements listed in this contract with the least inconvenience to the property owners and the traveling public, and to construct the improvements in the least possible amount of time. 11. REMOVING OBSTRUCTIONS r- The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles, etc., prior r„ to construction. It shall be the Contractor's responsibility P to remove these obstructions at the direction of the Engineer except that the utility companies will move their equipment at no cost to the Contractor. The Contractor will receive no compensation for any delay caused by the Utility Companies in relocating or removing their equipment. 12. TESTS OF MATERIALS The Contractor will bear the cost of all material tests on hot mix design and concrete design. The City of Lubbock shall bear the cost on tests during construction such as density on �- caliche base, gradation on concrete and paving aggregates and density and asphalt extraction tests on hot -mix and black base. 7 (A) Caliche Base Before caliche base materials can be used on any public right of way, independent laboratory test reports not older than forty five (45) days shall be submitted to the Engineer for approval. New test reports shall be required every forty five (45) days or as required by the Engineer before this material can be used on City of Lubbock contract projects. During the construction period, tests which fail will require re -testing by the City of Lubbock Lab at the contractor's expense. (B) Concrete Mix Design and Preconstruction Tests The Contractor or concrete supplier shall submit a mix design on the crushed 'stone and gravel no less than SC-10 r 4 4 twenty (20) days prior to beginning the concrete operation for approval by the Engineer. Contractors or Concrete Suppliers that supply concrete for any contract, new subdivision construction, street or alley use permits will be required to submit to the City Engineer a concrete mix designatleast every forty-five (45) days for approval. Any contractor or concrete supplier that does not have a current mix design on file with the City Engineer will not be permitted to furnish concrete for any project within the City of Lubbock limits until a mix design is received. The City of Lubbock Testing Laboratory will make test cylinders and/ or,beams during theconstruction period. When test cylinders or beams fail to meet the required strength at the 7 days or 28 days break, the concrete -in question will be cored by the City of Lubbock Testing Laboratory within three (3) days after the 7 days or 28 days break. If the core samples fail to meet the required strength, the concrete will be rejected and removed. The cost of coring concrete that fails on the core test(s) will be charged to the Contractor or Concrete Supplier. After the mix design is submitted and approved by the Engineer, no changes in the design or materials will be permitted without written approval of the Engineer. (C) 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 Tests The City of Lubbock Testing.Laboratory shall provide density tests on the base or subgrade. The City of Lubbock Testing Laboratory will be the final authority on all tests. 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 SC-11 i is written statement concerning the proposed award to the Subcontractor, which statement shall contain any and all such r.. information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind Subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as to regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. Nothing contained in this contract shall create any contractual relation between any Subcontractor and the Owner and said Subcontractor will look exclusively to the Contractor for any payments due the Subcontractor. All Subcontractors shall have at least 1 (one) copy of all plans, cut sheets, specifications and other project contract documents and drawings on the jobsite at all times. 14. UNDERGROUND UTILITIES The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown on the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall save harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. The Contractor is responsible for contacting all utilities prior to construction, for location of all utility lines and facilities. It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in the limits -of street construction have been properly backfilled, compacted and the top six inches (611) backfilled with 3-sack �•• concrete. It is not the intent to require the Contractor to j provide for the utility cut repair but for the individual utility company making the cut to provide their own repairs. r SC-12 w r In the case of a City of Lubbock underground installation, the Contractor may be required, at the Engineer's option, to repair the cut with 3-sack cement stabilized caliche at the unit price bid. 15. WORKING HOURS Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless at least one of the following conditions exist: (A) The project being constructed is essential to the City of Lubbock's ability to provide the necessary services to its citizens. (B) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provi- sions of the contract and the Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor shall notify the Owner's Representative not less than three (3) full working days prior to the weekend or holiday he desires to perform work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays shall be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. No work will be allowed from December 21st through January 2nd unless approved by the Engineer. 16. PARTIAL PAYMENTS On or before the tenth (loth) day of each month, the Contractor shall submit to the Owner's Representative an SC-13 r t application for partial payment. The Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the ,., work done by the Contractor up to and including the last day of the preceding month. The Owner shall pay the Contractor on or before the fifteenth (15th) day of the current month the total amount of the work done the preceeding month less five percent (5%) of the amount thereof which shall be retained until final payment, and further, under the terms of this agreement. 17. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he f shall remedy defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a �.. period of one (1) year from date of the substantial completion of the project. The Owner or the Owner's Representative shall give written notice of observed defects with reasonable promptness. i 18. EXTENSION OF TIME - TIME FOR COMPLETION The project completion will be based on working days allowed instead of calendar days allowed. Any places in these documents referring to the number of calendar days to complete the project are hereby revised and termed the number of working days to complete the project. A working day is defined as a calendar day, not including Saturdays, Sundays, or designated City of Lubbock holidays, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. For each Saturday or designated City of Lubbock holiday on which the Contractor chooses to work and has the proper authorization to work, one (1) day will be charged against the contract working time when weather conditions will permit at least seven (7) hours of work as delineated above. Work on Sunday will not be permitted except in of extreme emergency. SC-14 r If Sunday work is permitted, working time will be charged on the same basis as week days. The Contractor shall complete the work within the number of working days stated in these documents. For the purpose of computation,.working days will be considered to begin on the effective date stated in the "Notice to Proceed" unless.the Contractor is not allowed to begin work on that date due to factors beyond his control -as determined by the Engineer. In that event, time charged against the project will begin on the date the Contractor could first work a minimum of seven (7) continuous hours. The Engineer shall furnish the Contractor a monthly statement showing the number of working days charged during the month, the total number of working days allowed in the contract, and the working days remaining in the contract. The Contractor shall be allowed ten (10) calender days in which to protest the correctness of the statement. This protest shall be in writing, adressed to the Engineer and shall show cause. The Engineer shall then have ten (10) calender days to investigate and respond in writing. Not -filing a protest within the allowed ten (10) calender days for any statement will indicate the Contractor's approval of the time charges as shown on that period's time statement and future consideration of that time statement will not be permitted. If the satisfactory completion of the contract will require unforseen work or work and materials in greater amounts than set forth in the contract, additional working days or suspension of time charge shall be allowed the. Contractor equal to the time which, in the opinion of the Engineer,, the work as a whole is delayed. The Contractor shall submit this time extension request in writing to the Engineer. The Engineer will then have ten (10) calender days to respond. If the Contractor fails to complete the contract in the working days specified plus any permitted time extensions, the stated liquidated damages will be charged for each working day or portion of a working day thereafter. 19. LIOUIDATED 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 withold from the Contractor's total compensation the sum of $200(TWO HUNDRED DOLLARS) per each working day after the stipulated completion date of this project as liquidated damages for the breach of SC-15 6 4' this contract.