HomeMy WebLinkAboutResolution - 6016 - Contract-David E Jarnagic Construction Inc-Arnett Benson, Harwell & Skyview CPP - 09_24_1998Resolutiou No. 6016
Item No. 36
September 24, 1998
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract with David E.
Jarnagin Construction, Inc., of Lubbock, TX to install and furnish all materials and
services as bid for the Arnett Benson, Harwell & Skyview Communities Paving Project
and all related documents. Said Contract is attached hereto and incorporated in this
Resolution as if fully set forth herein and shall be included in the minutes of the Council.
Passed by the City Council this 24th day of September _'1998.
A ST:
Ka -Darnell, City Secretary
APPROVED AS TO CONTENT:
it b�a
c
Victor Kih-han, Vurchasing Manager
APPROVED AS TO FORM:
William de Haas
Competition and Contracts Manager
Wd:dk/Amett Benson.RES
ccdocs/September 15, 1998
CITY 'OF LUBBOCK
SPECIFICATIONS FOR
ARNETT-BENSON, HARWELL & SKYVIEW
COMMUNITIES PAVING PROJECT
BID #98163
«� Lev
t T Y o
�l 11
CITY OF LUBBOCK
Lubbock, Texas
r
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: ARNETT-BENSON, HARWELL & SKYVIEW
COMMUNITIES PAVING PROJECT
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 98163
PROJECT NUMBER: 8406.9240
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR UNIT PRICE CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
r�
r�
4
NOTICE TO BIDDERS
BID #98163
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
�,. o'clock mm. on the 8th day of September, 1998, or as changed by the issuance of formal addenda to all planholders, to
i furnish all labor and materials and perform all work for the construction of the following described project:
"ARNETT-BENSON, HARWELL 8, SKYVIEW COMMUNITIES PAVING PROJECT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for
E
the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 24th day of September, 1998, at the Municipal Building, 1625
13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract
price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
�" $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 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 1st
day of September. at 10:00 o'clock a.m., in the Purchasing Conference Room - L04, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
!" 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
I 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)
775-2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILM
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 162513th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164.
No Text
P"
E
GENERAL INSTRUCTIONS TO BIDDERS
1. 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 ARNETT-BENSON, HARWELL & SKYVIEW
COMMUNITIES PAVING PROJECT.
2. 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.
3. PLANS FOR USE BY BIDDERS
�., It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
LAURA RITCHIE
BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806) 775-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 100 (ONE 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.
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
8. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
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 furnish to the Owner, a written general
guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all
damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from
date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner
(City of Lubbock).
Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants
fault -free performance and fault -free result in the processing date and date -related data (including, but not limited
to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services
provided under this Contract, individually or in combination, as the case may be from the effective date of this
Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will
not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may
require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all
the obligations contained herein.
The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or
any third party involved in the creation or development of the products and services to be delivered to the City of
Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City
of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its
right pertaining to termination or default.
The warranties contained herein are separate and discrete from any other warranties specified in this Contract,
and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability
which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated
in this Contract by reference.
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
7
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 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. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all
cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life
or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
! In all cases where explosives are to be used during the construction of the project contemplated by this contract, it
shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in
proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
3
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor
shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall
be carried with an insurance company authorized to transact business in the State of Texas and shall cover all
operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate
policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each
and all coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in these contract documents. The wage rate which must be paid on this project shall not be less than specified in
the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further
directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the
wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of
general prevailing rate of per diem wages in these contract documents does not release the Contractor from
compliance with any wage law that may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
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.
r
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. Ali blank spaces in the form shall be correctly filled
in and the bidder shall state the price both in words and numerals, for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or
typewritten. In case of discrepancy between the price written in words and the price written in figures, the price
written in words shall govern. 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:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
22. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a)
Notice to Bidders.
°
(b)
General Instructions to Bidders.
(c)
Bidder's Submittal.
r.
(d)
Statutory Bond (if required).
(e)
Contract Agreement.
r
(f)
General Conditions.
(g)
Special Conditions (if any).
5
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
No Text
am
BID SUBMITTAL
UNIT PRICE BID CONTRACT
PLACE:
DATE: �lPA4�3r-k 1q4 Q
PROJECT NUMBER: #98163 - ARNETT-BENSON, HARWELL & SKYVIEW COMMUNITIES PAVING PROJECT
Bid of
(hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
r Gentlemen:
The Bidder, in compliance with your invitation forbids for the construction of a &m m !,+!1U T Z ES
7 _ PAU N6 1OPeo-1EC E
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated in "Exhibit A".
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated in
Exhibit "A" of this bid.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 100 (ONE 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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the
time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract
documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding
The Bidder agrees that this bid shalt be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
C"
r
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required; to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract; obtain all required insurance policies, and execute all
necessary bonds (if required) within (ten) 10 days after notice of award of the contr ct to him.
En losed with this bid is a Cashlees Check or Certified Check for c ' q,,
boilars (S or a Bid Bond in the sum of Dollars /rxa
($ ), which It Is agreed shall be collected and retained by the Owner as liquidated damages In the
event the bid Is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
Insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt
of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to
documents made available to him for his inspection in acco
(Seal if Bidder is a Corporation)
Bidder acknowWges receipt of the following addenda:
Addenda No. Date
Addenda No. Date
Addenda No. Date
Addenda No. Date
executed by Bidder shall be bound and include all contract
iZe,wi#h,the (Notice to Bidders.
(Printed or Typed Name)
�AV-71E.-IA 29!AdJZN Gooqs &? Taw.S�UC
e&A �2�/AL� j� R
Company
L& 60_3 U Al 5 ?26e,-r
Address
LuaL*�,0Ole _ 60 t
City, County
TexA5 ,3ti40-el
State Zip Code
Telephone: D(e - IN & • a3o
Fax: 1(Q6- 7Clot•4AA!q
t
"EXHIBIT A"
BID SUBMITTAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Unit Total
No & Units Description of Item Price Amount
1. 1,450 SY Removal and stockpiling of existing base material
and HMAC/asphaltic topping, complete, per square
yard:
r, SERVICES: ME )$=AQS ($ S.Du /SY) ($ 1725000 )
C MATERIALS: 6�zhi ($ /SY) ($ )
TOTAL: FidE "boanks _($ 5yo /SY) ($ !Z SD°G )
2. 300 SY Removal and legal disposal of existing concrete
slab, complete, per square yard:
SERVICES: F.x u6 "bal In 2 5 ($_"50n /SY) ($
MATERIALS: /V/A ($ /SY) ($ )
TOTAL: 1Cs1j6 b0/1A25 ($_may) ($ /S06,00 )
3. 1,200 SY Removal and stockpiling of existing asphalt
driveways, complete, per square yard:
SERVICES: /5Wr IC IA2s ($ .1 (- /SY) ($ 400600 )
MATERIALS: A II R ($_ /SY) ($ )
TOTAL: FtmE '15D u-41?S ($ 57pD /SY) ($ 606DOa )
4. 250 LF Removal and legal disposal of existing concrete
curb and gutter or gutter, complete, per linear foot:
SERVICES: Fsvs- b0LL995 ($ 6-AQ F) ($ 06 )
MATERIALS: IVIN ($ /LF) ($ )
TOTAL: Ic-Z L/E o14Aoe5 ($ 5.D0 ILF) ($ L.96b 06 )
5. 2,000 LF 30" Concrete curb & gutter with 6" curb or separate
reinforced concrete gutter including site clearance
and subgrade preparation, reinforcement and
jointing, complete in place, as shown and as
specified, per linear foot:
r
j SERVICES: 7 AEC Lt, ($ 3� G 0_Q�) ($ �o 00,00 0 )
MATERIALS: F ($ R. 50 ILE) ($
r• TOTAL: ($_ 1a .1 0 /LF)- ($ 00 )
BS-1
"EXHIBIT A"
r�
BID SUBMITTAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Unit Total
No. & Units Description of Item Price Amount
6. 13,700 SY 6" (minimum thickness) of compacted caliche base,
in a street or driveway, to extend 2 feet past the raw
edges of the asphalt paving or to the lip of the curb,
including site clearance and subgrade preparation,
complete in place, as shown and as specified, per
square yard:
SERVICES: t ($ D ) ($ .&s-5,0°5
MATERIALS: F ($ hs-h /SY) ($ 06 )
{ TOTAL: ($�, .66 /SY) ($Yl� IDOyO )
7. 12,700 SY Type "D" Hot -Mix Asphaltic Concrete pavement, in
a street or driveway, including 3% latex polymer
(SBR) and 1% hydrated lime, 1-1/2" (minimum
compacted thickness), including prime and tack coat
and dilute emulsion treatment, complete in place, as
shown and as specified, per square yard:
SERVICES: ($ I6D /SY) ($ 66 )
MATERIALS: ($ Ann /SY) ($32, tot)
TOTAL: ($ (a .00 /SY) ($
i
8. 200 SY 6" concrete fillets, valley gutters, driveways or alley
approach slabs including all subgrade preparation,
reinforcement and jointing, complete in place, as
-� shown and as specified, per square yard:
SERVICES:
MATERIALS:
TOTAL:
/a sS /SY) ($ '17/0o 0 )
Zi. S�/Y) ($ 7 /0 ° o )
9. 300 SY 4" concrete slab as sidewalk, off-street driveway or
other including all subgrade preparation, reinforcing
and jointing, complete in place, as shown and as
specified, per square yard:
SERVICES:
MATERIALS:
TOTAL:
17.1 r /SY) ($a=A4`0)
?.?'S /SY) ($4ff.--' )
BS-2
IT
"EXHIBIT A"
.. BID SUBMITTAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Unit Total
No. & Units Description of Item Price Amount
10. 110 SY 4" concrete handicap ramp including all subgrade
preparation, reinforcing, jointing, texturing &
painting, etc., complete in place, as shown and as
specified, per square yard:
SERVICES: C $ F'Z/SYI ($ 9-0 )
MATERIALS: C {$ g!Z /SY) ($ C16%190 )
TOTAL: A116rV.VMtJeS JAZrTil f-CNA ($ /7 SD /SY) ($ 149 00 )
11. 9,200 LF Ditch, including all excavation or placement of fill,
complete, as shown, specified or directed, per linear
foot:
SERVICES: 'nNA011 A R S n/ o IC ENl TS ($ ,.2 d o /LF) ($tea )
MATERIALS: 41/A ($ /LF) ($ )
TOTAL: Jjd,2'h-e;JJAP-5 No CENTS ($ -2.66 /LF) ($ /k fik 00 )
12. 650 SY Paving repair, 1-1/2" (minimum compacted
thickness) Type "D" HMAC including all subgrade
preparation, 6" (minimum compacted thickness)
caliche base, prime and tack coat and dilute
emulsion treatment, complete in place, as shown
and as specified, per square yard:
SERVICES: Q ($ 5.06 /SY) ($J,.2-T0.0G )
MATERIALS: EW7S($ rs'.ee /SY) ($ 3,2SOOD )
TOTAL: N ($_/Apo /SY) ($ &.560 00 )
13. 50 CY Cement stabilized caliche backfill material, 3 sacks
of cement per cubic yard of caliche, complete in
place, as specified, per cubic yard:
r-¢ SERVICES: NSQ T SSX )Se►/AQs ruo dai ($ 3 6,06 /CY) ($ Abo 0a )
MATERIALS: ($ A !,,. 60 /CY) ($ / ftya oy )
TOTAL: $ ?goo /CY) ($ 300060 )
TOTAL SERVICES ($11G,Sii►�.SO )
TOTAL MATERIALS ($ ?to. (Ogg .50 )
TOTAL BID - Items 1-13 ($ L P/- 7ysoa )
i
BS-3
"EXHIBIT A"
BID SUBMITTAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Unit Total
No. & Units Description of Item Price Amount
ADDITIVE ALTERNATE
A-1 600 LF Fence replacement, wood or chain link, including
removal of existing fence (with legal disposal) and
replacement with similar height and kind, in proper
location, fence posts, gates, stringers, rails, braces,
fabric, pickets and whatever else is necessary, etc.
complete in place, as shown or as specified, per
linear foot of new fence:
SERVICES: Ttyo �)Ot1Aj2s No CIA: ryTs ($ . laa /LF) ($ /-9a0 °d )
MATERIALS: 7:Wf) "'bo/162A AID C&AuTS ($ .2.Qi ILF) ($ /abooD )
TOTAL: Foue 1011ARS No CANTS ($_ 41.Qo ILF) ($.9tle000 )
A-2 15 EA Tree removal, including digging out around the tree,
cutting off to 12" below the finished ground level or
below the level to which the street subgrade and
base will be laid, and legal disposal, complete, as
specified, per each:
SERVICES: Two 4un► AA *1011 AP S ($ c2b066 /EA) ($ 3 ovo c'o )
MATERIALS: 1111A ($_ /EA) ($
TOTAL: Two fl w PCX a1lA Q S ($ Aoo «' /EA) ($ 3,00000 )
TOTAL SERVICES ($ r rgl Za h. 6t) )
TOTAL MATERIALS ($ IUC117 . 6 b )
TOTAL BID -Items 1-13, A-1 & A-2 ($ 191, 1 y S, 0 0 )
BS-4
r
i
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock,
furnis s a ce certificate to " City meeting all of the requirements defined in this bid/proposal.
A a_i,72V S;7, d&,�- -rlv
ontr nature Contractor (Print)
NAME:
CONTRACTOR'S AD
Name of Agent/Broker: - J5
Address of Agent/Broker: 7 to
City/State/Zip:L, � JD
Agent/Broker Telephone Number:
Date: ' Z) .
q5
0
� �o� , �s3g22R
NOTE TO CONTRACTOR
If the time requirement specified above Is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #98163 - ARNETT-BENSON, HARWELL & SKYVIEW COMMUNITIES PAVING PROJECT
r
4
No Text
I
BOND NO. TX 545371
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
DAVID E. JARNAGIN
KNOW ALL MEN BY THESE PRESENTS, that CONSTRUCTION, INC. (hereinafter called the Principal(s), as
Principal(s), and
MERCHANTS BONDING COMPANY (MUTUAL)
(hereinafter called the Suretyiis), as Suretv(s� are held and firml bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of ONCE Fere-ofWe
RE NINETY TWO 0 O�Ilars ($ 192.195.001 lawful money of the
United States for the paymen IT sai nncipa an ure 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 Obliggee, dated the 24TH day of
OCTOBER , 19 98 'to BID #98163 - ARNETT BENSON, HARWELL & SKYVIEW COMMUNITIES
PAVING PROJECT
r
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
rTexas 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
1ST day of OCTOBER 1998
e
MERCHANTS BANDING CO
Surety ( AL) %
� (Title}'
'HOWARD COWAN
ATTY. IN FACT
DAVID E. JARNAGIN CONSTRUCTION,
By:,
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
r, designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
4
MERCHANTS BVDING COMP
Surety ( L)
r ,B
fie) HOWARD COWAN
ATTORNEY —IN —FACT
Approved as to form:
r
City of Lubbock
pot By:
C 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
f attorney for our files.
r
i
1
r
C
'
y
2
�I
r
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 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 agent or 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 or
condition of the attached document.
rr
Merchants Bonding Company
(MUMAL)
FM
POWER OF ATTORNEY
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL). a corporation duty organized under the lams
of the State of laws, and having Its principal office In the City of Des Moines, County of Polk, Slate of Iowa, path made, constituted and
appointed, and does by these presents make, constitute and appoint
Howard Cowan, Sevin is Dtmn or Marla Hill
of Lubbock and state of Texas Its true and lawful Attomey-in-Fact, with full power
and authority hereby concerted In its name. place and stead, to sign, execute. acknowledge and deliver in Its behalf as surety arty and all
bonds, undertakings, recognizances or other written obligations In the nature thereof, subject to the Nmttallon that any such Instrument shall
not exceed the amount at
TWO MELI.ION ($2,000,000.00) Dollars
and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fiAy and to the same extent as If such bond or undertaking was
signed by the duly authorized officers of the MERCHANT'S BONDING COMPANY (MUTUAL). and all such ads of said Attomeydn-Fact,
pursuant to the authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by auox) fy of the fallowing Amended Substituted and Restated By -Laws
adopted by the Board Of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) an October 3, 199°...
ARTICLE 11, SECTION S. —The Chairman of the Board or President or any Vice President or Secretary shall have power and auttwr-
ky to appoint Attorneys -in -Fact. and to auftrorize them to execute on behalf of fhe Company, and attach the Seal of the Company
thereto bonds and undertakings, rscogrmtzances, contracts of indemnity and other writings obligatory in the nature thereof.
ARTICLE II. SECTION 9. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile d any
Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking. recognizance. or other
suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though
manually fixed.
In Witness Whereof. MERCHANTS BONDING COMPANY (Muluaq has caused these presents to be signed by its President and its
corporate seat to be hereto affixed, this 6th day of November . 19 97
MERCHANTS BONDING COMPANY (MUTUAL)
13Y /` 7, �
STATE OF IOWA
COUNTY OF POLK ss.
On this 6th day of November . ig 97 . before me appeared Larry Taylor, to sane
personally knawn, who being by me duly sworn did say that he is President d the MERCHANTS BONDING COMPANY (MUTUAL), the
corporation described In the foregoing Instrument, and that the Seal affixed to the said Instrument Is the Corporate Seal of the said
Corporation and that the said Instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed rry Official Seal at the City of Des Moines, Iowa, the day and year first
above written.
STATE OF IOWA
COUNTY OF POLK as
•
•IOWA .•
Oj'••.....•�C
•. 41?10-
Notary Public, Pour Cwmt}; rows
My Commission
Expires 2-19-98
1. William Warner. Jr.. Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing
is a true and correct copy of the POWER -OF -ATTORNEY, executed by said MERCHANTS BONDING COMPANY (MUTUAL), which Is still
in torte and effect.
In Witness Whereof. I have hereunto set my hand and affixed the Seal of fhe Company on
this 1ST days OCTOBER 19,98 0•0004
:WMWY
"r'v
tm. •
MSC M14 : �•• 1933 :4.-
.6.�jy • . • ••��a;
Ole
.••.see
low- -ws
BOND NO. TX 545371
r"
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
r' (CONTRACTS MORE THAN $100,000)
DAVID E. JARNAGIN CONSTRUCTION, INC.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
r MERCHANTS BONDING COMPANY (MUTUAL)
(hereinafter called the Sure�(s) as Surety((s are held ndd ffi mly bb��u nto the City of Lubbock (hereinafter called the
r Obligee), in the amount of ONE gUNDRED N��1ETY TW� THSUSAND � ilars ($ 192 ,195.00) lawful money of the
United States for the paym w re , e sai rincipa an urety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the244�THdayy of
SEPTEMBER ,199$to BID #98153 - ARNETT BENSON, HARWELL & SKYVIEW COMMUNITIES
r PAVING PROJECT
a
r�
7
7
7
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 1ST
day of OCTOBER , 19-28 .
MERCHANTS DOXDING COMP
Suret/i0e)
)AI
. By.
OWARD COWAN
ATTORNEY -IN -FACT
By:
(Title)
7
r
The undersigned surety company represents that it Is duly qualified to do business in Texas, and hereby
designates _HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on
r whom service of process may be had in matters arising out of such suretyship.
MERCHANTS BONDING COMPANY
Surety (MU )
*By:
e) HOWARD CO AN
ATTORNEY -IN -FACT
Approved as to Form
City of Lubbock
By:
City Attomey
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
i attorney for our files.
7
No Text
C�joo2
067839449 Staltt &'Co. Lbb
10/19/98 16.22 �'8.
:
DATE;MM�199
o-r.<
,:•.,::,;.,.,�::.:;.{ .....:..
,.,r .:.:..,... : X r 5...,b .?...:Fi.•Sv...r:1,:1.,•;U....fi.4.t...,:$C...n!::<.n:Y{{M�:7;y:G.S.tl±A:SJI<.,Ynv
PRODUCER (806) 783-9229 FAX (806)783-9443
•:•i
TNIS CERTIFICATE IS ISSUED AS A MATTER+oF INFORMATION
Stoltz and Company, Ltd.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
4210 - 85th Street
ALTER THE COVERAGE AFFORDED BY THE POLICtEti BELOW.
Lubbock, TX 79423
COMPANIES AFFORDING COVERAGE
Texas Workers Compensation Insurance.
COMPANY Fund
Attn: Terri Davis Ext:
A
INSURED
David E. 7arnagin construction
....................................................................•....................................................................•......
COMPANY
8
6503 - 22nd Street
> ............................ .................. ,................... .................. ............ ............
Lubbock, TX 79407
COMPANY
C
.......
.... . ....
COMPANYQV
D
�^ .. .....r.F ....\...5............. ... .,v.... :..,•.. .n. .. ..., :... :: Y.. _y.C. :•...,.. :•Q4::;!;v .:.6>;:
Z;k
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LWIITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
............................... ..,........................,...............•..................................... ....................... I .......... ........... ................... ,................................................... .................._............._.
GO . TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE PoLK:Y EXPIRATION LIMBS
LTR
DATE(MMIDDIM DATE(MMIOUM
GENERAL LIABILITY
GENERAL AGGREGATE $
............ _... ..... ....j _ .......... ....
COMMEROAL GENERAL LIABILITY
PRODUCTS-COMPIOP AGO
x .......
":':`:^%• ! CLAI\AS MADE OCCUR :
........................................... ........ .•.•.......... ...._. ...
i PERSONAL & AOV INJURY S
OWNER'S S CONTRACTOR'S PROT '
EACH OCCURRENCE S
.................................................................
FIRE DAMAGE (Any one Tiro) S
... ...... ...
... .. .. ... ... .... ....
... .....
....... I
i MEO EXP I" one person)
AUTOMOSILE LIABILITY
COMBINED SINGLE LIMB S
ANY AUTO
................. ...
ALL OWNED AUTOS
BODILY INJURY
E
SCHEDULED AUTOS
.....
(Per p-) '
..................................
..................
HIRED AUTOS
B'DOILY INJURY E
NON -OWNED AUTOS
i (Per aecldenq
.. ...... -
: , PROPERTY DAMAGE S
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT S
ANY AUTO
E : OTHER THAN AUTO ONLY:
y k 4:x>:ir::a:: ^:,r. ;:;;;>::<•:
EACH ACCIDENT S
............... ...........
_ _ ..........
.... ..
AGGREGATE:S
E710ESSLUABIUTY
EACH OCCURRENCE : S
_... ..»_................ ........... ....._ ... ...
UMBRELLA FORM
:AGGREGATE S
............... ..................<........._................
OTHER THAN UMBRELLA FORM
..... ......
S
WORKERS COMPENSATION AND
TORY UMITS l x:
EMPLOYERS' LIABILITY
A : :TSF0001082390
................................... .....
EL EACH ACCIDENT S 500,000
' 10/01/1998 i 10/01/1999 :......... ........... ... ....... .... < _ .__._....
THE PROPRIETOR/ INCL :
EL DISEASE • POLICY LIMIT ` S 500 Q00
PARTNEkS/EXECUTIVE:
:...............I.......................
OFFICERS ARE ; EXCL
: EL DISEASE -EAEMPLOYGE: s 500,000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONS1VEHICLESISPECIAL ITEMS
Project: 98163 / Arnett -Benson, Harwell & Skyview Communities Paving Project
4aiver of Subrogation in favor of City of Lubbock: Project 48-163
.::. .: • ..:: :: .f`:.::. �'n;:. ,:; :.:..:..: :. �.v. .....:........:.: .:.::. .:..,, ;....}.�,[���V,
. ,.. ... •. ..: •::'.: ::....�::.: f. ,..: t{.}�.{:•:::yv:•.: ::•'.}}:':•:�':•.{+.;.: v:. fit.,.
yr} �•� / {>��h' e..(.:.: { :S. .£....
cER71F.iGi0.'t'I»:'r:lt?LC�R
{• :::u }:}ji}:•:.- is}J'+ry,•{f•'j-'.•i» :: {•il:. �i:t, }'+t::rw:{'i:.:•;i.,
.:.{�.}��•.,: {.:•,�::j.S;<{i'+:%:}:4•}'y„
..�•{%Aisv!�Ll•nA:
S ;.,.,r,,,.y....,n
v\...i•
,.,, .. • v a..:vy:«;?.• .1-:..: ^}: •.»i.:G;:: n•: :}n�::�k:Q:.:....: n�:•Y.... :..X:.\;i'.{: {}„T,.>
SHOULO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOP, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE OF_RnmATE HOLDER NAMED TO THE LEFT.
City of Lubbock
OUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
P.O. Box 2000
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZW REP IWE
Lubbock, TX 79401
;.<:><...:: :.: ..,..:,
•
GdREICOp{��[]�Tl�y��
f�J003
8067839449 stolt2 & Co :
10/19/98 16:24 e8' ._ .. _... _ _. Lbb _
II (/y(/�� /}.may/may) � ...:.:.. i5:;}:.:.:•«.};::.,::}..is4;in,:}:::f•::•.:•x:,•i..b:::•:::isY.:<•::{4:»;:::.as{!•:,'i:r::.;•t•x:.................. .:..:.:..,...: ,.::..:::. ...
��.ww.• _ ` ' .. f / h };: Y
4 A (MMroorvY)
!'� \/ \/( \Y j}N s .. ,� i si is o:;';•x'ab�t:t .
:r.; a
s 998
::. n. ,.:: `: nv}.:':•:ir::?ti»4...:!:,{,±r..,w,:.•::. �.Y.rn :.. .;'. :i: ....'..ti•.::,{+.:w; ..t. ti•.k 5„�6.5l,:. :. �•,'•, ..1:. .{.+�
.: Y ..a . ...... .....: ........ .. ,•.,..., ..n.tY ...+ ..n x.. nv. }.. +....,,..,w^¢�i�:i:nA::S.....F:.:iYh,.}:•Y:ff:.. n,.A:Y•�r r.<.. nvlS.
PRODUCER (806) 794-1321 FAX (806) 794= 5$70 S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Specialty Insurance Managers LY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
!ALTER
LDER. THiS CERTIFICATE DOES NOT AMEND, EXTEND OR
8008 Slide Road, Ste. 5 THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lubbock, TX 79424 COMPANIES AFFORDING COVERAGE
}
............................................................................... .........................
Gairlsco County MutuaY
COMPANY
Attn: Ext: A
............. ....... .................................... . ........................................... .
INSURED David E. ]arnagin Dirt &Paving C MPANY Genera Agents Ins. Co.
B
6503 - 22nd Street :............................ ............................................................ ..................................... ....................
Lubbock, TX 79407 ` COMPANY
I C
............ ....... . ..............
COMPANY
D
•i :{r+ •:4SNr is Y....vv.:Y.'Y� : •f;•:: 4:4::! Yi i•: •:
.. ,, :.::::.: ... n.., .': :. a•:5::'F..' i.Y.:+..•+' .:.:. i'.:; (•: t.r.;;: %:J`.•i:vSYY;;in,.^:•:i":':�:ii::;}:}:•{;:i}.,..:.i i•?Yiyi;':K:4{rv::;•?., .,::b:... a:..: . !. d
4.a.. ..0 .. q... .,•r::S ?]fit': �a�': n.i. :t:•. ��r�''�n ...y, . w , r5:::b;b}k• r. .ti<!t :• } •v Yff: i::.';:'f:: ;•,:::
.. .. :: ... ... .. .4. •.., r.y;;Y.iri tr•: i{:?:+:f:;i: .:. .-t(4'v:?;y::}•.Y.v.}:':•k�fff::�ih:.'u:....iYi:it::}:L•Y:}'•:S•Y:�:'•:'::...
�...... ...... ..\v:�..:•::•.b•.v:..: �•u•:.^; •: .,.:.::...:y... r.. .:+..4',,,. .,: .:. li.�:. vr, ... :...v:n:n rv'!, yy Z.. i':A:':•ii'��.
`'} •• .•44,,;, :: •..r.:,...
��J.x, .:4v' Y:i^. ,!„ t;.{:�>::. ;: h:j
.T;-'�',�1!��...: ... .,:. .....i::r.. .:. ,. tb•,t .r Y:, ... ..%v, ..OY,',:•v. y: 3,•::..�:.: ..
:. .,. ....v.,.. :. :., ., :•:4,} .�}:
a•::::.vat:h..��..:ua5x,'-:v.,.rx•:.vir:is...•..Nfi,;;.;.:i:4•irixt`Y.:.,, .:.:,:.: n.. ...nry .. ,: a v.:•r.r. w:i..;4:i...............b.,....
.:...,....:.::..:.:.n•.:,..:.:.Y..v::,::....a•..:.rav:,...r....,....::.i.v�., .,..-0•a t:..t,:$. v.>.v.nn:.::.iv.S.V' S. 4AVthn
THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD ` 5
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED (BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS.
...............•...,...................................................,..............,.....,............,....^,.........,..........................................,............................... ............
CO TYPE OF INSURANCE POLICY NUMBER : POLICY EFFECTNE ? POLICY EXPIRATION' L1611T5
LTR DATE (MMIDOrM ; DATE (MMIDDINY) s
W74ERAL LIABILITY : GENERAL AGGREGATE ; S 2,000,000
X COMMERCIAL GENERALUABIUTY PRODUCTS -COMPIOPAGO S included
.....................
;.ti,Y......,. :.......:.............................................. ............ ......
CLAIMS MADE i X OCCUR ' PERSONAL 6 ADV JWURY S 1,000,000
......................I.......
B ;<> :<:..... GPI117833 . 11/16/1997 11/16/1998 -
CWNER'S S CONTRACTOR'S PROT EACH OCCURRENCE .3 1, QQQ, QQQ
.........I.................................r.........
FIRE DAMAGE (Any one No) . S 50,000
MED EXP (Any one person) $ 51000
AVTOMOBiLE LIABILITY
- • •" COM NEO SINGLE LIMB !
ANY AUTO i 1, OOO , OOO
............. .,..,•,....
ALL OWNED ALTOS 60,NLY INJURY..,,
S
X . SCHEDLILED ALTOS (Per Perso
A ;GBA102752 11/16/1997 ' 11/16/1998... ... .......................................:..................................
X.. HIRED AUTOS BODILY INJURY
X NON•OWNEDAVTOS (PeratGdeny
.. ...... S PROPERTY DAMAGE : S
GARAGE LIABILTTY AUTO ONLY . EA ACCIDENT ' $
]................ ....... ..... ......:.,•:.;a•r:..•:
.. .:: w.:r_...............
ANV ALITO p OTHER THAN AUTO ONLY: `h
EACH AM ENT: $
.... ..... _ ....... ...........
... .....
AGGREGATES
EXCESSLIA8ILITY j EACH OCCURRENCE S
.................... _.... _ .............. .
UMBRELLA FORM :AGGREGATE S
............................... ............... ............ ,.................. ......,..
OTHER THAN UMBRELLA FORM S
WORKERS COMPSNSATION AND '. : TORYLIMTS'
i.....
EMPLOYERS* LIABILITY ;
EL EACH ACCIDENT .5
THE PROPRIETOR/ ? i INCL ELL) SE -POLICY LIMY 5
.............
PARTNHRS/FXECUTIVE .... '_..............
OFFICERS ARE: EXCL. : EL DISFJISH - EA EMPLOYEE S
OTHER
DESCRIPTION OF OPERATfONSILOCATiONSNEHICLEMPECIAL REMB
Project: 98163 / Arnett -Benson, Harwell & Skyview Communities Paving Project
Holder to be shown as Additional Insured
4aiver of Subrogation to be attached.
.. '. .. .. ..:.: . �:,• •: na. M.... ., r:. r:.,•}•... ; ... .:...'.: 4:: ::.• .; r r.: ;1.
. ... YY:r{i'.v,•.:.• ,..: :t•„ .., ••i •i. r...,.r
}!fi 7I�C..H�l,I1�R:..: .y:.}:y •.Y;?:.r.t... •: +'.: is •LJ.'^:
�� :•:n�::j:'rv4 ,..,� ... },,5'J 4}i'tl: . k• ��* :: n:} ,..:} �::� ..�:� h.:. '
,,((h ii4;.
::i ,.. .v•., v..v... .: .4 ::,.v: v.: .-.:.: ,. .. :'•.5:
Y .. ...... ... .r. ...... S. r..... . .t x.... ..: n. n.::. .. r.v .. ?.... .. r .. f.v ;... ., > .: ,•. .vn
... ..........: ......., ........:.. .. h r..... l n ...... _ ... b.., r. , AY. ?�.H.•.:C R ry
..�5•+/{�1� . 5 n4:: '•.•�:T.Cii• � : R •v.J:+
rvY.,K•'•::+.tv:,4.. ,.ta:a...v.. 'v. n;•:N..nQ;n :. K.. �t•., .:.. :..
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED EEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAiL
10 DAYS WRM EN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City Of Lubbock
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
P.O. BOX 2000
OF ANY VINO PANY,08A0E06PRR6RESENTATNES.
AuTHORREDREPRES T
Lubbock, TX 79401
..:.:,:..:.::,:...::,..,:r......::.;•Y:!;:a,}>}:;.:,<.;•::.isi•Y:•;:.Y::.,.;t.;}5:«:r„}i>:.;,,,..,,,,-...,..,..n;.......::•r
RIl b.S:: sr}::; ..:....,.:.,.::., er;i:r>:.!.;:... .. :.:......:..
,.r.r::
. :::::: •��:i•k . D`.G .
. .a.i.:;...•
PRO
10/19/98 16:25 ^C 8067839449
Stoltz & Co. Lbb (�J004
GENERAL CHANGE ENDORSEMENT
This endorsement forms a part of the policy to which attached effective from
its elate of issue unless otherwise stated herein.
Policy No: GF1117833 -
Issued To: DAVID E. JARNAGIN CONSTRUCTION
Effective From: 09/28/98 12:01 A.M. Standard Time
Inception: 11/16/97 Expiration: 11/16/99
In consideration of Additional Premium of: Provided By:
COMM`L GEN LIAR 100.00 GENERAL AGTS INS CO OF AMERICA
Surplus Lines Tax 4.85
STAMPING OFFICE FEE 0.15
For a Total of S 105.00
It is agreed that as of the effective date hereof
the policy is hereby amended in the following particulars:
IT IS HEREBY AGREED THAT FORMS CG2010 AND CG2404 ARE HEREBY ATTACHED
IN FAVOR OF:
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TEXAS 79401
PREMIUM FOR EACH ENDORSEMENT IS $50.00 FULLY EARNED.
Issued: 10/16/98 BDS
Endorse# . 2 SPECIALTY INSURANCE MANAGERS-L
Located at: LUBBOCK, TEXAS 79424
STOLTZ & COMPANY
C/O STOLTZ & AYCOCK
4210 85TH STREET
LUBBOCK, TX 79423
r`806783fl44fl ...._ _Stciltk & Co. Lbb @1
--- -- _ _ _
00 5
10/19/98 16:26 t] . '-
POLICY NUMBER: GP1117833 COMMERCIAL GENERAL LIABILITY
CG 20 10 03 97
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL. INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: City of Lubbock
P.O. Box 2000
Lubbock, Texas 79401
(if no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
Who Is An Insured (Section 11) is amended to include as an insured the person or organization shown In. the
Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured.
M
CG 20 10 03 97 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 1 0
1
Stoltt & Co. Lbb J006
10/19/98 16:26 4&8067839449 -.-
POLICY NUMK-R: GP1117833 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST
OTHERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: City of Lubbock P.O. Box 2000 Lubbock, Texas 79401
(if no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
We waive any right of recovery we may have against the person or organization shown in the Schedule because of
payments we make for injury or damage arising out of "your work" done under a contract with that person or'
organization. The waiver applies only to the person or organization shown in the Schedule.
CG 24 04 11 85 Copyright, Insurance Services Office, Inc.. 1984 ; C
rt
Z007
Stoltz & Co. Lbb
10/19/98 16:27 V8067839449
GENERAL CHANGE ENDORSEMENT
` This endorsement forms a part of the policy to which attached effective from
its date of issue unless otherwise stated herein.
r" Policy No: GBA102752
4.
Issued To: DAVID E. JARNAGIN DIRT &
r� PAVING INC.
Effective From: 09/28/98 12:01 A.M. Standard Time
Inception: 11/16/97• Expiration: 11/16/98
In consideration of Additional Premium of: Provided By:
COMM'L AUTO INS 100.00 GAINSCO COUNTY MUTUAL INS. CO
r For a Total of $ 100.00
It is agreed that as of the effective date hereof
the policy is hereby amended in the following particulars:
IN IT HEREBY AGREED THAT FORMS TE9901B AND TE2046A IN FAVOR OF:
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79401
PREMIUM FOR EACH ENDORSEMENT IS $50.00 FULLY EARNED.
f
Issued: 10/16/98 BDS Endorse# . 2 SPECIALTY INSURANCE MAN GERS-L
Located at: LUBBOCK, TEXAS .79424
G STOLTZ & COMPANY
C/O STOLTZ & AYCOCK
r.• 4210 85TH STREET
LUBBOCK, TX 79423
SO/19/98 16:27 - 8067a39449
Stoltz & Co. Lbb
to ums
ADDITIONAL INSURED
This endorsement modifies insurance provided undar the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
TRUCKERS COVERAGE FORM
1 his endorsement changes the policy ettective on the Inc
Endorsement Effective
09/28/98
Named Insured
David E. Jarnagin Dirt & Paving Inc.
TE9901B
cote of the policy unless another cote is inalcotea otiow;
Policy Number
GBA102752 -.000
t—
The provisions and exclusions that apply to UABiUTY COVERAGE also apply to this endorsement.
"M
v(v-.
(Authorized
City of Lubbock P.O. Box 2000 Lubbock, Texas 79401
(Enter Name and Address of Additional Insured.)
is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded
under this policy.
The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium
r and any dividend, if applicable, declared by us shall be paid to you.
tYou are authorized to act for the additional insured in all matters pertaining to this insurance.
We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to
the additional insured.
The additional insured will retain any right of recovery as a claimant under this policy.
1.
E
FORM TE 99 01B -- ADDITIONAL INSURED
Texas Standard Automobile Endorsement
Prescribed March 18, 1992
t
t
ADDITIONAL, PREMIUM $50.00
8067839449 Striltx & Co. Lbb I�joofl
10I19198 16:28 �' ---
TE 20 46A
CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
(WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
r" TRUCKERS COVERAGE FORM
This endorsement chances the oolicv effective an the inceotion date of the oolicv unless another date is indicated below:
Endorsement Effective
Policy Number
09/28/98
GBA102752
Named Insured
David E. Jarnagin Dirt &Paving Inc.
Countersigned by ..
r
,j
(Authorized Represe tive)
The CONDITION entitled 'TRANSFER OF RIGHTS, OF RECOVERY AGAINST OTHERS TO US" does not apply to
City of Lubbock P.O. Box 2000 Lubbock Texas 7940
(Name of Person or Organization)
Additional Premium S $50.00 will be retained by us regardless of any eariy termination of this endorsement or the
Polley.
r _
6
f'.
{
.•+ FORM TE 20 66A — CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
(WAIVER OF SUBROGATION)
Texas Standard Automobile Endorsement
Prescribed March 18. 1992
r
i
y
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:
4 (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
7 services on the project; and
L
(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
r during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
7 2
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
r reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten)10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by .
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
.M
7
No Text
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 24"' day of September, 1998 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to
do so, hereinafter referred to as OWNER, and DAVID E. JARNAGIN CONSTRUCTION, INC. of the City of Lubbock,
County of Lubbock and the State of Lubbock 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 #98163 — ARNETT BENSON, HARWELL & SKYVIEW COMMUNITIES PAVING PROJECT - $192,195.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor,
insurance and other accessories and services necessary to complete the said construction in accordance with the
contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
t
A ST:
p•
S.
ff
APPRO AS TO 7C7f ENT:
APPROVED AS TO FORM:
r h e4,
City Attorney
ATTEST:
Corporate Secretary
F
CITY OF LUBBOCK, TEXAS (OWNER)
E.
1;
TITLE:
RUCTION, INC.
COMPLETE ADDRESS:
David E. Jamagin Construction, Inc..
6503 22"d Street
Lubbock, Texas 79407
r
No Text
2
3.
4.
5.
6.
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit David E. Jarnagin Construction, Inc. who has agreed to perform the work
embraced in this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative LARRY HERTEL, CITY ENGINEER, so designated who will
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may
be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors
will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member
of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the worts covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract
documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
C
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several
kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation
to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to
the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
f�
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
1 or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
l
r
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work
required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it
is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection
of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to
the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject
any such work found to be defective or not in accordance with the contract documents, regardless of the stage of
its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative
has previously accepted the work through oversight or otherwise. If any such work should be covered without
approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for
examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at
a location where it is not convenient for Owner or Owner's Representative to make observations of such work or
require testing of said work, then in such event Owner or Owner's Representative may require Contractor to
furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing and
Materials or such other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
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 the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
t• 22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
i in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
r•• action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
r► compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged
by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
l together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
l 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
5
i
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
6
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
r, Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
r-
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional Insured, or In the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
r
Underground Damage Hazard
a
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, $1,000,000.00 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, $1,000,000.00 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 0.0% of the total contract price (100%
of potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 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 $500,000.00.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
8
rr
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
i
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that 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;
'r (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:
i`} 9
(1) a certificate of coverage, prior to the other person beginning work on the project;
and-
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(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.
10
r
(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 Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
7 11
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
Information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
12
rM
I
(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
1' materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viil), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
f.. 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand Is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
` The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner
thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27
hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
j indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account
6 thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a
particular design, device, material or process or the product of a particular manufacturer or manufacturers is
specified or required in these contract documents by Owner; provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein
to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement,
the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
i Representative prior to bidding.
13
l
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. Further,
Contractor specifically agrees to abide by the federal regulations as set forth in 24 CFR Parks 570. If the
Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract
for changes in the work. In the absence of timely written notification to Owner's Representative of such variance
or variances within said time, any objection and/or assertion that the plans and specifications are at variance with
any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its
employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and
without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500.00 (FIVE HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
14
35.
36.
37.
91-1
TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and
the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as
provided herein, any request for extension by Contractor shall be deemed waived.
HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
r
15
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and
employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related
to, arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
16
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
�.. Representative.
tle
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
i"' 17
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or
deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the
Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees
and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor,
no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contracts it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
18
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the
date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made
at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than
the Contractor or his Surety, if applicable, to their proper owners.
r The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
P permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
i 1 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
d ' $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be
r` in effect until such bonds are so furnished.
19
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (I) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
20
a
WAIS Document Retrieval
http://neptune.fedworld.gov/cgi-bi ... 44521471+2+0+0&waisaction=retrieve
GENERAL DECISION TX980028 05/22/98 TX28
r' General Decision Number TX980028
Superseded General Decision No. TX970028
r' State: TEXAS
Construction Type:
HEAVY
HIGHWAY
County(ies) :
ECTOR POTTER TOM GREEN
LUBBOCK RANDALL
MIDLAND TAYLOR
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 02/13/1998
1 05/22/1998
COUNTY(ies):
ECTOR POTTER
TOM GREEN
0",,
LUBBOCK RANDALL
MIDLAND TAYLOR
* SUTX2037A 03/26/1998
C
ASPHALT HEATER OPERATOR
Rates
7.27
ASPHALT RAKER
7.27
CARPENTER
9.23
CONCRETE FINISHER -PAVING
9.90
CONCRETE FINISHER STRUCTURES
8.81
ELECTRICIAN
13.72
FLAGGER
6.56
FORM BUILDER -STRUCTURES
9.00
FORM SETTER - PAVING & CURB
8.30
FORM SETTER -STRUCTURES
8.83
LABORER -COMMON
6.79
LABORER UTILITY
8.46
MECHANIC
10.28
SERVICER
7.82
PIPE LAYER
8.70
ASPHALT DISTRIBUTOR OPERATOR
8.54
ASPHALT PAVING MACHINE
9.50
p
BROOM OR SWEEPER OPERATOR
7.17
BULLDOZER
8.74
SLIPFORM MACHINE OPERATOR
9.00
r
CRANE, CLAMSHELL, BACKHOE ,
DERRICK, DRAGLINE, SHOVEL
9.67
`
FRONT END LOADER
8.09
MOTOR GRADER OPERATOR
FINE GRADE
11.58
�r
MOTOR GRADER
10.47
PLANER OPERATOR
10.46
ROLLER, STEEL WHEEL PLANT
+^
MIX PAVEMENTS
7.32
ROLLER, STEEL WHEEL OTHER,
[
FLATWHEEL OR TAMPING
6.79
ROLLER, PNEUMATIC SELF-PROPELLED
6.79
�^
SCRAPER
7.55
#
TRACTOR -CRAWLER TYPE
9.16
TRACTOR - PNEUMATIC
7.86
TRAVELING MIXER
8.46
REINFORCING STEEL SETTER
PAVING
10.00
REINFORCING STEEL SETTER
Fringes
A
.' l of 3
8/7/98 7:52 AM
r
WAIS Document Retrieval
http://neptune.fedworld.gov/cgi-bi...44521471+2+0+0&waisactionzetrieve
STRUCTURES
11.48
SPREADER BOX OPERATOR
7.33
!
WORK ZONE.BARRICADE
6.79
TRUCK DRIVER -SINGLE AXLE LIGHT
6.91
TRUCK DRIVER -SINGLE AXLE HEAVY
8.20
TRUCK DRIVER -TANDEM AXLE SEMI
TRAILER
7.13
TRUCK DRIVER-LOWBOY/FLOAT
8.87
WELDER
----------------------------------------------------------------
11.83
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29 CFR 5.5 (a) (1) (v) ) .
----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be.
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be.
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a
position on a wage determination matter
* a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
t. Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
` (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
t The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
�-^ requestor considers relevant to the issue.
' 3.) If the decision of the Administrator is not favorable, an
2 of 3 8/7/98 7:52 AM
r.. WAIS Document Retrieval
http://neptune.fedworld.gov/cgi-bi ... 44521471+2+0+0&waisaction=retrieve
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of -Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
f
3 of 3 8/7/98 7:52 AM
No Text
r
The following paragraphs give the specifications on the
various materials which are to be used in this project. On
minor items a certificate from the manufacturer may be
required, certifying that the material or equipment meets the
specifications for such material as specified herein. All
materials shall be subject to the approval of the Engineer
before being used. All references in these specifications to
American Society for Testing and Materials (ASTM) designations
shall be the latest revisions. All references in these
specifications to the Texas Department of Transportation
(TxDOT) Standard Specifications for Construction of Highways,
Streets and Bridges shall mean the 1993 Edition, unless
otherwise noted.
2. CONCRETE
A. Cement
Cement shall conform to ASTM C-150, Type I and Type III, and
shall be an approved brand.
-
Description
Concrete aggregates shall consist of natural, washed and
screened sand, and washed and screened gravel or clean
crushed stone conforming to ASTM C-33 and TxDOT Item 360.
Coarse aggregate for Class "C" Concrete Street Paving shall
be crushed limestone (Brownwood Type). The aggregate shall
be well graded from coarse to fine and shall be free from
r.. injurious amounts of clay, soft or flaky materials, loam or
!I organic impurities. All aggregate shall be approved by the
Engineer before use. Maximum size of aggregate shall be 1-
1/2 inches. Aggregate for concrete construction proposed to
be used in this project shall have a loss not to exceed 18t
when subjected to 5 cycles of the Magnesium Sulfate
soundness test ASTM C-88.
�.. The location of all stockpiles of aggregate shall be
1 approved by the Engineer prior to unloading as to zoning
requirements, smoothness and compaction of the ground, and
traffic conditions. Stockpiles of aggregate to be
incorporated into the project shall be protected from dust
by drift fences of any suitable material approved by the
Engineer, when sandstorm possibilities exist. Care will be
taken to prevent dusty conditions in the stockpile area from
any sources.
4
M-1
C. Water
Water shall be clean, clear, free from oil, -acid or organic
matter and free from injurious amounts of alkali, salts or
other chemicals.
The Contractor. will submit test certificates from an
approved commercial laboratory on all aggregates proposed
for use on this work. Tests should be made approximately 20
days before beginning the concrete operation.
The Contractor will submit, in advance of construction, the
mix design and the result of compression tests made by a
commercial laboratory. These will be made on each type of
concrete mix design proposed for use on this project.
Tests shall be made on 6 cylinders for each mix, 3 tested in
3 or 7 days, 3 tested at 7 or 28 days. Additional tests
shall be furnished if material source is changed or if
concrete used varies from the original design.
The Engineer shall approve the mix design after the pre -
construction tests have been completed.
Tests of the aggregates and the concrete will be made by the
Engineer during construction to determine conformity with
the specifications. Test cylinders will be made in
accordance with ASTM C-31. The specimens shall be cured
under standard moisture and temperature conditions in
accordance with requirements of ASTM C-31.
Strength tests shall be made, in general, for each day's
run, or for each 50 cubic yards of concrete if a day's run
greatly exceeds this amount, but these tests may be made
entirely at the discretion of the Engineer. Strength tests
on Class "C" Concrete shall be made for approximately each
30 cubic yards, or every third truck on each day's run. The
costs of all such testing will be borne by the City but the
Contractor shall cooperate in securing and storing samples
and shall furnish all materials required for sampling.
A strength test shall consist of five standard test
cylinders made from a composite sample obtained in
accordance with the requirements of ASTM C-172. Two of the
cylinders shall be tested at 3 or 7 days and at 7 or 28
days. The fifth cylinder shall be held available for
subsequent testing, if determined necessary by the Engineer.
The test result shall be the average of the two 7 or 28 day
specimens, except that, if one specimen in the test shows
manifest evidence of improper sampling, molding, or testing,
M-2
it shall be discarded and the remaining two strengths
averaged. Should more than one 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 7 or 28 day strength tests shall be used
as the basis for accepting or rejecting the concrete
represented.
The results of the 3 or 7 day strength tests will be
compared with the 3 or 7 day strength of the preconstruction
test cylinders for the type and slump of the concrete being
produced. Should the 3 or 7 day strengths indicate a
deficiency in the 7 or 28 day strengths, the Engineer may
require a temporary change in proportions to correct such
deficiency. Such change shall remain in effect until the 7
or 28 day 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 7
or 28 day test.
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.
Concrete conforming to these specifications may be "Ready
Mix" but transporting vehicles shall be operated such as to
insure delivery and placement in forms without loss or
segregation of ingredients and within one hour of mixing
time. Concrete will be mixed continuously during transit.
All concrete for curb and gutter, valley gutters, fillets,
alley returns, alley slabs, sidewalks, drainage channels,
inlet boxes, headwalls, and medians shall have 5k air
entrainment (f1-1/2%- tolerance). The concrete mix design
shall be based on water -cement ratio, and shall be as
follows for the different classes of concrete.
Minimum Sacks Max. Gal. Max. Slump
Class Cement per C.Y. Water per sack in inches
A
5
6.5 4
C
E
6
5.5
6 3
5.5 3
I F
6
5.5 2
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:
r
r:
M-3
Minimum Average for
any test
A ---- 2100 --- 3000
C ---- 3000 600 3600
E 2500 3000 --- ----
F 2900 3500 --- ----
Any concrete failing to meet these strength requirements or
air content shall be removed and replaced.
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.
Unless otherwise shown on the plans: Class A concrete shall
be used for curb and gutter, fillets, drainage channels,
medians, inlet boxes, headwalls, and sidewalks; Class C
concrete shall be used for 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 collectors and for alley
returns, alley paving and reinforced gutter sections; Class
F concrete is used for railroad sections.
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 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 and TxDOT Item 522.
After mixing, the concrete shall be'transported to the forms
in a manner which will prevent separation or segregation of
the aggregates and shall be placed without undue delay. 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.
M-4
a
FH. Curincr Compounds
Compounds used to form an air tight membrane over fresh
concrete surface for curing purposes shall conform to TxDOT
Item 526 and ASTM C-309.
Wire mesh reinforcing shall conform to ASTM A-185.
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 when incorporated into alley slabs or valley
gutters.
I El I P.M r4l POT e • *.
Reinforcing steel to be used on this project shall conform
to ASTM A-432 and shall be deformed to ASTM A-615
requirements unless otherwise shown on the plans.
•- * M -n-*
1. The fiber used shall be 100 per cent virgin polypropylene
collated, fibrillated fibers specifically manufactured
for use as concrete reinforcement, containing no
reprocessed olefin materials.
2. The physical characteristics of the fiber to be used is
as follows: Specific Gravity - 0.91; Tensile Strength -
70 to 110 ksi; Length of fibers - 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 M-2-E. Quantities to be used shall conform to
manufacturer's recommendations, unless otherwise directed
by the Engineer.
Frew., V W R_
Bituminous premolded expansion joint material shall conform
to TxDOT Item 433.2 (5) (c) (1) .
Expansion joints shall be placed as shown on the plans or as
directed by the Engineer.
M-5
i
Joint sealing material shall be W.R. Meadows SOF-SEAL or
approved equivalent. The backer rod shall be approved and
compatible with the approved sealing material.
5. FORMS
Forms for curb and gutter and alley paving may be of wood or
metal, of a section satisfactory to the Engineer; straight,
free of warp, and a depth equal to the depth of the concrete
section formed. Forms shall be constructed accurately to the
line and grade as established in the field, shall be
adequately braced so that they will not move during the
placing of the concrete, and shall remain in place at least
twelve (12) hours after placing 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 shall meet
all of the above specifications, except that face forms on
curb radii may be omitted if a true section and an accurate
flow can be obtained by other methods 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 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 1-1/8 inch 'IV" shaped
groove in the face.
6.FLEXIBLE BASE (CALICHE)
"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 plans and to
the lines and grades as established by the Engineer.
B. Material
I.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.
M-6
l
I
.. 2. The material will conform to the requirements:
Sieve Size 2" 1-1 2" 7/8" 1/2" #4 #40
•°s 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 Test Method Tex-101-E
procedure: .
Liquid Limit - 45 maximum; plasticity
Index - 15 maximum, 3 minimum; and,
Linear Shrinkage - 10 maximum
r" 3. Wet Ball Mill Test of Flexible Base Material
The material, when tested in accordance with Test
Method Tex-116-E, shall have a maximum allowable value of
�- 55.
7.ASPEALT STABILIZED BASE -PLANT MIX (TxDOT Item 345)
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 will not change to another source
without the Engineer's approval) and asphaltic material,
a mixed hot in an approved mixing plant. The percent asphalt
shall be determined by the Engineer in accordance with Test
Method Tex-126-E and Tex-204-F or other established
procedures.
B. Materials
1. Mineral Aggregate (Graded Gravel)
The material shall be crushed and shall be screened as
k. necessary to meet the requirements hereinafter
specified and shall consist of durable aggregate
particles otherwise specified below.
.. .• ... 03 10 It ORNFIV. u �•
�.- 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 10 feet in height and
constructed in layers not exceeding 18 inches in depth or
as directed by the Engineer. The plant shall have and
maintain at least a two day supply of aggregate on hand
unless otherwise directed by the Engineer. Material
shall be stockpiled in such a manner as to prevent
r
h
M-7
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 will be the
Contractor's responsibility.
Unless otherwise specified, the grading of the mineral
aggregate shall conform to the limitations as shown
below:
This mixture shall meet the TxDOT Item 345
Grade 4 - Grading requirements -percent retained -sieves
_ 11 11 f 1 _JL4 440
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 prepared in accordance with the 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
moisture prior to entering
asphalt.
• •9"_ wwrawu -
not contain more than 0.596
the pugmill for mixing with
Asphalt for the paving mixture shall be of the type as
determined by the Engineer and shall meet the requirements
of TxDOT Item 300. The grade of asphalt used shall be
designated by the Engineer. The Contractor shall notify the
Engineer of the source of his asphaltic material prior to
design or production of the asphaltic mixture and this
source shall not be changed during the course of the
project, except when authorized by the Engineer.
The mixture shall consist of a uniform mixture of
mineral aggregate and asphaltic material. The mineral
aggregate will conform to the gradation requirements
specified. The asphaltic material shall form from 4% to
90 of the mixture by weight. The design percent asphalt
shall be determined in accordance with Test Method Tex-
126-E or Test Method Tex-204-F and procedures outlined in
M-8
the TxDOT Bulletin C-14.
mix shall be determined
Tex-210-F or Tex-126-E.
2.Tack Coat
The percent of asphalt in the
by ASTM D-2172, ASTM D-4125,
Asphaltic materials shall meet the requirements of the
TxDOT Item 300, as approved by the Engineer.
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 0.2 percent dry
weight (based on total mixture).
Asphaltic concrete pavement and asphaltic stabilized base
shall be machine laid.
All equipment for the handling of all materials and mixing and
placing of the mixture shall be maintained in good repair and
operating condition and subject to approval of the Engineer.
Any equipment found to be defective and affecting the quality
of the mixture will be replaced.
Mixing plants may be the weigh -batch type or the continuous
mixing type or the drum mix type. All types of plants shall
be equipped with satisfactory conveyors, power units,
aggregate handling equipment, bins and dust collectors and
shall consist of the following essential pieces of equipment.
When requested by the Engineer, weigh -batch and continuous
types of mixing plants shall be equipped with automatic
proportioning devices in accordance with TxDOT Item 520. If
automatic recording devices are required by the plans, they
shall be in accordance with the TxDOT Item 520.
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.
i The bins shall be of sufficient size to store the amount
i of aggregate required to keep the plant in continuous
operation and of proper design to prevent overflow of
material from one bin to another. The proportioning
device shall be such as will provide a uniform and
continuous flow of aggregate in the desired proportion to
3
M-9
the dryer. Each aggregate shall be proportioned from a
separate bin. ,
KM
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.
The screening capacity and size of the hot aggregate bins
shall be sufficient to screen and store the amount of
aggregate required to properly operate the plant and to
keep the plant in continuous operation at full capacity.
The hot bins shall be constructed so that oversize and
overloaded material will be discarded through overflow
chutes. Provisions shall be made to enable inspection
forces to have easy and safe access to the proper
location on the mixing plant where representative samples
may be taken from the hot bins for testing. The plant
shall be equipped with at least three hot bins. The
aggregate shall be separated into the number of bins
indicated on the plans or as directed by the Engineer.
The aggregate weigh box and batching 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 TxDOT Item 520.
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 the requirements of the TxDOT Item 520. If a pressure
type flow meter is used to measure the asphaltic
material, the requirements of TxDOT Item 520 shall apply.
This system shall include an automatic compensation
device to insure a constant percent, by weight, of
asphaltic material in the mixture.
M-10
I
r
i 6. Mixes
�. The mixer shall be of 'the pugmill type and shall have a
capacity of not less than 3,000 pounds (of natural
aggregate mixture) in a single batch, unless otherwise
shown on the plans. The number and position of blades
shall provide a uniform mix. The mixer shall be equipped
with an approved spray bar that will distribute the
asphaltic material quickly and uniformly throughout the
r^
mixer. Any mixer that has a tendency to segregate the
!�
aggregate or
fails to secure a thorough and uniform
mixture with
the asphaltic material shall not be used.
r
This shall be
determined by mixing the standard batch for
the required
time, then dumping the mixture, taking
samples from
its different parts and testing by Test
Method Tex-210-F
to show that the batch is uniform
throughout.
All mixers shall be provided with an
f
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.
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.
s 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 TxDOT Item 520. 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.
Same as for weigh -batch type of plant.
2. Dryer
�^ Same as for weigh -batch type of plant.
M-11
Same as for weigh -batch type of plant.,
The hot bins shall be
and overloaded material
overflow chute. Hot
deficient in material
automatically stops
adjustments are made.
so constructed that oversize
will be discarded through an
aggregate bins that become
shall activate a switch that
the plant until proper
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.
The asphaltic material spray bar shall be so
designed that the asphalt will spray uniformly and
continuously into the mixer.
.� 0- - 0- -
An asphaltic material recording meter meeting the
requirements of the TxDOT Item 520, shall be placed in
the asphalt line leading to the spray bar so that the
cumulative amount of asphalt used can be accurately
determined. Provisions of a permanent nature shall be
made for checking the accuracy of the meter output. The
asphalt meter and line to the meter shall be protected
with a jacket of hot oil or other approved means to
maintain the temperature of the line and meter at or near
that temperature specified for the asphaltic material.
Unless otherwise shown on the plans, the temperature of
the asphaltic material entering the recording meter shall
be maintained at f10°F 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 TxDOT Item
520, shall apply.
S. Mixe
The mixer shall be of the pugmill continuous type and
shall have a capacity of not less than 40 tons of mixture
per hour. Any mixer that has a tendency to segregate the
aggregate or fails to secure a thorough. and uniform
M-12
F
I
t.
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 pugmixer
between the shaft and the lower paddle tip (except at the
discharge end) .
• -n
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 TxDOT
Item 520. 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.
O MUMMOW-
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.
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. The feed system shall.
provide a uniform and continuous flow of aggregate in the
desired proportion to the mixer. Each aggregate shall be
r proportioned in a separate bin with total and
proportional control.
l M-13
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 the TxDOT Item 520. When a belt
scale is used, mixture production shall be maintained so
that the scale normally operates between 50 percent and
100 percent of its rated capacity. Belt scale operation
below 50 percent of the rated capacity may be allowed by
the Engineer if accuracy checks show the scale to meet
the requirements of the TxDOT Item 520, at the selected
rate and it can be satisfactorily demonstrated to the
Engineer that mixture uniformity and quality have not
been adversely affected.
A scalping screen shall be required, unless otherwise
shown on the plans, and shall be located ahead of any
weighing device.
ONFITe �- _ �- �• -n
An asphaltic material measuring device meeting the
requirements of the TxDOT Item 520, 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 ±10°F 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 TxDOT Item
520, shall apply.
The asphaltic material feed -control shall be coupled with
the total aggregate weight measurement device in such
manner as to automatically vary the asphalt -feed as
required to maintain the required proportion.
M-14
E
j 5. Drum Mix
The drum mixing system shall be of the type that
continually agitates the aggregate and asphalt mixture
during heating. The temperature shall 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.
A surge -storage system will be required. It shall be
adequate to minimize the production interruptions during
the normal day's operations and shall be so constructed
to minimize segregation. A device such as a gob hopper
or other similar device approved by the Engineer to
prevent segregation in the surge -storage bin will be
required.
7.Scales
Scales may be standard platform truck scales, belt scales
or other equipment such as weigh hopper (suspended)
scales approved by the Engineer. All scales shall
conform to the TxDOT Item 520. 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.
Asphaltic material heating equipment shall be adequate to
heat the amount of asphaltic material required to the
desired temperature. Asphaltic material may be heated by
steam coils which shall be absolutely tight. Direct fire
heating of asphaltic materials will be permitted, provided
the heater used maintains a positive circulation of the
�i 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 continuously
recording thermometer with a 24-hour chart that will record
the temperatures of the asphaltic material at the highest
r, temperature.
E.
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
f mixture is dumped directly into the finishing machine shall
have adequate power to propel the delivery vehicles in a
M-15
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 subsequent
shedding of this accumulated material into the asphaltic
mixture will not be permitted.
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 tine
rollers conforming to the requirements of the TxDOT Item
213, 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 8 tons.
M-16
r�+
7m
t 3. Three Wheel Roller (Required on All Black Base
and Hot Mix Surfacing)
I This roller shall be an acceptable power -driven three
wheel roller weighing not less than 10 tons.
SIDUOTUMMIM W40Orvro M _111WI.Tel a-
This roller shall be an acceptable power -driven three
axle roller weighing not less than 10 tons.
5. Trench Roller
l This roller shall be an acceptable power -driven trench
t 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 20 inches wide. The roller under working
conditions shall produce not less than 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.
6. Vibratory Steel -Wheel Roller (Required on all Black Base)
This roller shall have a minimum weight of 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.
When directed by the Engineer, the Contractor shall
provide acceptable 10-foot straightedges for surface
testing. Satisfactory templates shall be Provided as
required by the Engineer.
When permitted by the Engineer in writing, equipment
other than that specified which will consistently produce
satisfactory results may be used.
r. It will be the Contractor's responsibility to provide
safe and accurate means to enable inspection forces to
take all required samples, and to provide permanent means
for checking the output of any specified metering device
and to perform the calibration checks as required by the.
Engineer.
F
C
M-17
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 10 feet in height and constructed in layers not
exceeding 18 inches 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.
The asphaltic material storage shall
requirements of the plant. Asphalt
to a temperature in excess of that
Item 300. All equipment used in the
of asphaltic material shall be kept
at all times and shall be operated
there will not be contamination with
be ample to meet the
shall not be heated
specified in TxDOT
storage and handling
in a clean condition
in such manner that
foreign matter.
The feeding of various sizes of aggregate to the dryer
shall be done through the cold aggregate bins and the
proportioning device in such a manner that a uniform and
constant flow of materials in the required proportions
will be maintained. The aggregate shall be dried and
heated to the temperature necessary to produce a mixture
having the specified temperature. In no case shall the
aggregate be introduced into the mixture unit at a
temperature more than 4000 F.
WOUT WX WMT* .
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.
M-18
r
u �•
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 5 to 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
30 seconds. This mixing period may be increased, if
in the opinion of the Engineer, the mixture is not
uniform or the aggregate is not properly coated. The
differential in temperature of the aggregates and the
asphalt as they enter the pugmixer shall not exceed
250 F.
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
'a mixture coming out of the surge storage bin must be
of equal quality to that coming out of the mixer.
The amount of aggregate and asphaltic material
entering the mixer and the rate of travel through
the mixer shall be so coordinated that a uniform
mixture of the specified grading and asphalt
content will be produced. The differential in
temperature of the aggregates and the asphalt as
they enter the pugmixer shall not exceed 250 F.
Checks on asphalt used shall
daily comparing the asphalt
completed mix as shown on
meter and the design amount
The acceptable percent of
asphalt used and the design
on the plans or as determined
be made at least twice
used in ten loads of
the asphalt recording
for these ten loads.
variation between the
amount will be as shown
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
r,=
of equal quality to that coming out of the mixer.
M-19
(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 have a moisture content not
greater than 1 percent 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.
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 and 3500 F when
discharged from the mixer. The Engineer will
approve the temperature within the above limitations,
and the mixture when discharged from
the mixer shall not vary from this selected
temperature more than 250 F. but in no case shall the
temperature exceed 3600 F.
a. HMAC - November 1 until April 1
(1) The asphaltic mixture shall not be placed when the
air temperature is below 550 F and falling.
(2) The asphaltic mixture may be placed when the air
temperature is above 500 F and rising.
b. HMAC - April 1 until November 1
(1) The asphaltic mixture shall not be placed when the
air temperature is below 500 F and falling.
(2) The asphaltic mixture may. be placed when the air
temperature is above 450 F and rising.
M-20
r
c. Asphalt Stabilized Base
(1) The asphaltic mixture shall not be placed when the
air temperature is below 45' F and falling.
(2) The asphaltic mixture may be placed when the air
temperature is above 40' F and rising.
The Engineer may use his discretion to require a cover over
the asphaltic mixture when being hauled from the plant to
the job site. . 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). It is further provided that the prime coat,
tack coat or asphalt stabilized base shall be placed only
when the general weather conditions and temperature and
moisture conditions of the subbase or subgrade, in the
opinion of the Engineer, are suitable.
If, after being discharged from the mixer and prior to
placing, the temperature of the asphaltic mixture is 25' F
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.
The prime coat shall consist of an application of 0.25
gallons per square yard of MC 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.
2. Tack Coat
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 an approved sprayer at a rate not to exceed 0.10
gallon per square yard of surface. 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. During the application of
tack coat, care shall be taken to prevent splattering of
adjacent pavement, curb & gutter and structures. The
tack coat shall be rolled with a pneumatic tire roller
when directed by the Engineer.
M-21
am
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.
Generally, the asphaltic mixture shall be dumped and
spread on the approved prepared surface with the
specified spreading and finishing machine. When properly
compacted, the finished course will be smooth, of uniform
density, and will conform with the typical sections shown
on the plans and to the lines and grades established 'by
the Engineer. During the application of asphaltic
material, care shall be taken to prevent splattering of
adjacent pavement, curb and gutter and structures.
The mixture shall be spread and compacted in layers or
lifts as specified on the plans or as directed by the
Engineer. The sequence of compacting shall be such that
undue displacement of the edge of the course does not
occur. On deep lifts, the edge of the course may be
rolled with a motor grader wheel or similar equipment or
supported by blading a roll of earth against the edge of
the course prior to compacting the surface.
When the asphaltic mixture is placed in a narrow strip
along the edge of an existing pavement, or used to level
up small areas of an existing pavement or placed in small
irregular areas where the use of a finishing machine is
not practical, the finishing machine may be eliminated
when authorized by the Engineer, provided a satisfactory
surface can be obtained by other approved methods.
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
M-22
r
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
foreign matter on the roadway, either when the rollers
are in operation or when standing.
1
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.
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
r
The completed asphalt stabilized base course shall be opened
to traffic as provided by the plans and as directed by the
R
M-23
Engineer. All construction traffic allowed on the base
course shall comply with the State laws 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.Surface Density Test
City personnel will provide density test and results
throughout the construction process at no cost to the
Contractor.
Samples of the completed pavement shall be removed from
locations designated by the Engineer to enable him to
determine the composition, compaction, and density of the
pavement. Samples for each day or fraction thereof shall be
taken by City personnel. The Contractor shall replace the
pavement removed from core holes at no cost to the City. If
the pavement is deficient in composition, compaction, or
thickness, satisfactory correction shall be made as directed
by the Engineer.
9. ASPHALTS
Asphalts for use on this project shall comply with TxDOT Item
300.
A. Latex Additive. Latex additive shall be an emulsion of
styrene -butadiene low -temperature copolymer in water. The
emulsion shall have good storage stability and possess the
following properties.
Monomer Ratio of Latex - 73 ± 5
butadiene to styrene 27 ± 5
Minimum Solids Content, 45
percent by weight
Viscosity of Emulsion at - 2000
77 ± 1 F, cps, max
(No.3 spindle, 20 RPM,
Brookfield RVT 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.
B. Latex Modified Asphalt Cement. This material shall consist„
of AC-10 asphalt cement in accordance with 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 additive blend. Possible
combinations and their intended uses are as follows:
M-24
E
Material
AC-5 + 2% latex solids
AC-10 + 2% latex solids
AC-10 + 3% latex solids
Use
Seal coats and surface treatments
Seal coats and surface treatments
or asphaltic concrete
Asphaltic Concrete
The finished asphalt cement -latex additive blend shall be
smooth, homogeneous, and comply with the following
requirements.
Property
AC-5
+
AC-10
+
e LateX
AC-10
+
o
Latex
Minimum SBR Content, percent by
2.0
2.0
3.0
wt. solids (IR determination)*
Penetration, 100g, 5 sec,770F mint,
i
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,
-
-
100
minimum
Ductility, 39.2°F, 5 cm/min, cm,
i
70
60
-
Separation of Polymer, 3250F**
None
None
None
* The asphalt supplier shall furnish the City of Lubbock
testing laboratory samples of the base asphaltand latex
emulsion used in making the finished product.
** A 350 gram sample of the asphalt cement -latex additive blend
is stored for 48 hours at 325°F. 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 separation of rubber a
sample will be taken from the top and bottom for Infrared
Spectroscopy analysis to determine actual rubber contents.
A difference of 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 hours at 325°F.
Upon completion of storage time, the sample shall be
examined as indicated above.
M-25
Article 300.3. Storage, Heating and Application Temperatures.
Table of application and mixing is supplemented by the following:
Heating and
Recommended Maximum Storage
Type -Grade Range.4E Allowable.1F Maximum,4E
All AC -latex blends 300-375 390 390***
*** Maximum temperature for storage by the asphalt supplier or
the Contractor shall be 375°F. On AC-5 and AC-10 + 20-o SBR
designated for seal coat or surface treatment work, the
temperature may be increased to a maximum of 390OF by the
supplier loading through an in -line heater, or with the
Engineer's permission, these materials may be heated to a
maximum of 390OF by the Contractor just prior to application.
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 45, unless otherwise shown on the plans when
tested in accordance with Tex-203-F or ASTM D-2419.
The percent of flat or elongated slivers of stone for any
course shall not exceed 25%, when tested in accordance with
Tex-224-F. All crushed stone shall have a maximum of thirty
percent (30%) loss when tested by the five (5) cycle
magnesium sulfate soundness test ASTM C-88 as performed by
the City of Lubbock Materials Testing Laboratory.
Aggregate that appears susceptible to film stripping when
tested in accordance with ASTM D-1075, minimum 7016 index of
retained strength and tested in accordance with AASHTO T-
283, minimum 7016 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 10 percent by
M-26
r
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 15 percent by weight (100 percent of
' which shall pass a 1/4 inch sieve). However, the coarse
aggregate shall meet the quality tests specified herein for
"Coarse Aggregates". 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 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.
The coarse aggregate shall be that part of the aggregate
retained on a No. 10 sieve; shall consist of clean,
r 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 85o crushed faces when tested in accordance with Test
Method Tex-460-A (Part I).
When coarse aggregate is tested in accordance with Test
Method Tex-217-F, the amount of organic matter, clays,
loams or particles coated therewith or other undesirable
materials shown on the plans shall not exceed 2 percent.
When it is specified that the coarse aggregate be sampled
during delivery to the plant, from the stockpile, or from
r" the cold bin, the material removed when tested in
accordance with Test Method Tex-217-F (Part II,
Decantation), shall not exceed 2 percent. The plasticity
index of that part of the fine aggregate contained in the
coarse aggregate passing the No. 40 sieve shall not be
more than 6 when tested by ASTM D-4318. However, where
the coarse aggregate contains less than 5% of fine
aggregate and the fine aggregate is of the same or
similar material as the coarse aggregate, the P.I.
requirements for the material 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 Test
! Method Tex-217-F (Part II Decantation), the amount of
material removed shall not exceed 1 percent.
M-27
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 40 percent loss by weight when subjected to the Los
Angeles Abrasion Test, ASTM C-131. Coarse aggregate from
each source shall meet the abrasion requirements
specified.
The fine aggregate shall be that part of the aggregate
passing the No. 10 sieve and shall consist of sand or
screenings or a combination of sand and screenings.
The plasticity index of that part of the sand passing the
No.40 sieve shall not be more than 6 when tested in
accordance with ASTM D-4318. The plasticity index of
that part of the screenings passing the No. 40 sieve
shall not be more than 9, unless otherwise shown on
plans, when tested by ASTM D-4318. Fine aggregate from
each source shall meet plasticity requirements.
Sand shall be composed of durable stone particles free
from injurious foreign matter. Screenings shall be of
the same or similar material as specified for coarse
aggregate.
911FUMM-21",-
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.
When tested by ASTM D-242 it shall meet the following
grading requirements:
Ink rES1 •"
Passing a No. 30 sieve 100
Passing a No. 80 sieve
95 to 100
Passing a No. 200 sieve 70 to 100
Asphalt for the paving mixtures shall be of the types of
oil asphalt as determined by the Engineer.
The grade of asphalt used shall be as designated by the
Engineer after design tests have been made using the
M-28
r-�
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.
Hydrated lime shall be added to the Asphalt mixture, as
per TxDot Item 264, as an additive to improve the quality
of the mixture.
Description. This item establishes the requirements for
hydrated lime, quicklime and commercial lime slurry of
the type and grade considered suitable for use in the
treatment of natural or processed materials or mixtures
for subgrade, subbase and base construction.
CAUTION: Use of quicklime can be dangerous. Users
should become informed of the recommended precautions in
the handling, storage and use of quicklime.
Types. The various types and grades of lime and lime
slurry are defined and identified as follows:
a. Type A, Hydrated Lime, a dry powdered material
consisting essentially of calcium hydroxide.
b. TypeB. Commercial Lime Slurry, a liquid mixture of
essentially hydrated lime solids and water in slurry
form.
C. Type C. Quicklime, a dry material consisting
essentially of calcium oxide. It shall be furnished in
either of two grades which differ in sizing.
Grade DS, "pebble" quicklime of a gradation suitable for
either "Dry Placing" or for use in the preparation of a
slurry for "Wet Placing".
Grade S, finely graded quicklime for use in the
preparation of a slurry for wet placing. (Note: Due to
the possibility of appreciable amounts of finely divided,
powdered quicklime being present in this product, the use
of Type C, Grade S Quicklime is restricted to "Slurry.
Placing" only. It is considered to be unsuitable for
"Dry Placing".)
Lime for stabilization` purposes shall be applied as
provided for in the governing specifications, as a dry
material or as a mixture of lime solids and water in the
form of lime slurry.
M-29
For dry application, Type A, Hydrated Lime or Type C,
Quicklime of ,Grade M only may be used where
specifications permit.
For wet application, lime slurry may be delivered to the
job site as Type B, Commercial Lime Slurry or a lime
slurry may be prepared at the job site by using Type A
Hydrated Lime or Type C Quicklime as specified.
The lime and lime slurry being furnished under the terms
of this specification shall, in addition to all other
requirements, also meet the following chemical and
physical requirements.
a. Chemical Composition: TYPE
A B C
Total "active" lime content,
% by weight--------------- 90.0 min' 87.0 min'
(i.e., % by wt Ca(OH)2 + %
by wt CaO, if present)
Unhydrated lime content,
% by wt CaO--------------- 5.0 max 87.0 min
"Free Water" content,
by wt H2O--------------- 5.0 max - -
b. Physical
(1)Wet sieve requirement, as
% by -wt residue:
Retained on No. 6 (3360 micron)
sieve:----------------- 0.2 max 0.2 max' 8.0 max'
Retained on No. 30 (590 micron)
sieve:----------------- 4.0 max 4.0 max' -
(2)Dry sieve requirement, as
% by wt residue:
Retained on a 1-inch (25 mm)
sieve:----------------- - - 0.0
Retained on a 3/4" (19 mm)
sieve:---------------- - 10.0 max
Retained on a No. 100
(150 micron) sieve:---- - - Grade DS
80.0% min.
Grade S
No Limits
06.
M-30
r"
t".
Note 1: No more than 5.0%"by weight Cao (unhydrated lime)
will be allowed in determining the total "active" lime
content.
Note 2: In "solids content" of the slurry.
Note 3: The amount of total "active" lime content, as
CaO, in the material retained on the No. 6 sieve must not
exceed 2.0 percent of the original Type C lime.
Type B, Commercial Lime Slurry or a slurry prepared at
the job site from Type A Hydrated Lime or Type C
Quicklime shall be furnished at or above the minimum "Dry
Solids" content as prescribed by the Engineer and must be
of a consistency that can be handled and uniformly
applied without difficulty. The slurry shall be free of
liquids other than water and any materials of a nature
injurious or objectionable for the purpose intended.
3. Tack Coat
The asphaltic material for tack coat shall meet the
requirements for Cut -Back Asphalt RC-2, or shall be a
Cut -Back Asphalt made by combining 50 to 70 percent by
volume of the asphaltic material as specified for the
type of paving mixture with 30 to 50 percent by volume of
gasoline and/or kerosene. If RC-2 Cut -Back 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 15 percent by volume.
The paving mixture shall consist of a uniform mixture of
coarse aggregate, fine aggregate, lime and asphaltic/latex
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 0.45 power semilogarithmic gradation chart when
tested in accordance with ASTM C-136.
f
M-31
Master Gradation Specifications
Mixture Type
City of Lubbock (C.O.L.)
Sieve Type "C" Type "D"
Size (Residential Traffic only)
Percent by Weight Passing Sieves
1"
100
---
3/4"
98-100
---
1/2"
81-93
100
3/8"
65-85
85-100
No.4
43-63
50-70
No.8
33-45
35-47
No.16
22-34
23-35
No.30
13-27
14-29
No.50
7-19
8-20
No.100
No.200
3-11
1-6
4-12
1-6
Bitumen percent 4.0 - 7.5 4.0 --7.5
(of total mix)
u .*
If the Contractor or supplier wishes to use a material or
location not previously approved by the City of Lubbock, he
will be required to request approval in writing of the
material not less than 60 days prior to anticipated use of
the material. The City of Lubbock laboratory test results
shall be the sole consideration for approval of materials,
mix designs, adequacy of procedures, etc.. The results of
such testing shall be evaluated and final approval given by
the City Engineer.
The City of Lubbock will utilize its own testing laboratory
to monitor the plant mixing for Black Base and Hot Mix.
This laboratory control will be provided by the City of
Lubbock. A representative of the City Engineer will be at
the plant with full authority to control the mixing
operation.
In those instances where irregularities occur and the limits
of the specification are exceeded for aggregate, black base,
or hot mix, appropriate corrections will be required.
M
The Engineer will 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
M-32
r
tolerances, based on the percent by weight of the mixture,
are listed as follows:
Material o By Wt . ±
Aggregate passing No. 4 sieve
or•larger 4 percent
Aggregate passing Nos. 8,16,30,
50 sieves 3 percent
Aggregate passing Nos. 100 & 200
sieves 2 percent
Bitumen 0.25 percent
1'! 1.Samples of the mixture when tested in accordance with
ASTM D-2172 shall not vary from the grading proportions
r,. of the aggregate and the asphalt content designated by
the Engineer by more than the respective tolerance
specified above.
During construction, if grading or asphalt content
exceeds the tolerances stated herein, grodmction 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
f� stated herein, shall be removed and replaced at no cost
to the Owner.
Thoroughfare Residential
Txaffic 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
Voids in
Mineral Aggregate 13 --- 14 ---
3. Sampling and Testing
r
It is the intent of this specification that the mixture
will be designed to produce a mixture of optimum density
M-33
and stability, as determined by the Engineer, when tested
in accordance with these specifications and applicable
ASTM procedures.
Samples of the completed pavement shall beremovedfrom
locations designated by the Engineer to enable him to
determine the composition, compaction, and density of the
pavement. Samples for each day or fraction thereof shall
be taken by City personnel. The Contractor shall replace
the pavement removed from core holes at no cost to the
City. If the pavement is deficient in composition,
compaction, or thickness, satisfactory correction shall
be made as directed by the Engineer.
Tests on Marshall specimens shall be made twice daily or
as directed by the Engineer to retain job control. The
mixture shall comply with the requirements of Table (2)
above when tested in accordance with the Marshall method
procedures contained in Chapter III of the Asphalt
Institute's Manual Series No. 2 (MS-2), current addition.
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.
11. SILO STORAGE
A silo storage system may be used during the normal day's
operation. The mixture coming out of the silo storage must be
of equal quality and temperature to that coming out of the
mixing plant. Any operation that has tendency to segregate
the mixture or fails to maintain a thorough and uniform
mixture and temperature shall not be used. If any load of
mixture coming out of the silo storage system fails to meet
the asphalt specifications or gradation requirements, then the
total contents of the silo storage system shall be condemned.
okwn
Barricades shall be constructed of clean, sound lumber, shall
be of first-class workmanship, and all surfaces above ground
shall be painted with an approved brand of white paint to
secure thorough coverage and a uniform white color. In no
case shall less than two coats 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 with the
details and design as set forth in the Texas Manual on UNIFORM
TRAFFIC CONTROL DEVICES for Street and Highways, Part VI.
M-34
r
The Contractor shall maintain each barricade in a neat
acceptable condition and furnish replacements when necessary
,,. or 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 in place.
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
to and on temporary routes or detours shall be removed when no
longer applicable.
Standardization is important with respect to design and
placement, and uniformity of application is equally important.
Identical conditions should always be marked with the same
type of sign, regardless of where those particular conditions
occur.
All signs that are to convey their' message during hours of
darkness shall be reflectorized or illuminated. 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 a reflectorized sign is not likely to be
effective, an illuminated sign will be used.
Construction warning signs shall have a black legend on an
orange background and shall conform to7 the standards` as to
size, shape and color as outlined in the Texas Manual on
UNIFORM TRAFFIC CONTROL DEVICES mentioned above.
Barricades, flares and signs are a necessity in the
construction involved in this contract. The provision of
these items by the Contractor should be considered in the bid
prices submitted, as no separate compensation will be made,
unless indicated otherwise in the plans or the proposal.
No work will be permitted on any project prior to installation
of barricades or other warning devices at the beginning and
end of the construction area.
Paint used for ramp contrast in the construction of handicap
ramps shall conform to the requirements of TxDOT Department
Materials Specification: D-9-8200 (January, 1995).
M-35
Ir
1. CONCRETE
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.
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,
in addition to the section, and line and grade approval
before any pour is started on any curb and gutter unit.
.# _#. ..-
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
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.
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
continuous grade down the flow -line the length of the
gutter.
D-2
e
+I,
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
a
shall be finished with a 1/4"
radius edging tool before
l'
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.
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.
The line for top of curb shall be maintained from a
guideline set by the Contractor from survey marks
D-3
I ,
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 11 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
t. 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.
ONE
KNEMS-34"OT O. --
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).
This item shall I 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
thoroughfare or collector streets or a (6) inch concrete
slab on residential streets reinforced with 4-0 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 61lx6" 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.
-n-• • :- XO-11-#
Care shall be taken to hold the steel in the center of
r" the slab, high chairs or precast concrete blocks shall be
r'" D-5
located at three (3) foot centers. Lapping distance
shall be 40 diameters, and the lap shall be tied at three
points with wire if steel bars are used.
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.
NOINUMM MUM Me, 11
MR9.1-3110VOTIZVEMP, RUM
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
r-
rr+
The shape and flow line of the alley paving slab may be
established by the use of two (2" ) 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.
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 paving construction. and if
possible the length of time said return andfor 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.
C-11• •• M• 11
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
r, are pointed out as defective, those forms shall then be
!
r 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.
This item shall consist of the construction of Class F
reinforced concrete as shown on Concrete Railroad Crossing
Details. (File #2-B-92 (21).
goo' • *• -- • •- -•
Reinforcing steel to be used on this project shall
conform to ASTM A-432 and shall be deformed to ASTM A-305
requirements.
r
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 �.
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.
Subarade Preparation (See Section D-2)
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
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
requirements and be measured and dispensed in accordance
with TxDOT Item 437.
r� D-9
KINFONTM- -
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 5.0 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%
Retained on 1-1/2" sieve.................0 to 50
Retained on 3/4" sieve.................30 to 650
Retained on 3/8" sieve.................70 to 900
Retained on No. 4 sieve...............95 to 1000
Loss by Decantation Test Method Tex-406-A ...1.0% 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.
Each aggregate stockpile shall be reworked with suitable
equipment as required by the Engineer to remix the
material to provide uniformity of the stockpile.
D-10 �-
FW
�!
r" Fine aggregate shall consist of sand or a combination of
i 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
2016
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.
MINTUIVOT-7TV"Mag"s
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:
Retained on No. 30 sieve . ......................0%
Retained on No. 200 sieve.................0 to 35%
r-
r" D-11
k
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 504.
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.
3ZZIEV •
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
the original horizontal plane of the mat. Mats with any
portion of the wires out of vertical alignment more than
D-12
r-�
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.
10.
d
All concrete placed for pavement shall be consolidated by
r- 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.
Approved hand manipulated mechanical vibrators shall be
furnished in the number required for provision of proper
consolidation of the concrete along forms, at joints and.
in areas not covered by mechanically controlled
vibrators. These vibrators shall be sufficiently rigid
to insure control of the operation position of the
vibrating head.
�.. Complete and satisfactory consolidation of the concrete
pavement is a most important ' requirement of this
d
D-13
a
specification. Cores taken shall be carefully examined
for voids, honeycombing or other evidence of incomplete
consolidation. If such evidence is present, changes in
the consolidation procedures and/or equipment 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 crown or curves, 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 only and
shall be held to a minimum.
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
D-14
r
1
shall be operated from the side of the pavement, placed
parallel to the pavement centerline and passed across the
f" slab to reveal any high spots or depression. 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
leveled to this condition, in order to insure conformity
with the surface test required below, after the pavement
has fully hardened. Any correction of the surface
required shall be accomplished by adding concrete if
required and by operating the longitudinal float over the
area. The surface test with the straightedge shall then
1' be repeated.
r► For one -lane pavement placement and uniform widening, the
4 equipment for machine -finishing of concrete pavement
l!. 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.
Concrete shall be composed of Portland cement, fine
aggregate, coarse aggregate, mineral filler and/or
admixture if used and water, mixed in proportions as
approved by the Engineer in the mix design as submitted
by a commercial laboratory and in the manner set forth in
this specification. On the basis of job and laboratory
investigations of the proposed materials, the Engineer
will fix the proportions by weight of water, coarse
aggregate, fine aggregate, cement, admixture and mineral
filler where required, in order to produce concrete of
the specified strength and workability.
PRINIONTRM - M• O
The concrete mix will be designed with the intention of
producing a minimum average flexural strength (Modulus of
r-r D-15
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.
1•_.II • •� - -
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.
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,
D-16
I
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
P" 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.
Rolling and sprinkling shall be performed when and to the
extent directed, and the roadbed shall be completed to or
above the plane of the typical sections shown on the
plans and the lines and grades established by the
Engineer.
Drainage of the roadbed shall be maintained at all times.
Sealed or treated subgrade cut in the preparation of the
r' subgrade or setting of pavement forms shall be resealed
�^' D-17
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.
�• - M•_ C-t1• Q• • n.
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
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
D-18
pointing is completed, the form trench, if used, shall be
filled with earth from the shoulders in such a manner as
!^ to shed water from rainfall or curing away from the edge
of the pavement. on completion of the required curing,
the subgrade or shoulders adjacent to the pavement shall
r... 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.
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
mortar. The additional mortar shall be one sack of
cement and three parts of sand.
MW3O_
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
f D-19
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
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. -
D-20
r�
3.Reinforcing Steel
!'
All reinforcing steel, including steel wire fabric
reinforcement, tie bars, and dowel bars shall be
accurately placed and secured in position in accordance
with details shown on plans. Reinforcing bars shall be
rsecurely
wired together at alternate intersections,
following a pattern approved by the Engineer, and at all
splices, and shall be securely wired to each dowel
rintersected.
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
r-.
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
r„
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.
F
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
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
of the concrete up to the joint. After concrete has been
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.
D-21
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.
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
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
7. Longitudinal Joints
Longitudinal joints shall be sawed within two days after
construction of the pavement. Sawing shall not cause
D-22
damage to the pavement and
a minimum of spalling.
construction traffic) shall
until the longitudinal join
the grooves shall be cut with
No traffic (including
be permitted on the pavement
t is cut.
After the joints in the hardened concrete have been
repaired (if necessary) and the sides of the joint power
brushed or sandblasted then blown out with compressed air
and/or mechanically cleaned out to the satisfaction of
the Engineer, the approved backer rod shall be wheeled -in
to the proper depth as recommended by the manufacturer
and the remainder of the joint will be filled with the
approved sealant to the dimensions shown on the plans.
After the sealant is installed it shall 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 sha
mechanical vibrator. As so
spread between the forms,
vibrator shall be operated
and remove all voids. Hand
be used for areas not covered
unit.
11 be consolidated by a
on as the concrete has been
the approved mechanical
to consolidate the concrete
manipulated vibrators shall
by the mechanical vibratory
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
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
leveled to this condition, in order to insure conformity
with the surface test required after the pavement has
fully hardened. Any correction of the surface required
shall be accomplished by adding concrete if required and
by operating the longitudinal float over the area. The
surface test with the straightedge shall then be
repeated. Extra water will NOT be added for finishing.
r
D-23
After completion of the straightedge operation, the first
pass of the burlap drag shall be made as soon as
construction operations permit and before the water sheen
has disappeared from the surface. This shall be followed
by as many passes as required to 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
Contractor, 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
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
D-24
r-
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 cementas 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
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.
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,
D-25
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.
NINIZIN7.00MMIM61ma
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.
FINFROITIMMIX.0.
Subgrade shall be compacted to 95% Standard Proctor Density
(ASTM D-698) for all improvements except thoroughfare and
collector street paving. Subgrade shall be compacted to
1000-. Standard Proctor Density for thoroughfare and collector
street paving.,
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 2% 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
D-26
Engineer. The Engineer may require up to six passes of the
roller in determining the condition of the subgrade.
Any soft or unstable areas found by test rolling will be
corrected by removing the soft or unstable material and
replacing it with suitable material compacted to specified
density. The areas so corrected shall be test rolled as
specified above.
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.
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
r, 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.
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
r, 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.
E.
F D-27
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 90% Proctor
Density in the upper six (611) making a firm foundation for
the alley paving.
The Contractor will be required to shape the portion of the
alley outside of the limits of the concrete slab so that all
drainage in the alley will be to the invert of the concrete
slab. Excess excavated materials shall be hauled to any
approved location.
g-lo ully-IM IDRIM
Description
Prior to placing any embankment, all "Preparing Right -Of -
Way" and/or "Clearing and Grubbing" operations shall have
been completed on the excavation sources and areas over
which the embankment is to be placed. Stump holes or other
small excavations in the limits of the embankment shall be
backfilled with suitable material and thoroughly tamped by
approved methods before commencing embankment construction.
The surface of the ground, including plowed loosened ground,
or 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 (611) 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
shall be scarified and recompacted with the next layer of
the new embankment. The total depth of the scarified and
added material shall not exceed the permissible depth of
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
D-28
6
r
`• 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.
r'
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
�4
shall be so mixed as to prevent abrupt changes in the soil.
No material placed in the embankment by dumping in a pile or
windrow shall be incorporated in a layer in that position,
but all such piles or windrows shall be moved by blading or
similar methods. Clods or lumps of material shall be broken
and the embankment material mixed by blading, disking, or
+'
similar methods to the end that a uniform material or
u
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
r
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
E
wetting of the embankment material, the Contractor shall
F D-29
water at the material source
used are such as not to cause
procedure shall be subject to
if the sequence and methods
an undue waste of water. Such
the approval of the Engineer.
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
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. Co=action.)
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.
D-30
7
r'
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.
i Filling and/or backfilling shall be continued in this
i 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
r accordance with the provisions for placing roadway
embankment as prescribed in the pertinent specification
included in the contract. No construction traffic will
1•" 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.
P.M..: :k.9 '
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.
F
F D-31
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 95% Standard Proctor
Density (ASTM D-698) for all improvements except
thoroughfare street paving shall be compacted to 100%
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
surface Shall not be placed on base course that exceeds
optimum mixture by two percent (2%).
Processing of asphaltic base shall be as directed by the
Engineer and similar to that described under Hot 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
D-32
i
r
been approved. All areas and "nests" of segregated coarse
or fine material shall be corrected or removed and replaced
with well graded material as directed by the Engineer.
Each layer of black base may be test rolled, as directed by
the Engineer, with a 25 ton pneumatic tire or other approved
t roller requiring up to six passes before succeeding layers
are placed. A delay in construction of a black base mat or
surface will require test rolling and approval prior to
construction of the next layer.
Description
The compacted base shall be finished and shaped immediately
r preceding the application of the surface treatment. All
loose or unconsolidated material shall be removed and the
surface moistened and rolled with a steel wheel roller.
OW WE-304oWN-FE-P-1
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.
• OTO OWSWRIEWIRI • 0 ! t
Immediately grior to placing of surfacing. the base shall
be checked and any deviation in excess of three -eighths
(3/8) inch from the established grade or true cross
section shall be corrected as provided above for defects.
Longitudinally a straightedge 10 feet long shall be used
to detect any deviation which shall be corrected as
defects.
This item shall consist of 1-1/2" compacted C.O.L. Type "C" or
r" Type "D" hot mix asphaltic concrete surface, using approved
F D-33
crushed stone aggregate, constructed over a compacted base.
The base shall be primed and a tack coat applied as required.
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.
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.
D-34
I
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
r. 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
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
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.
6. Tack Coat
Before the asphaltic mixture is laid, the surface upon
which the tack coat is to be placed shall be cleaned
�1 thoroughly to the satisfaction of the Engineer. The
surface shall be given a uniform application of tack coat
7 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
r., 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.
i
4
D-35
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.
The asphaltic mixture shall be spread on the approved
prepared surface with a spreading and finishing machine
in such a manner that when properly compacted the
finished pavement shall 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 machine 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.
When the asphaltic mixture is placed in a narrow strip
along the edge of an existing pavement, or used to level
up small areas of an existing pavement or placed in small
irregular areas where the use of a finishing machine is
not practical, the finishing machine may be eliminated
when authorized by the Engineer, provided a satisfactory
surface can be obtained by other approved methods.
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
D-36
work shall be carefully made to insure a continuous bond
between old and new sections of the course.
The transverse edges of old pavement and, if' required by
the Engineer, the successive days pavement shall be sawed
with an approved concrete saw to expose an even vertical
surface for the full thickness of the course. All
contact surfaces of previously constructed pavement shall
be painted with a thin uniform coat of hot bituminous
material before the fresh mixture is placed.
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.
1
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
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
7 D-37
i
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.
See Section M, Item 10.(D), Laboratory Control.
12. EEauipment
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
hitch sufficient in design and capacity to maintain
contact between the rear wheels of the hauling equipment
and the pusher rollers of the finishing machine while the
mixture is being unloaded. The finishing machine shall
be operated in a low gear, or as directed by the
Engineer, at a speed to produce a surface that will meet
the requirements of the typical cross section and surface
test.
Any vehicle which -the finishing machine cannot push or
propel in such a manner as to obtain the desired lines
and grade .without resorting to hand finishing will not be
allowed to dump directly into the finishing machine.
vehicles dumping into the finishing machine shall be
mechanically and/or automatically operated in such a
manner that overloading the finishing machine being used
D-38
r
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.
Pneumatic Tire Rollers. The pneumatic tire roller shall
be an acceptable self-propelled roller mounted on
pneumatic tired wheels, with the weight capable of being
varied uniformly from 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
of the tires while operating. All tires of the same
roller shall be smooth tread of equal size and diameter
and shall be arranged in such a manner that the gap
between the tires of one axle will be covered by the
tires of the other.
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.
r-
D-39
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.
APHOMOTT-TOMMEMMUMFM
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.
If the surface ravels, corrugates or shoves, it will be
the Contractor's responsibility to correct this condition
at his expense.
S. CLEANUP
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.
D40
F
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.
0I 1 big u��.l.•
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
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
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
C
approval of the
Engineer, and such expense shall be borne by
the Contractor.
C
B. INSTALLATION.
AND TRAFFIC INSTALLATIONS
ADJUSTMENTS. AND PROTECTION OF UTILITIES
r
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.
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
Lubbock Power and Light
City Traffic Shop
Energas
Southwestern Public Service
775-2588 775-2348
775-2555 775-2565
775-2145 765-4987
798-4440 741-0231
765-2885 796-3240
7 D-41
Southwestern Bell Telephone
Cox Cable of Lubbock
City Traffic Engineering
741-6101 741-5151
793-5053 793-4683
775-2145 765-4987
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.
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,
damages, etc. will be handled the same as for bid let
projects.
The utility companies will schedule their work with the
Contractor. When utility adjustments commence before the
D-42
i
contract is awarded, it will be the responsibility of the
utility company to barricade the project.
rM
Unless otherwise agreed upon by the City and the utility
companies involved, the sequence of installation of
r, underground utilities shall be as follows:
Sewer First
Electric (Primary) Second
Electric (Secondary) Third
Telephone Fourth (last if no power or TV)
T.V. Cable Fifth
Water Sixth
Gas Seventh
Traffic Engineering 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.
"Salvaging and Replacing Base" shall consist of removing the
existing base material where shown on plans, such temporary
storage as is necessary, and the replacement of this material
on the prepared roadbed as herein specified and in conformity
with the typical sections shown on plans and to the lines and
grades as established by the Engineer.
RNFRI _. Fro. 970 -
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
D-43
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.
The salvage material shall be in accordance with Section
D, Item 2 Earth Work.
ONNYORNZOSUFACORk�
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.
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
D-44
r
p,
material is deposited in the stockpile area, it shall be
worked into a neat compact stockpile.
r
9. TOLERANCE IN PAVEMENT THICKNESS
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.
rr When the measurement of any core is less than the specified
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 a core is
found which is not deficient. Areas found deficient in
thickness shall be removed and replaced with pavement of the
minimum thickness specified.
Cores shall be obtained at the discretion of the Engineer.
D-45
s
'r
14
a
MISCELLANEOUS SPECIFICATIONS
Any fencing that is determined by the City to be in the Right -
of -Way and needs to be removed as part of this project, shall
be designated by the Engineer and removed by the Contractor.
The fencing shall be replaced at the locations designated by
the Engineer, with a similar kind and style of fence, to the
same height as existing.
Any chain link fencing included in this project shall conform
to the requirements of Federal Specification RR-F-191 and
shall meet the requirements of Texas Department of
Transportation Standard Construction Specifications, Item 550,
"Chain Link Fence". Any wire fencing included in this project
shall conform to the requirements of Federal Specification RR-
F-191 and shall meet the requirements of Texas Department of
Transportation Standard Construction Specifications, Item 552,
"Wire Fence".
Any wooden fencing included in this project shall be built to
►" these specifications. The posts shall be pressure treated
wood of an appropriate size to carry the fencing attached to
it, or galvanized steel or aluminum pipe with ears attached to
�,.. connect the fence panels to. The posts shall be placed in
holes dug to at least 24" deep, with an appropriate diameter
for the post, with concrete placed around it up to just below
ground level. Metal posts shall be plugged at the bottom
prior to setting, to prevent the entrance of water or concrete
into the post.
(01*13 di
Any trees that are determined by the City to be in the Right -
of -Way and need to be removed as part of this project, shall
be designated by the Engineer and removed by the Contractor.
The tree shall be removed down to 12" (min.) below finished
ground level or below the level to which the street subgrade
and base will be laid. That includes digging out around the
tree, cutting off and cutting the tree into manageable pieces,
legal disposal and backfilling and compacting the soil to
appropriate level.
a-+
^` MS-1
t
CL
IL t
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
r.n 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
2.
the original total amount shown in the Agreement by more than twenty-
five percent (250).
Except for the purpose of affording protection against any emergency
endangering health, life, limb or property, the Contractor shall make
no change in the materials used or in the specified manner or
construction and/or installing the improvements or supply additional
labor, services or materials beyond that actually required for the
execution of the Contract, unless in pursuance of a written order
from the Local Public Agency authorizing the Contractor to proceed
with the change. No claim for an adjustment of the contract price
will be valid unless so ordered.
The Superintendent and/or his assistants shall not be allowed tc
serve two 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.
No work shall be allowed from November 1st through January 2nd unless
approved by the Engineer.
The construction covered by the contract documents shall be fully
completed within 100 working days from the Date to Start as shown on
the Notice to Proceed that the City of Lubbock gives to the
successful bidder.
4.MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain
detours and facilities for safe public travel. There shall be
maintained in passable condition such temporary roads and structures
as may be necessary to accommodate public travel. Temporary
SC-1
approaches and crossings of intersecting highways shall be provided
and maintained in a safe and passable condition by the Contractor at
his entire expense.
The safety of the public and the convenience of traffic shall be
regarded as of prime importance. It shall be the entire
responsibility of the Contractor to provide for ingress and egress to
private property. 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 the minimum interference with traffic. The Contractor
shall secure the Engineer's approval of his proposed plan of
operation, sequence of work and methods of providing for the safe
passage of traffic before it is placed into operation. If at any
time during construction the approved plan does not accomplish the
intended purpose, due to weather or other conditions affecting the
safe handling of traffic, the Contractor shall immediately make
necessary changes therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in
such manner and at such locations as not to interfere with the safe
passage of traffic. The Contractor shall provide and maintain
flagmen at such points and for such periods of time as may be
required to provide for the safety and convenience of, public travel
and Contractor's personnel, and as directed by the Engineer. Flagmen
shall be English speaking, courteous, well informed, physically and
mentally able to effectually perform their duties in safeguarding and
directing traffic and protecting the work, and shall be neatly
attired and groomed at all times when on duty. When directing,
flagmen 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.
6. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing,
installing, moving, replacing, maintaining, cleaning and removing
upon completion of work, all barricades, warning signs, barriers,
cones, lights, signals and other such type devices for handling
traffic control as indicated in the plans or as directed by the c_
Engineer. All barricades, warning signs, barriers, cones, lights,
signals and other such type devices shall conform to details shown on
the plans and as directed by the Texas Manual on UNIFORM TRAFFIC
CONTROL DEVICES for Streets and Highways.
The Contractor may provide special signs not covered by plans to
protect the. traveling public against special conditions or hazards, --
provided however, that such signs are first approved by the Engineer.
Upon completion of the work, all barricades, warning signs, barriers,
cones, lights, signals and other such type devices and evidence
thereof shall be removed by the Contractor.
PTA
7. PROSECUTION OF WORK
r•.
"j Not more than seven (7) calendar days shall elapse between the time
subgrade preparation is begun and the time of spreading and
compaction of the base.
4 At no time during the period of construction shall driveways and/or
alleys be left impassable between the night hours of 6:00 a.m. to
6:00 p.m., except during the construction of the curb and gutter for
which the driveways and/or alleys shall remain closed not more than
seven (7) days including four (4) days for curing.
The Contractor is responsible for communications with adjacent
property owners during construction that may limit or deny access to
their properties.
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 after he has received
r' 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
r., equipment. If repairs on any of the equipment are required when they
are returned by the Contractor due to misuse, freezing, vandalism or
other damage not the fault of the equipment, the Contractor securing
the permit will be billed for the repair. Should the meter, valve or
fittings be stolen, the Contractor securing the permit will be billed
�. for the replacement value.
If a connection is made on a faulty hydrant, the Contractor shall
make a report of the faulty hydrant to the Water Utility Meter and
Customer Service Department at 767-2588.
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.
p 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 in the vicinity of a fire hydrant be damaged during
the use of the fire hydrant, or if the pavement fails due to the use
SC-3
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 to
the satisfaction of the Engineer.
Meters shall be returned at the end of each project and the
Contractor will be billed for the water used. After the billing for
water consumption and meter and valve repairs have been paid, the
City of Lubbock Water Department will refund the balance of the
deposit, if any.
A. The Contractor shall need special permission to be permitted to
work on weekends or legal holidays and shall do no work on any
contract item before daylight or later than one hour after sundown,
except as directed and approved by the Engineer. No work shall be --
allowed between November 1 and January 2, unless approved by the
Engineer.
B. A 1:2 dilute emulsion treatment with MS-1 or SS-1 emulsified
asphalt at a rate of 0.10 gallon per square yard shall be
distributor -applied to the HMAC surface within ten (10) days of the
placement of the HMAC surface.
C. Temperature Reguirements: The temperature readings to be used shall
be as reported by the National Weather Service on an hourly report
[Telephone Number 762-0141].
1. HMAC — November l until April 1
a. The asphaltic mixture shall not be placed when the air
temperature is below 55°F and falling.
b. The asphaltic mixture may be placed when the air temperature
is above 50°F and rising.
2. HMAC - April 1 till November l
a. The asphaltic mixture shall not be placed when the air
temperature is below 50OF and falling.
b. The asphaltic mixture may be placed when the air temperature
is above 450F and rising.
3. Asphalt Stabilized Base
a. The asphaltic mixture shall not be placed when the air
temperature is below 45' F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 400 F and rising.
The Engineer may use his discretion to require a cover over the
asphaltic mixture when being hauled from the plant to the job
site.
D. Unless otherwise approved by the Engineer, the minimum temperature
of asphalt materials immediately after placement by the laydown
machine will be 3000 F for asphaltic concrete surface and 2750 F
for asphalt stabilized base. �-
SC-4
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
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 shall be required by the
Engineer, after which no additional aggregate shall be added to the
approved stockpile prior to entering the mixing plant.
H. During the period of construction the Contractor shall not use
private driveways for turning or parking his equipment. Any damage
to sidewalks, driveways, slabs or curb and gutter shall 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 sufficient equipment on the
site to start the construction, and at no time shall any section of
the closed area be left three (3) days without some type of work
being performed. If there is a shortage of equipment to work on
all areas of the closed section then the Contractor shall be
required to provide additional equipment.
J.It is the intent of these requirements to construct the
improvements listed in this contract with the least inconvenience
to the property owners and the traveling public. In the event
damage occurs to pavement in the area of a fire hydrant, which was
caused by the Contractor's employees negligence to shut off the
valve on the loading rack, it shall be the Contractor's
responsibility and expense to repair the paving and replace curb
and gutter if required by the Engineer.
K. Any damage to existing paving, curb & gutter or any other public
facilities shall be corrected to the Engineer's satisfaction at the
Contractor's expense.
L. All fees required for the disposal of any materials, equipment,
structures, etc., as part of this project, shall be paid for by the
Contractor.
of m e. •v
The Contractor shall familiarize himself with the existing
obstructions including sidewalks, trees, poles, etc., prior to
construction. It shall be the Contractor's responsibility to remove
these obstructions at the direction of the Engineer except that the
utility companies will move their equipment at no cost to the
t Contractor. The Contractor shall receive no compensation for delay
E caused by the Utility Companies in relocating or removing their
equipment.
SC-5
These requirements apply to this contract and all construction work
on all streets and alleys including new subdivisions, street and
alley use permits.
The Contractor shall bear the cost of all material tests on hot mix
design and concrete design. The City will bear the cost on tests
during construction such as density on caliche base, gradation on
concrete and paving aggregates and density and asphalt extraction
test on hot -mix and black base.
Before materials can be used on any street, current (not older than
30 days) test reports shall be submitted to the Engineer for
approval and test reports shall be required every 30 days before
this material can be used continuously on City streets. During the
construction period, tests that fail shall require re -testing by
the City lab at the Contractor's expense.
The Contractor or concrete supplier shall submit a mix design on
the crushed stone and gravel approximately (20) days before
beginning the concrete operation for approval by the Engineer.
Contractors or Concrete Suppliers that supply concrete for any
contract, new -subdivision, street or alley use permits will be
required to submit to the City Engineer a concrete mix design every
thirty (30) to 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 shall not be permitted to furnish
concrete for any project within the City of Lubbock until mix
design is received and approved.
The City of Lubbock Testing Laboratory shall make test cylinders
during the construction period. When test cylinders fail to meet
the required strength at the 7 or 28 day break, the concrete in
question shall be cored by the City of LubbockTesting Laboratory
within three days after the 7 or 28 day break. If the core samples
fail to meet the required strength, the concrete shall be rejected
and removed. The cost of coring on concrete that fails on the core
test shall 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 shall be permitted without
approval of the Engineer.
MW-9I-#
Certified mill test on each car or transport.
D. Asphalt
Certified Lab Test.
SC-6
E. Density Test
The City of Lubbock Testing Laboratory shall provide density tests
l;. on the base or subgrade. The City of Lubbock Lab shall be the
final authoritv on all tests.
a= • �V 0 Z,FAGO M��
The Contractor shall not award any work to any Subcontractor without
prior written approval of the Owner, which approval shall not be
given until the Contractor submits to the Owner a written statement
concerning the proposed award to the Subcontractor, which statement
shall contain such information as the Owner may require.
The Contractor shall be as fully responsible to the Owner for the
acts and omissions of his subcontractors, and of persons either
directly or indirectly employed by them, as he is for the acts and
omissions of persons directly employed by him.
The Contractor shall cause appropriate provisions to be inserted in
all subcontracts relative to the work to bind subcontractors to the
Contractor by the terms of the General Conditions and other contract
documents insofar as applicable to the work of subcontractors and to
give the Contractor the same power as regard terminating any
subcontract that the Owner may exercise over the Contractor under any
provision of the contract documents.
Nothing contained in this contract shall create any contractual
relation between any Subcontractor and the Owner and said
Subcontractor shall look exclusively to Contractor for any payments
due Subcontractor.
The Contractor's attention is directed to the fact that pipelines and
other underground installations as may be shown of the plans have
been taken from the best available information. There may be other
pipelines or installations. The Contractor shall save harmless the
City from any and all suits or claims resulting from damage by his
operations to any pipeline or underground installation.
It is the Contractor's
construction, to insure
construction have been
inches backfilled with
., require the Contractor
the individual utility
repairs.
responsibility, during the period of street
that all utility cuts in the limits of street
properly backfilled, compacted and the top 6"
3-sack concrete. It is not the intent to
to provide for the utility cut repair but for
company making the cut to provide their own
In the case of a City 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.
�LMA, '•l);
Construction work under this contract requiring an inspector shall
not be performed on weekends or holidays unless the following
conditions exist:
SC-7
A. The project being constructed is essential to the City of Lubbock's
ability to provide the necessary services to it's citizens.
B. 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 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 (3) 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.
INWIM-TWORS504-1
On or about the twenty-fifth day of each month, the Owner's
inspectors shall determine the quantities of work done as of that day
for the purposes of assembling an estimate of partial payment. The
Owner's Representative shall review said estimate of partial payment
and if found to be in order shall prepare a request for partial
payment. The estimate shall show, as completely as practical, the
total value of the work done by the Contractor up to and including
the day shown on the estimate.
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 speedily remedy defects due
thereto within 30 calendar days and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1)
year from date of final acceptance of the project. The Owner or the _
Owner's Representative shall give notice of observed defects with
reasonable promptness.
An extension of time will NOT be allowed on this project. The
project completion will be based on working days allowed instead of
calendar days allowed.
All 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
,..
Sundays, or designated City
other conditions not under t
the performance of the p:
continuous period of not le:
and 6:00 p.m. For every
holiday on which the Co
authorization to work, one <
r►
working time when weather c
work as delineated above.
except in cases of extreme
permission of the Engineer.
time shall be charged on the
a calendar day, not including Saturdays,
of Lubbock holidays, in which weather or
he control of the Contractor shall permit
rincipal unit of work underway for a
;s than seven (7) hours between 7:00 a.m.
Saturday or designated City of Lubbock
ntractor chooses and has the proper
lay shall be charged against the contract
onditions will permit seven (7) hours of
Work on Sunday shall not be permitted
emergency and then only with the written
If Sunday work is permitted, working
same basis as week days.
The Contractor shall complete the
days stated in these documents.
working days shall be considered
stated in the "Notice to Proceed".
work within the number of working
For the purpose of computation,
to begin with the effective date
The Engineer will furnish the Contractor a monthly statement showing
number of working days .charged during the month, total number of
working days allowed in contract, and the working days remaining
under contract. The Contractor will be allowed ten (10) days in
which to protest the correctness of the statement. This protest
shall be in writing, and shall show cause. Not filing a protest
within the allowed ten (10) days for any statement will indicate the
Contractor's approval of the time charges as shown on that time
statement and future consideration of that statement will not be
permitted. If the satisfactory completion of the contract shall
require unforeseen work or work and materials in greater amounts than
these set forth in the contract, then additional working days or
suspension of time charge will be allowed the Contractor equal to the
time which, in the opinion of the Engineer, the work as a whole is
delayed. If the Contractor fails to complete the contract in the
working days specified, the stated liquidated damages will be charged
for each working day thereafter.
Ms i
All salvaged material from this project shall be hauled, by the
Contractor, to City stockpile at 600 Municipal Drive, 84th and Avenue
`P' or 98th and Avenue `Q', as directed by the Engineer. There may
other locations around the City at which material may be needed, so
the Contractor will want to contact the Street Department numbers
below, ahead of time, before hauling, to see if a closer location
exists where the material can be stockpiled or used. All asphaltic
materials shall be broken into pieces not more than 2 inches (2") in
size. Any non -asphaltic material shall be kept separated from the
asphaltic materials and stockpiled separately. All asphalts and base
materials shall be cleaned of all dirt or other objectionable
material. Any excess subgrade material and/or topsoil, not used for
dressing, shall also be kept separate and stockpiled at one of the
above locations as directed by the Street Department. Contact:
Don Jennings 775-2600
Frank Kostelich 775-2597
Keith Baker 775-2358
Junior Mendez 775-2684 or 789-1190
w•
SC-9
No Text
N
1-
z
W
2
U)
z
-- - -- - --t __
Wawa"
D
o0
t_/V L� U
IF .I 1
----,r-,r-,ry:,r---ir---i Fm AT
�� ��JiJ�odoo
D -Jul
1L FIMIFTIL'I'i
l7C]f700J�7Cl�C�i��C�C�
MOODtF1
1G
=�
13311 �
Ul i Lif
Li 3A
CJ J6
vu I [� � El 3.
w
-
L
Mor,,_
W_ mic
kw'001111 l■I
III
m0000000000000.
C���DD���I�D���C��Cg,
IFF
F-W-D
r
liv
__!,::1LYzkML1[jL1H El LIL]
.Ulf
4 rum
w T_. IF
s
� o
t COVRTn WI. � (
el WAR o
i I
I)
1. all,
•°rI 6� LUBBOCK
r - COUNTRY
CLUB
� I
s I
T/w A-70
GMT Raour T � 6i.
■ vas s L t. � i� Ro �
26 A
10 A
ST.
a-T
A I R P O R T
a100
4300
-too
1 •100
Iwo
I�
1 swoo
Ili
woo
II
el SSW
elll 1200
loco
■ tow
a0
00
tT00
on
lI 1400
I, qoo
LL00
360'
z:
I
- 5 -■� C�Fv•T C Lei
T I,o .a = �7 = oo
.Ta■10110 ..
I ylNfTT
x�_J s [ ■ ■Ict ■ SCM00L
Q oua_ ■.� .T
1 .JOP 289 Ni71T.EAST
J R � • i
.° a .• 2" R TYPE pa p Q • �N
_ 3" R a v
Down curb section. 6
•p•
i 2" ��. ISO
91t,16"
. r531, -
1",
° 2" R
TYPE "B"
3" R
IDown curb section. 6" • V , p , v
.o.p•v
9 11,16"*' 20 6116"
NOTE: Contractor may use either of the above sections.
1, \N
TYPE "C"
9 I1�16"
� v V aoV
i2" 6"
Q o V 3"
: 13N
rn
t 9 I1i16" �� 20 A-16"
NOTE: Reinforced gutter.section will be constructed with three No. 3 bars running the entire length of
1{ the driveway section and the three horizontal bars will be supported with chairs. on a spacing
to give accurate placement.
., TYPICAL 30" CURB AND GUTTER SECTIONS
M.E.W. 7/14/97 FILE NO. 2-A-57 (B )
11L
L
STRIP PAVING
2' 24' TYP. 2'
1-1/20 H.M.A.C. surface. 4" Crown
-------- 12" Typ.
•� 6" Callche base compacted to 100% S.P.D. •dW
Subprade compacted to 95% S.P.D.
RESIDENTIAL / COLLECTOR
WIDTH VARIE
6"
1-1/2" H.M.A.C. surface. --,
6" Caliche base.
TYPE T-1 / T-2 THOROUGHFARES
WIDTH VARIES
6"
1-1/2` H.M.A.C. surface.---1
" Asphalt stabilized base.
6"�
12l51e
TYPICAL ASPHALT STREET CROSS -SECTIONS
M.E.M. 5/21 ne
No Sao Ie
2-B-218
LVL ,.
TYPICAL ALLEY RETURN
Height of curb at
NOTE: Curb and gutter. fillets and slab to be poured together. this point is 6'.
i'. 6' Concrete slab with
6x6 10/10 wire mesh v'�',
a'
•:► or fiber reinforcement. ;CEELT-
e'
•.►•°
3�4 BTtuminous
premolded Exp.
-25
Joint.
W
aCurb height trcnattlons
c Dummy contraction Joints. from 6' at street to 0'
at this point.
--- _ ----- ---� T/JJJ�JJJ/�!!i:%���
Sidewalk — Slope I•� �� NOTE: This point of alley return
3' to be at same elevation as tap of
w 1' per ft. 6, B ♦ 1. curb on high side E.R. at street.
2.5' 2.5' 10' 2.5' 2.5'
\ 0.20' INVERT B
\ Property Line y
PLAN YIEW
OR
Scale: 1' - 5'
6x6 10/10 Ire mesh
or fiber reinforcemenTO BE USEO WHENALLEY R.O.M. WIDTH
is 151.
Dummy contra�tlon Joint
IS 2.5' • 2.5'
5' 10' 5'
X
1
as
SECTION A -A
No Scale
6x6 10/10 +tire mesh -
or fiber reinforcement.
No. 6 rebor spaced 6' from edge of
s 1 cb and 11,e from bottom of slab.
t
SECTION B-B
3�
No Scale NOIEI CONSTRUCTION OF THIS rVK 15 ALUMM ONLY OHM TIE EXISTING
I,, R
ALLEY POMM, ALLET PAVING OR STREET GUMM IS IN GOOD
CONDITION AND PLADE AND ALIGNiJR ARE SATISFACTORY.
Z•—
0VE
C WY SR0JOINT
— .,
^
•'►.e
CONCRETE ALLEY S_
JLAB.
>
EXISTING ALLEY RETURN. ALLEY 6x6 10/10 •Ire neeh N
'•:►.e
1
i_
PAVING OR STREET GUTTER. �er en fiber reinforcement.
6
6x6 10/10 wire nosh
Z
or f 1 ber re i Maroemen+.
, • — Ta' ; �. 1 •
��_i�J•__!
s"---e•1 • e +
v
TRANSVERSE DUMMY GROOVE
.Lr
CONTRACTION JOINT
No Scale
OL
...
I Required at 001d WMS and
every 13 fee+ of paving.)
er
Note:
All concrete shorn to be 3.000 P.S•i. at T days. (Class E) M
C5%
Air t 1 1/2%. 5.5 sack/C.Y. (Min.). "� Q
5.5 Col./C.Y. (Max. Water). 3' Slump (Max.)
N
P1%
M.E.M. T/14/9T
6x6 - 10/10 Mire mesh centered in
slab or fiber reinforcement.
NOTE: Concrete used for
construction shall tei
RESIDENTIAL - (Type - E)
3.000 L.B. - 7 Day
THOROl1GHFARE 6 COLLECTOR (Type - C)
3.600 L.B. - 28 Day
DEPTH: 6'- Residential St's.
B'- Collectors 6 Thoroughfares
ia=CZMEIF"I�
Contacted Base.
-- ---------�T
SECTION A -A
�_ 30
- �— -- — -- -1al
�- 2.5' 2.5'-+�
NOTE: 2.000 L.B. - 7 Day Concrete shall be
used to replace base material removed.
PLAN VIEW
SCALE: I'-10'
6x6 - 10/10 Mire mesh centered in
-slab if used.
2.000 L.B. - 7 Day Concrete.
�1-1/2 =
CONCRETE VALLEY GUTTER DETAIL
M.E.W. 7/16/97 PLATE NO. 10 2-A-99 ( A ) LA 7
i
FOUR FOOT SIDEWALK ALONG PROPERTY LINE
A A
i II Proper Ty Line i
uc-< slobe L. •° 77 'c' ,' I
tram P.�'�� D@r 1' °• > ' ° !
€ ' �° 4' sidewalk �� 1
P m G !+
0
Expansion joints. \ •,E..pCnsiCn joints spaced 36maX.^
aionng sidewalk run. i
v i a
_ FIRE HYDRANT. POWER POLE.
MIDST HAVE EXPANSION JOINT a
B NOTE: Maintain constant ENCLOSED IN CONCRETE.
-1 putter flowline.
IND SCALE) NOTE: All expansion joints NO'c: See Other plates for
to be 3q" thiCk. curb ramp detcl ls.
f`
SECTION A -A
E<pOnsion joint., Contracti_n markings ''3 way.
f. through ciao CT 4' intervals. I
f
4" min. T^:ckness
i
o
(I SECTIONS B-B
(RESIDENTIAL)
i II!•--- S' Min.
• 'varlaole, - 5idewa I .`
Curb remavea. -
I
°• ° I \ . \
'.. i °'•s.a 4" min. thickness.
(BUSINESS)
'urb and putter Completely
removed and construct
...nnercJal Driveway Cutter.
( .:s Shown on Plate No. 4.
-e i nforCed gutter seCti,- to
f je De.ay. separate iron
1�,J13 veway.
roll Ii �(. E.'N.
i
{'
IL
3' Min. �a
,'Or iab le Sidewalk
i
NOTE: 6" min. thic), eS= an ./ Inner curb
remnercial Jr;%%way as reauirea.
and _;dewalk a. crlveway.
6:6 'WIC wire mesh
centerea to slab. '
!.ATE: See ba ,e, ._ . r -. T t ' .. _ .
2-A-039
A
�o
DUMP GROOVE •IOIMES
i1 EACH SIDE OF RAW.
TOP OF CURII N
i .� a•
MAINTAIN GUTTER
PLAIN 31+ EXPANSION JOINT
IFULL DEPTH) LOCATED AS
SHOWN.
CURB TO RAMP DOWN
IN 6' ON BOTH SIDES.
ROLLER 'JITTERBUG' FINISH ON
CENTER 3' RAMP PORTION.
A
�-- 6' -----+ i• 3' Min, -• ! 4 --- - 6'--�+�
SAME NOTES APPLY AS
STRAIGHT C. & G. RADIUS PLAN VIEW AT
LEFT.
4i TOOL
THE ENTIRE SURFACE OF THE RAMP SECTION
8' 3. s'�
SHALL BE PAINTED WITH A DURABLE YELLOW
r-
•._
PAINT APPROVED BY THE CITY ENGINEER.
T.O.C.
T•.t.t
Ti12 SLOPE
RAMPS SHALL BE CENTERED IN C.& G. RADIUS
FLOWLIIIE
TO THE MAXIMUM EXTENT PRACTICABLE.
IN
RADIUS
1 3' Min,
4'-6' Min.
i.�.!�,•v.
ate.
,
N1N11AW FINiSNED
'
THICKNESS - ♦'
SECTION
A -A
TYPICAL HANDICAP RAMP PLAN WHERE NO SIDEWALK EXISTS BEHIND CURB
Lai
The unit price or lump sum bid on each item, as stated in the
proposal, shall include furnishing all labor, superintendence,
machinery, equipment and materials, except materials specified to
be furnished by others, necessary or incidental to complete the
various items or work in accordance with the plans and
specifications. Cost of work or materials shown on, or which can
be reasonably inferred from the plans or the intent thereof, or
called for in the specifications and on which no separate payment
is made shall be included in the bid priced on the various pay
items. The bid items listed on the proposal will be the only pay
items on this project, unless the contract documents are revised by
addendum or change order. The quantities in the proposal are
estimates only and are used to evaluate bids. All quantities for
payment shall be determined by the City.
Measurement shall be made of the actual paved area removed and
shall be paid for at the unit price bid per square yard of removal.
The City's representative will determine the limits of all paved
areas to be removed prior to removal, and it shall be the
Contractor's responsibility to notify the City of planned removals
in order for said limits to be established. The unit price bid
shall be full compensation for scarifying, removing, windrowing or
stockpiling; for preparing the stockpile area; for hauling of
salvaged material to stockpile location shown on the plans; for
spreading, blading, shaping and finishing this stockpile; and for
all manipulations, labor, tools, equipment and incidentals
necessary to complete the work.
2. REMOVAL AND LEGAL DISPOSAL OF EXISTING CONCRETE SLAB
Measurement of all concrete slabs shall be made prior to removal
and the actual amount removed shall be determined in square yards.
It shall be the Contractor's responsibility to notify the City's
r' representative prior to removal to enable measurement to be made.
The unit price bid per square yard shall be full compensation for
all labor and equipment required for concrete removal, loading,
r hauling and disposal at a suitable site for disposal of waste
I material not objectionable to the public.
3. REMOVAL AND STOCKPILING OF EXISTING ASPHALT DRIVEWAYS
G Measurement shall be made of the actual paved area removed and
shall be paid for at the unit price bid per square yard of removal.
The City's representative will determine the limits of all paved
areas to be removed prior to removal, and it shall be the
Contractor's responsibility to notify the City of planned removals
�• in order for said limits to be established. The unit price bid
t shall be full compensation for scarifying, removing, windrowing or
�^ MP-1
stockpiling; for preparing the stockpile area; for hauling of
salvaged material to stockpile location shown on the plans; for
spreading, blading, shaping and finishing this stockpile; and for
all manipulations, labor, tools, equipment and incidentals
necessary to complete the work.
4.
Measurement of the concrete curb and gutter to be.removed shall be
made prior to removal and the actual amount shall be determined in
linear feet, and will be paid for at the unit price bid per linear
foot of removal and disposal. It shall be the Contractor's
responsibility to notify the City's representative prior to removal
to enable measurements to be made. The unit price shall be full
compensation for all curb and gutter removal, loading, hauling and
disposal of curb and gutter at a suitable site for disposal of
waste material not objectionable to the public.
Measurement will be made along the face of the curb for the actual
length of concrete curb and gutter, sawtooth curb and gutter or
concrete gutter constructed and will be paid for at the unit price
bid for concrete curb and gutter or concrete gutter. The unit
price bid shall be full compensation for all subgrade preparation
under the curb and gutter or gutter including all excavation or
placement of fill, blading, tamping, wetting, rolling, loading,
hauling and stockpiling all excess excavated material, removing and
disposing of all obstructions noted on the plans or as become
necessary; and for furnishing and placing all materials, including
premolded expansion joint material, reinforcement, curing compound
and for all manipulations, labor, tools, equipment and incidentals
necessary to the completion of the work as herein specified.
Measurement shall be made of the actual area and shall be paid for
at the unit price per square yard of 6" (minimum thickness)
compacted caliche base. This unit price shall be full compensation
for all work, including site clearance and subgrade preparation,
all excavation or placement of fill, compacting, blading, wetting
and rolling, loading, hauling and stockpiling all excess subgrade
material, removing and disposing of all obstructions as become
necessary and for furnishing and placing caliche base materials and
all manipulations, labor, tools, equipment, traffic provisions,
barricades and flagmen and other incidentals necessary to complete
the work, as herein specified.
VAMIRDIS,lu
Measurement shall be made of the actual area and shall be paid for
at the unit price per square yard of paving. This unit price shall
be full compensation for all work, including laying 1-1/2" minimum
compacted thickness Type `D' Hot -Mix Asphaltic Concrete pavement,
MP-2
r
i
including 3t latex polymer (SBR) and 116 hydrated lime, prime and
tack coats, a 1:2 dilute emulsion at the rate of 0.10 gallon per
square yard on the finished asphalt surface, including hauling and
delivering to the street, spreading, blading, mixing, sprinkling,
compacting, rolling, hauling and placing all materials and all
manipulations, labor, tools, equipment, traffic provisions,
barricades and flagmen and other incidentals necessary to complete
the work, as herein specified.
MEN =10
�; ►
Measurement will be made of the actual slab area constructed, with
a reduction made for the area comprised by a strip around the
curbed radius portions of all fillets or across the front of the
return, which will be measured and paid for separately as "Concrete
(� Curb and Gutter or Concrete Gutter The resulting slab area will
be paid for at the unit price bid per square yard. This unit price
shall be full compensation for subgrade preparation including all
excavation or fill, blading, wetting and rolling, loading, hauling
and stockpiling all excess excavated material, removing and
disposing of all obstructions noted on the plans or as may become
necessary; and for furnishing and placing all materials (including
curing compound), all manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
UNNEVIEFSTON160142VO
The area of concrete slab as sidewalk, off-street residential
driveway or other will be determined by measurement of the concrete
slab areas (straight or curved) constructed. Payment shall be made
for the actual area of concrete slab (straight or curved)
constructed at the unit price bid per square yard. The unit price
bid shall be full compensation for subgrade preparation including
all excavation or fill, blading, wetting and rolling, loading,
hauling and stockpiling all excess excavated material, removing and
disposing of all obstructions noted on the plans or as may become
necessary; and for furnishing and placing all materials (including
curing compound), all manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
r- The area of concrete handicap ramps will be determined by
measurement of the handicap slab areas constructed. Payment shall
be made for the actual area of concrete handicap ramp constructed
at the unit price bid per square yard. The unit price shall.be
full compensation for subgrade preparation including all excavation
or fill, blading, wetting and rolling, loading, hauling and
stockpiling all excess excavated material, removing and disposing
of all obstructions noted on the plans or as may become necessary;
texturing and for furnishing and placing all materials, including
curing compound and painting, all manipulations, labor, tools,
equipment and incidentals necessary to complete the work.
71
MP-3
11.
Measurement will be made of the actual linear feet of ditch
constructed and will be paid for at the unit price for "Ditch".
This unit price shall be full compensation for all work as shown,
specified or directed including all excavation or supplying,
placement and compaction of fill,, blading, tamping, wetting,
rolling, loading, hauling and wasting all excess excavated
material, removing and disposing of all obstruction noted on the
plans or as become necessary, and for all manipulation, labor,
tools, equipment, traffic provisions, barricades and flagmen and
other incidentals necessary to complete the work, as herein
specified.
12. PAVING REPAIR
Measurements shall be made of the actual area and shall be paid for
at the unit price bid per square yard of paving repair. This unit
price shall be full compensation for all work, including subgrade
preparation, all excavation or placement of fill, compacting,
blading, wetting and rolling, loading, hauling and wasting all
excess subgrade material, removing and disposing of all
obstructions as become necessary and for furnishing and placing 6"
minimum thickness of compacted caliche base or concrete, 1-1/2"
minimum compacted thickness of Type `D' Hot Mix Asphaltic Concrete,
including 3% latex polymer (SBR) and 1% hydrated lime, a prime and
tack coat, a 1:2 dilute emulsion at the rate of 0.10 gallons per
square yard on the finished asphalt surface, including hauling and
delivering to the street, spreading, blading, mixing, sprinkling,
compacting, rolling, hauling and placing all materials.and all
manipulations, labor, tools, equipment, traffic provisions,
barricades and flagmen and other incidentals necessary to complete
the work, as herein specified.
This item is to be utilized for backfill in soft areas or subgrade
in close proximity to utility lines, manholes, valve boxes, etc.,
or as directed or approved by the Engineer. It is not intended to
be utilized as backfill for storm sewer pipe, inlet boxes or
anything of like or similar nature. Payment shall be made at the
unit price bid per cubic yard and shall include all materials,
mixing, hauling, placing, cleaning and all manipulations, labor,
equipment, appliances, tools and incidentals necessary to complete
the work.
Any fencing that is determined by the City to be in the right-of-
way and needs to be removed as part of this project, shall be
designated by the Engineer and removed by the Contractor. The
fencing shall be replaced at the locations designated by the
Engineer, with a similar kind and style of fence, to the same
height as existing.
MP-4
r-•
i
4
Any chain link fencing included in this project shall conform to
the requirements of Federal Specification RR-F-191 and shall meet
the requirements of Texas Department of Transportation Standard
Construction Specifications, Item 550, "Chain Link Fence". Any
wire fencing included in this project shall conform to the
requirements of Federal Specification RR-F-191 and shall meet the
requirements of Texas Department of Transportation Standard
Construction Specifications, Item 552, "Wire Fence".
Any wooden fencing included in this project shall be built to these
specifications. The posts shall be pressure treated wood of an
appropriate size to carry the fencing attached to it, or galvanized
PO steel or aluminum pipe with ears attached to connect the fence
panels to. The posts shall be placed in holes dug to at least 24"
deep, with an appropriate diameter for the post, with concrete
placed around it up to just below ground level. Metal posts shall
be plugged at the bottom prior to setting, to prevent the entrance
of water or concrete into the post.
,. A- 2.
r
Any trees that are determined by the City to be in the Right -of -Way
and need to be removed as part of this project, shall be designated
by the Engineer and removed by the Contractor.
The tree shall be removed down to 12" (min.) below finished ground
level or below the level to which the street subgrade and base will
be laid. That includes digging out around the tree, cutting off
and cutting the tree into manageable pieces, legal disposal and
backfilling and compacting the soil to appropriate level.
MP-5