HomeMy WebLinkAboutResolution - 5997 - Contract - Birchwood Construction Inc.- Park Drainage Improvements - 09/10/1998Resolution No. 5997
Item No. 28
September 10, 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 Birchwood
Construction, Inc. of Lubbock, TX to install and furnish all materials and services as bid
for the Park Drainage Improvements. 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 loth day of September '1998.
A EST:
Ka a arnell, City Secretary
APPROVED AS TO CONTENT:
V�� Ko��
Victor Kilm , Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Competition and Contracts Manager
WdAk/Birchwood Constr.res.doc
September 1, 1998
CITY OF LUBBOCK
SPECIFICATIONS FOR
82ND STREET, KINGS PARK AND
CASEY PARK DRAINAGE IMPROVEMENTS
BID #98170
1 T Y O
ll 11
c
sqq 4
CITY OF LUBBOCK
Lubbock, Texas
r
P.O. Box 2000
Lubbock. Texas 79457
(806) 775-2167 • Fax (806) 775-2164
ITB #98170, Addendum #1
ADDENDUM 0
ITB #98170
82nd Street, Kings Park and Casey
Park Drainage Improvements
MAILED TO VENDOR: August 11, 1998
Office of
Purchasing
CLOSE DATE: August 18, 1998 @ 2:00 P.M.
The following items take precedence over specifications for the above named Request for Proposals
(ITB). Where any item called for in the ITB documents is supplemented here, the original requirements,
not affected by this addendum, shall remain in effect.
1. Under the SPECIAL CONDITIONS, Page 8 (SC -8), Item #10., RESTRICTIONS AND
REQUIREMENTS FOR CONSTRUCTION, Item C, is changed to read as follows:
"AII contract work across and in 82nd Street must be completed by November 15, 1998."
2. The Traffic plan will continue to request a continuous left turn land during construction on 82"d Street.
Left tum lanes going north in the construction area may be suspended provided that Winston Avenue
and Vinton Avenue are not closed at the same time.
3. The following process shall be used when tying in to the existing drainage slab at Casey Park:
#5 deformed dowels 12" long and placed 18" O.C. (a total of 3 dowels per slab).
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
Or Email to:
Laura Ritchie, Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2164
LR!tchie@mall.ci.lubbock.tx.us
THANK YOU,
�CL�GuQL
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
98170ad t .doe
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: 82ND STREET, KINGS PARK AND CASEY PARK DRAINAGE IMPROVEMENTS
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 98170
PROJECT NUMBER: 9288.9240
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
t"w 1
i
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
r
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
t"w 1
i
No Text
NOTICE TO BIDDERS
�. BID #98170
Sealed bids addressed to Victor Kilman, PurchasingManager g City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 18th day of August 1998, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"82ND STREET, KINGS PARK AND CASEY PARK DRAINAGE IMPROVEMENTS"
After the expiration of the time and date above first written, said sealed bids will be opened in the office. of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for
�^ the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 10th 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 6th
day of August, at 9:00 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
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-
2281 at least 48 hours in advance of the meeting.
CITY OF UBBOC
VICTOR KILMAN
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
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 82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS.
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.
f
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
f
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.
1
a
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.
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.
2
f`
9 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
I""' 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.
I 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
E 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
r 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
Cthe 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
I or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or
corporations engaged in similar type of construction activity.
r� Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it
shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in
proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given
sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor
shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall
be carried with an insurance company authorized to transact business in the State of Texas and shall cover all
operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate
policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each
and all coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in these contract documents. The wage rate which must be paid on this project shall not be less than specified in
the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further
directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the
wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of
general prevailing rate of per diem wages in these contract documents does not release the Contractor from
compliance with any wage law that may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service
to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
4
r,
r.
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,
P"' regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life.
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
F— 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,
j 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.
i
" 20. PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
r 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
4
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled
in and the bidder shall state the price both in words and numerals, for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or
typewritten. In case of discrepancy between the price written in words and the price written in figures, the price
written in words shall govern. 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.
r*
i
f
F
22. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
6
No Text
BID SUBMITTAL
UNIT PRICE BID CONTRACT
PLACE: 'uoe Ik
DATE:y u 6A-- 15s?
•. PROJECT NUMBER: #98170 - 82ND STREET, KINGS PARK AND CASEY PARK DRAINAGE IMPROVEMENTS
L Bid of�c'�wo� L.u�s�-�uc-�io� =iyc (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a 7*— 999700 Ez LJC S-A-cl�
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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set
forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract
documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
bidding. Bidder understands that the Owner, reserves the right to reject any or all bids and to waive any formality in the
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
mmence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
hich he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
73rtified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
,Without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of
the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within
71,n) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Curti i Check for
LnIlars ($ ) or a Bid Bond in the sum of f
Lich it is agreed shall be collected and retained by the caner as liquidated damages in the event the bid is accepted by
ne Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
7 bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
cuments made available to him for his inspection in accordance with the Notice to Bidders.
S
Authnature ,
(Printed or Typed Name)
Compa
AD a
AdZr� /�� G
Cit
xa 0 County3 38
State Zip Code
Telephone: -el
Fax: SO(. -
,Zeal if Bidder is a Corporation)
f -TES
3 cretary
Wider acknowledges receipt of the following addenda:
Addenda No. Date o us{- 14"
denda No. Date
denda No. Date
k idenda No. Date
2
t
r
LIST OF SUBCONTRACTORS
Minority Owned
C / Yes No
r
7 EXHIBIT "A"
82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS
ESTIMATED TOTAL
�4TENI QUANTITIES UNIT AMOUNT
NO. AND UNITS ITEM DESCRIPTION PRICE BID
82ND STREET DRAINAGE
IMPROVEMENTS
310 Concrete curb and gutter removal and disposal,
Lin. Ft. complete per lin. ft.
SERVICES:t� 1 �l G J01 5 � ($ 5.�� ) ($ �D S•
MATERIALS: o)
TOTAL: i'1t� G �0�15 /Jab ($ � ) ($ ��%�+ )
6 610 Concrete slab removal and disposal, complete per
Sq. Yds. sq. yd.
SERVICES: 1 T`tGeeJ �Al �,"-JOIIC21— ($% � (s '/.?Zs, �
MATERIALS:
TOTAL: S-1 GGn� � N� /bZ ($ 457�—) ($ / T
310 Standard City of Lubbock thirty inch (30") concrete
Lin. Ft. curb and gutter, including all subgrade preparation
and earthwork, reinforcing and jointing, installed
complete per lin.ft.
SERVICES: �>t,UC/YT �l�s N ($
MATERIALS: pl o7 c G016 ($
TOTAL: T (,��L I�/� GO1�3N / ($ l z �D ) ($
r
C
82nd Street. Kings Park and Casey Park Drainage Improvements
Paee
ESTIMATED
TOTALITEM QUANTITIES UNIT AMOUNT
NO. AND UNITS ITEM DESCRIPTION PRICE BID
1
350 Four inch (4") concrete flatwork reinforced with
Sq. Yds. 6" x 6" W 1.4 x W 1.4 (10 gauge) welded wire
mesh on a one inch (1") sand cushion, including a
smooth/brushed finish, including all necessary
earthwork and subgrade preparation, installed
complete per sq. yd.
/ . // '' Ll
SERVICES: 4tiI/TCC-a JcII5 f CJD ($
MATERIALS: - &77 d'C' I (-.- I A-"IXIOZ� ($ O, ($
TOTAL: rcc a.,.c� ��— ($ Z3•"-0) ($ g05 -0,-r
5. 180 Four inch (4") concrete flatwork reinforced with 6'
Sq. Yds. x 6" W 1.4 x W 1.4 (10 gauge) welded wire mesh
on a one inch (1") sand cushion, including exposed
aggregate finish, including all necessary earthwork
and subgrade preparation, installed complete per sq.
yd.
SERVICES: T'1 4Ll ��>/S N�� ($ %S, 4n ) ($ �7�. `9
MATERIALS: 4L'ocloe- G'Ot/�S ��ao ($ (.0-e?
TOTAL: 11W -6A>
-✓ St rJ+✓h � ��� ($ Z% av ) ($
6. 150 Six inch (6") concrete flatwork reinforced with
Sq. Yds. 6" x 6" W 2.9 x W 2.9 (6 gauge) welded wire mesh
on a one inch (1") sand cushion, including all
necessary earthwork and subgrade preparation,
installed complete per sq. yd.
SERVICES: SI�C�ctN0115N/Qa ($) ($ZyliO,
MATERIALS: - -}--b Gt*./o <lS //°� �— ($ �7� ) ($ ZI00'e )
TOTAL: Tr Li G�s5 �N iQa-�" ($36.`1 ) ($vs—oa'`3
` o2nd Street, Kings Park and Casey Park Drainage Improvements
Page 3
v
ESTIMATED TOTAL
TEAL QUANTITIES UNIT AMOUNT
NO. AND UNITS ITEM DESCRIPTION PRICE BID
7. 100 Sawing of concrete slabs behind the curb and gutter
Lin. Ft. to include sealing joints with W. R. Meadows "Sof-
ti
Seal" or equivalent, complete per lin. ft.
SERVICES: ctk ou-5 f `�c� — ($ �'� ) ($
MATERIALS: d N t— CL ` a.r• 5 A a -b ($ J ) (s/,"0, `?
TOTAL: 010 6�a.r5 f aa ($ 7 a'a ) ($ y00. T
350 Sawing of construction and contraction joints in
Lin. Ft. eight inch (8") reinforced concrete pavement to
include sealing joints with W.R. Meadows"Sof-
Seal" or equivalent, complete per lin. ft.
SERVICES: G� � 6I S 57��! ($ Z ) ($ 8
MATERIALS: ($ T
70
TOTAL: 61)r �S t �"�— ($ o ) ($ 700, T
275 Eight inch (8") reinforced concrete pavement
Sq. Yds. including all flexible pavement removal, subgrade
preparation and earthwork and reinforcing, installed
complete per sq. yd.
SERVICES:, �-41 TGA .v0a� ($ 3Z�d ) ($ 88ao-
MATERIALS: ��j fi,r,�,,c� �� ��i�r--- ($ ) ($ M0,
TOTAL:
POO
I.
7.,2nd Street. Kings Park and Casey Park Drainage Improvements
Pace 4
r�
ESTIMATED TOTAL
TEM QUANTITIES UNIT A1fOUNT
NO. AND UNITS ITEM DESCRIPTION PRICE BID
60 Asphalt paving, to include one and one-half inch
Sq. Yds. (1'/2") hot mix asphaltic concrete, type "C", with
three percent (3%) latex polymer (SBR) and one
percent (1%) hydrated lime, 3 -sack cement
stabilized caliche base, tack coat, prime coat,
emulsion and all necessary earthwork and subgrade
preparation, complete per sq. yd.
,.t a
SERVICES: St utin. Z'
MATERIALS:
TOTAL: I r
0
165 Asphalt paving, to include one and one-half inch
Sq. Yds. (1'/2") hot mix asphaltic concrete, type "C", with
three percent (3%) latex polymer (SBR) and one
percent (1%) hydrated lime, six inch (6") caliche
base, tack coat, prime coat, emulsion and all
necessary earthwork and subgrade preparation,
complete per sq. yd.
SERVICES: �r�•�--� �Ia��� f a/cz, —
MATERIALS:
TOTAL:
f ��
90 Asphalt pavement surface repair to consist of hot
Sq. Yds. mix asphaltic surface removal and hot mix asphaltic
concrete surface, type "C" with three percent (3%)
latex polymer (SBR) and one percent (1%) hydrated
lime to match existing grade, tack coat, prime coat,
emulsion, complete per sq. yd.
SERVICES:
MATERIALS:
TOTAL:
($ '?d* > ($ `iZ°a r
($td a=) (S3600'1!
($ $ Z00.
($3�i ($.�
($ es- `'-o ) ($ 27570'r
($ _?35-0.
($>
A
a?nd Street. Kings Park and Casey Park Drainage Improvements
Page 5
i
ESTIMATED
TOTAL
TEM QUANTITIES
UNIT AMOUNT
NO. AND UNITS
ITEM DESCRIPTION PRICE BID
13. 1310
Trenching, supplying, laying and backfilling twenty
i' Lin. Ft.
four inch (24') Class III reinforced concrete storm
sewer pipe, 0' to 6' cut to pipe flow line installed
complete per lin. ft.
SERVICES:
MATERIALS:
TOTAL:
Cos
($ ZSR )
100 Trenching, supplying, laying and backfilling twenty
Lin. Ft. four inch (24") Class III reinforced concrete storm
sewer pipe, 6' to 8' cut to pipe flowline, installed
complete per lin. ft.
SERVICES:
MATERIALS:
TOTAL: ►wL
�5. 60 Trenching, supplying, laying and backfilling twenty
Lin. Ft. four inch (24") Class IV reinforced concrete storm
t sewer pipe, 0' to 4' cut to pipe flowline, installed
complete per lin. ft.
($q66 --CP
($ I L - ) (0600-',T
($ 9. `R' ) ($ Z9oo'
($ -($ `iSoo, T
SERVICES:o
MATERIALS: �' � ok1y f NSI.,. ($ Z
TOTAL: 665 �� ($ 7�• 6 )
($/70."9
92nd Street. Dings Park and Casey Park Drainage Improvements
Page 6
1
ESTIMATED TOTAL
ITEM QUANTITIES UNIT AMOUNT
`O. AND UNITS ITEM DESCRIPTION PRICE BID
k
16.
30
Lin. Ft.
SERVICES:
t
MATERIALS
�.
I
TOTAL:
17.
2
i
Each
SERVICES:
MATERIALS
k
TOTAL:
r18.
I
Each
SERVICES:
MATERIALS
r
r "
TOTAU
9. 1
Each
r
i
SERVICES:
MATERIALS:
TOTAL:
Trenching, supplying, laying and backfilling twenty
four inch (24") Class IV reinforced concrete storm
sewer pipe, 4' to 6' cut to pipe flow line, installed
complete per lin. ft.
($ 3y ) ($ )Ozo,Cq
($ `_) ($ 1620, =
Reinforced concrete storm sewer curb inlet boxes
with curb openings as detailed, four feet (4') long
curb opening, installed complete per each.
alfb� 44 ($ S�0.T
ate.. 'V a ao ($Opon— ($ 8C00•6�
Reinforced concrete storm sewer curb inlet boxes
with curb openings as detailed, six feet (6') long
curb opening, installed complete per each.
Zsaa ` ($ ZSW
�} ($ Lam, e)
TxDOT type "B" reinforced concrete headwall for
twenty four inch (24") reinforced concrete storm
sewer pipe, installed complete per each..
($ /5bo-n
($ /0'00"W)
($/S 1) Ea"-' )
($ AOdd. 60
($ ZS"W•
A
a2nd Street, Kings Park and Casey Park Drainage Improvements
Page 7
1
ESTIMATED TOTAL
STEM QUANTITIES UNIT AMOUNT
NO. AND UNITS ITEM DESCRIPTION PRICE BID
20 3 sack cement stabilized backfill as detailed,
Cu. Yds. installed complete per cu. yd.
SERVICES: t
MATERIALS: �tsj- 5 �` //aa
($��cs`—')
($)
TOTAL:
($ 0 ,'!P
($ Z
Lump Furnish and install painted traffic markings
Sum to match existing markings, four inch (4") wide lines,
complete per lump sum.
SERVICES:6:K�b5 —/ca — ($ w'e' ($ CXR.
MATERIALS: �C� ;� AJOIa
TOTAL: ;0'L=U cw k S ��aa ($ SZ�, a ($ SSo(aq-' )
rte+
_2. Lump Sum Install and maintain traffic control and detour plan
as approved by City Traffic Engineer, complete per
r_
lump sum.
Yn n.113
SERVICES:
MATERIALS: • O
%711
TOTAL: �,o .e
! .3. 1500 Trench safety as specified, complete per lin. ft.
Lin. Ft.
SERVICES:
MATERIALS:
TOTAL:1
PW
t
($ �j% ) ($S Z 5-0-T
y—a
($S2sn--
i
82nd Street, Kings Park and Casey Park Drainage Improvements
Page 8
J
ESTIMATED TOTAL
ITEM QUANTITIES UNIT AMOUNT
NO. AND UNITS ITEXI DESCRIPTION PRICE BID
KINGS PARK DRAINAGE IMPROVEMENTS
r-
t 24.
100
Four inch (4") concrete riprap reinforced with
Sq. Yds.
6" x 6" W 1.4 x W 1.4 (10 gauge) welded wire mesh
.-�
on a one inch (1") sand cushion, including all
necessary jointing, earthwork and subgrade
preparation, installed complete per sq. yd.
SERVICES:
A—e/Y1 �p„ � ---
($ 0 )
($ J000,1141
MATERIALS:
-,���<-r��5 �� �'—
($ %3•�)
($ 1300.
TOTAL:
«t QD "'_
($ Z_ 3.
I'
25.
565.
Six inch (6") concrete drainage channel reinforced
Sq. Yds.
with 6"x6" W2.9xW2.9 (6 gauge) welded wire
'w
mesh on a one inch (1") sand cushion, including all
ti
subgrade and earthwork preparation, reinforcement
and jointing, transitions, curbing and toewalls,
complete and in place, per sq. yd.
s
�.."'
SERVICES:
A-6ze—w-r—°/Oa
MATERIALS:
t> ` az7 _"
($ !�� )
($/D. % 20.8
TOTAL:
�
t t -4'D' do tl�S 1aa
($ 0-°
82nd Street, kings Park and Casey Park Drainage Improvements
Pase 9
ESTIMATED TOTAL
ITEM QUANTITIES UNIT AMOUNT
NO. AND UNITS ITEM DESCRIPTION PRICE BID
CASEY PARK DRAINAGE IMPROVEMENTS
26. 590 Concrete Channel Flatwork (Variable Thickness)
Sq. Yds. complete in place per square yard as shown on the
plans.
SERVICES: cr� CLW5 N�a-a — ($ /3a= ) ($ ��i0•`
MATERIALS: .U�,�-*��.. ��i5aa -- ($ i�I� ) ($%
R TOTAL: ►r A L D c -)h S E .�sU�� ($ 3Z — ) ($�� •
i
1_7. 7 Remove and dispose of each concrete structure
,�. Each complete as shown on the plans.
T
w -
SERVICES: a� — ($ j ($ 350,
w MATERIALS: v ($-0-
TOTAL:
$_p TOTAL: v -G ($.
1 .
�.. 28. 4 Reinforced concrete wingwalls complete per each
e Each structure as shown on the plans.
SERVICES: ($ 7810
MATERIALS: b5 H40 ($ ZDO,
TOTAL: -t-wp-1't'��5 �0�� S 'aa — ($ ZOOS.` ($ 000.
_'9. 1,555 Tilling and sod replacement per square yard
Sq. Yds. complete in place as shown on the plans.
SERVICES:
MATERIALS: —Ar edp/zS ($ 3 ) ($ G
i.
TOTAL: Tf/r) 4O //5 ($ / y �) ($2!e�A P'
4
82nd Street, Kings Part: and Casey Part: Drainage Improvements
Page 10
ESTIMATED TOTAL
ITEM QUANTITIES UNIT AMOUNT
( NO. AND UNITS ITEM DESCRIPTION PRICE BID
TOTAL SERVICES fes'
c
TOTAL MATERIALS
TOTAL BID (Items l through 29) ($ 2,2.4, Z A, °O
iao
AUTHORIZED SIGNATURE
t
i
i
t"
E
t
k
A
foll
t
ITB 898170, Addendum #1
Office of
Purchasing
P.O. Box 2000
Lubbock. Texas 79457
(806) 775-2167 a Fax (806) 775-2164
ADDENDUM #1
ITB #98170
82nd Street, Kings Park and Casey
Park Drainage Improvements
MAILED TO VENDOR: August 11, 1998
CLOSE DATE: August 18, 1998 @ 2:00 p.m.
The following items take precedence over specifications for the above named Request for Proposals
(ITB). Where any item called for in the ITB documents is supplemented here, the original requirements,
not affected by this addendum, shall remain in effect.
1. Under the SPECIAL CONDITIONS, Page 8 (SC -8), Item #10., RESTRICTIONS AND
REQUIREMENTS FOR CONSTRUCTION, Item C, is changed to read as follows:
'All contract work across and in 82nd Street must be completed by November 15, 1998.'
2. The Traffic plan will continue to request a continuous left tum land during construction on 82nd Street.
Left tum lanes going north in the construction area may be suspended provided that Winston Avenue
and Vinton Avenue are not closed at the same time.
3. The following process shall be used when tying in to the existing drainage slab at Casey Park:
#5 deformed dowels 12" long and placed 18' O.C. (a total of 3 dowels per slab).
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Buyer
• City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to:
Or Email to:
(806) 775-2164
LRRchie@maii.ci.lubbock.tx.us
THANK YOU,
oeazua -
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
98170ad1.doc
EVERGREEN NATIONAL
INDEMNITY COMPANY
BID BOND
BOND NO. 105621
KNOW ALL MEN BY THESE PRESENTS:
THAT Birchwood Construction, Inc., P.O. Box 8241, Levelland, Texas 79338
as Principal, and EVERGREEN NATIONAL INDEMNITY COMPANY, as Surety, are held and
firmly bound unto City of Lubbock, 1625 13th Street, Room L-04, Lubbock, Texas
79401, as Obligee, in the full and just sum of Five (5%) percent of the amount bid not to
exceed $18,125.00 lawful money of the United States, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns,
Jointly and severally, firmly by these presents.
WHEREAS, the Principal is hereby submitting its proposal for 82nd Street, Kings
Park and Casey Park Drainage Improvement, Project No. 98170.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
aforesaid Principal shall be awarded the contract the said Principal will, within the time required,
enter into a formal contract and give a good and sufficient bond to secure the performance of the
terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and
Surety will pay.unto the Obligee the difference in money between the amount of the bid of the said
Principal and the amount for which the Obligee legally contracts with another party to perform the
work if the latter amount be in excess of the former, but in no event shall liability hereunder
exceed the penal sum hereof.
Signed, sealed and delivered this 17th day of August, 1998.
Birchwoo Construction Inc.
PRINCIPAL
By (SEAL)
EVERGR EN ATIONAL INDE ITY COMPANY
By __(SEAL)
rJoh:`schthiir,- ATTORNEYaN-FACT
r+.
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
POWER OF ATTORNEY
Birchwood Construction, Inc. 08/17/98
PRINCIPAL EFFECTIVE DATE
CONTRACT AMOUNT Five (5%) percent of the amount bid not to exceed... 18,125.00
AMOUNT OF BOND S
POWER NO. 105621
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby
nominate, constitute and appoint: John W. Schuler, W.T. Ragsdale, Paul Cameron & Sandra Deaton .........
its true and lawful Attomey(s)-In-Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed, where required,
any and all bonds, undertakings, recognizances and written obligations in the nature thereof, PROVIDED, however, that the. obligation of the Company
under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars ($1,500,000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February, 1994:
"RESOLVED, That any two officers of the Company shall have the authority to make, execute and deliver a Power of Attorney constituting as
Attomey(s)-in-fact of such persons, firms, or corporations as may be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile; and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company; and any such powers so executed and certificate by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached."
IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be
signed by its duly authorized officers this 23rd day of February, 1994.
EVERG EN NATION EMNTfY COMPANY
raig L. Stout, President
/ c,PAg�,
Roswell P. Ellis, Treasurer
Notary Public)
State of Ohio) SS:
On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L.
Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described herein, and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the
officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the
resolution of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Cleveland, Ohio, the day and year above written.
State of Ohio ) SS:
I, the undersigned, Secretary of the Evergreen Naiion%
the foregoing Power of Attorney remains in full force and has
herein above, is now in force. 17th
Signed and sealed m aeveland, Ohio this
ory N. Miracle, Attorney
otary Public State of Ohio
My Commission has no expiration date Section 147.03 R.C.
a stock corporation of the State of Ohio, DO HEREBY CERTIFY that
and furthermore that the Resolution of the Board of Directors, set forth
day of August, 1998
Anne'rMeyers, Sucre
Any reproduction or facsimile ofthis form is void and invalid.
t
PAYMENT BOND
i
oft
3
ob
1 ..
9
BOND CHECK
BEST RATING
r.
LlCE.NS D IN AS
DATE Y
i
,
i
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
�- OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
4
Bond Number: 105674
Birchwood Construction, Inc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s),•as
Principal(s), and
Evergreen National Indemnit .Com an
(hereinafter called the Sure (s), as Suretv(s). are held and firmiv bound unto the City of Lubbock (hereinafter called the
f ro Hundred Venty-FQur Yhousand
Obligee), in the amount o,Dollars
($ Hundred Sixty an No 100x ($�24:T2 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
1. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 1 nth day of
sAn+-ember , 19 QA_, to
I 82nd Street, Kings Park and Casey Park Drainage Improvements
i Bid Number: 98170, Project Number: 9288.9240
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
18t1day of September 19 98.
_ yPrvrP.Pn Na ional Tndemnity Company Birchwood Construction, Inc.
Sure Pri ipal
i
*By: By.
( tle) John:. W. Schuler, (Title)
Attorney-Iii>Fact
By:
(Title)
By:
(Title)
i
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
r designates�L-Qnba-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.
Evergreen National Indemnity
Surety Company
By:
IT e) "
John; w. Schuler;
Approved as to form: Attorney -In -Fact
City of Lubbock
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
k
f
l .
f
u
E
i
t.
i
r 2
E..
r
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
7 POWER OF ATTORNEY
7 Birchwood Construction, Inc. 09/18/98
PRINCIPAL EFFECTIVE DATE
t 224,260.00
CONTRACT AMOUNT AMOUNT' OF BOND S 224,260.00
POWER NO. 105674
A
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby
nominate, constitute and appoint: John W. Schuler, W.T. Ragsdale, Paul Cameron & Sandra Denton — -- — -- -- — — — — — — — _ —
its true and lawful Attorney(s)-In-Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed, where required,
any and all bonds, undertakings, recognizances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company
under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars (S 1,500,000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February, 1994:
"RESOLVED, That any two officers of the Company shall have the authority to make, execute and deliver a Power of Attorney constituting as
Attomey(s)-in-fact of such persons, firms, or corporations as may be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile; and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company; and any such powers so executed and certificate by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached."
IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be
signed by its duly authorized officers this 23rd day of February, 1994.
EVERGPjfEN NATION =;7
COMPANY
raig L. Stout, President
Roswell P. Ellis, Treasurer
A„ Notary Public)
State of Ohio) SS:
i
On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L.
Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described herein, and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the
officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the
resolution of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at'Cleveland, Ohio, the day and year above written.
State of Ohio ) SS:
I, the undersigned, Secretary of the Evergreen Natiosirftin
the foregoing Power of Attorney remains in full force and has t'%;m
herein above, is now in force. 18th
Signed and sealed in Cleveland, Ohio this day of _
ov a PA re
SEAL
ory N. Miracle, Attorney
'Notary Public State; of Ohio
My Commission has no expiration date Section 147.03 R.C.
Company, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that
revoked; and furthermore that the Resolution of the Board of Directors, set forth
September, 1998
Anne Byers,
Any rgrroduction or facsimile ofthis form is void and 'invalid.
BOND CHECK /�
REST RATING ,L_
IICENSED.IN TEXAS
bEtTE���Y ,
f i
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
Bond Number: 105674
Birchwood Construction, Inc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and .
Evergreen National Indemnity Company
(hereinafter called the Suret (s), as Sure%(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of too H ddrredd S�entyand, NoTh0O0usand Dollars ($ ��� lawful money of the
United States for the payment whereof, the sai'� F� incipal a4 Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the j.11tilay of
September , 1998 to
82nd Street, Kings Park and Casey Park Drainage Improvements
Bid Number: 98170 Project Number: 9288. 9240
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 18th
day of PeptemhAr , 19.9$-. —
ihsartTrAAn HT
nal r„,�Amnity Company Birchwood -Construction Inc.
Surety Prin ipal
B
'
f Y //
c- By. e GC /tTi�c,J1
it e) John W. Schuler (Title)
Attorney -In -Fact
By.
(Title)
f-- (Title)
k -
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designatesCharles QuisenIRRant 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.
Evergreen National Indemnity
Surety Company
' *By: Wit,✓
( e) John W.; Schuler,
Approved as to Form Attorney -In -Fact
City of Lubbock
By:
City Attorney
Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
7
4 EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
7 POWER OF ATTORNEY
i
Birchwood Construction; Inc. 09/18/98
r PRINCIPAL EFFECTIVE DATE
224 260.00 224,260.00
CONTRACT AMOUNT AMOUNT OF BOND S
POWER NO. 105674.
r
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Com
rgre ty pony, a corporation in the State of Ohio does hereby
nominate, constitute and appoint: John W. Schuler, W.T. Ragsdale, Paul Cameron ds; Sandra Deaton ----------------------
its
-----------------------its true and lawful Attorney(s)-in-Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed, where required,
any and all bonds, undertakings, mcognizances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company
7 under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars ($1,500,000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February, 1994:
Flo
"RESOLVED, That any two officers of the Company shall have the authority to make, execute and deliver a Power of Attorney constituting as
Attomey(s)-in-fact of such persons, firms, or corporations as may be selected from time to time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any
"" certificate relating thereto by facsimile; and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
valid and binding upon the Company; and any such powers so executed and certificate by facsimile signatures and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached."
IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be
signed by its duly authorized officers this 23rd day of February, 1994.
EVERG EN NATION F.11+ N TY COMPANY
raig L. Stout, President
Roswell P. Ellis, Treasurer
PM
i
r
Notary Public)
State of Ohio) SS:
On this 23rd day of February, 1994, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified, personally came Craig L.
Stout and Roswell P. Ellis of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers described herein, and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the
officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of said Corporation, and that the
resolution of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Cleveland, Ohio, the day and year above written.
State of Ohio ) SS:
I, the undersigned, .Secretary of the Evergm
the foregoing Power of Attorney remains in &q fc
herein above, is now in force. 1842
Signed and sealed in Cleveland, Ohio this
day of
ory N. Mirachw Attorney
'Notary Public State of Ohio
My Commission has no expiration date Section 147.03 R.C.
a stock corporation of the State of Ohio, DO HEREBY CERTIFY that
nd furthermore that the Resolution of the Board of Directors, ant forth
September, 1998
Aanc ..
�pRP02ts yrs. Secre
y SEAL Any reproduction or facsimile of" foam is void and invalid.
No Text
,,Bledsoe Insurance Agency, Inc.
5143 69th Street
P.O. Box 65028
Lubbock, TX 79464
INSURED
Birchwood Construction, Inc.
PO Box 8241
Levelland, TX 79338
DATE (MM/DD/YY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A Tra
COMPANY
B TWC
COMPANY
C Con
COMPANY
D
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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TOR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMA
GATE (MM/DONY) DATE (MM/DD/YY)
w GENERAL LIABILITY GENERAL AGGREGATE S 20000001
A x coMMERCXAL GENERAL LIABILITY PAC P 7 51 Y 5 6 9 8 05/15/98 05/15/99 PRODUCTS - COMP/OP AGG f 20000001
CLAIMS MADE ExOCCUR PERSONAL & ADV INJURY S 10 0 0 0 0
OWNERS & CONTRACTOR'S PROT EACH OCCURRENCE f 10 0 0 0 O
x .500 PD De d. FIRE DAMAGE (Any one fire) S 3 0 0 0 0
MED EXP (Ay one person) $ 5 0 0
AUTOMOBILE LIABILITY COMBINED SINGLE UMIT f
C ANYAUTO TH001716 108/03/98 08/03/99 100000
ALL OWNED AUTOS
X SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
7 ANY AUTO
EXCESS LIABILITY
Pte. UMBRELLA FORM
f OTHER THAN UMB
WORKERS COMPENSA'I
B EMPLOYERS LIASIUTY
THE PROPRIETOR/
PARTNERS/EXECUTIVE
OFFICERS ARE:
OTHER
J1 FORM c
MP001*3=0100
INCL W =
EXCL N J
BODILY INJURY I f
(Per pe—)
BODILY INJURY s
(Per accident)
PFOPERTY DAMAGE f
AUTO ONLY - EA ACCIDENT s
OTHER THAN AUTO ONLY:
EACH OCCURRENCE is
AGGREGATE Is
06/22/98 06/22/99 E. EACHACCIDENT f 50010
EL DISEASE - POLICY LIMIT s 500,0
EL DISEASE - EA EMPLOYEE f 500.0
DESCRIPTION OF OPERATIONS/LOC/ATIONSNEHICLES/SPECIAL ITEMS
The City of Lubbock is an Additional Insured on general liability and
auto policies. A Waiver of Subrogation applies to general liability,
=„tr, and wnrk comn policies. Prolect #9288.9240 - Drainage improveme
.. City of Lubbock TX
Att: Laura Ritchie
PO Box 2000
Lubbock, TX 79457
A
t
—
om
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MNL
ID_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MNL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON TPE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATWfi
INSURED
CO
LTR
I
A
City of Lubbock
Attn: Laura Ritchie
PO Box 2000
Lubbock TX 79457
:%'si:;•'::::'':::#:'•' ::» :i•'• DATE (MM/DD/YY)
09/15/98
1
5 98
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANY
A Travelers
COMPANY
B
COMPANY
C
COMPANY
O
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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFFECTIVE I POLICY EXPIRATION
TYPE OF IIiS :RA:iCE POLICY NUMBER DATE (MM/DD/YY) I DATE (MM/DD/YY) LIMITS
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY Binder
CLAIMS MADE F� OCCUR
X OWNER'S & CONTRACTOR'S PROT
GENERAL AGGREGATE S 11000,00
10/01/98
0/01/98 10/01/99
0/01/99 PRODUCTS - COMPIOP AGG $
PERSONAL & ADV INJURY $
EACH OCCURRENCE $ 1,000,000
FIFE DAMAGE (Any one fire) $
MED EXP (Any one person) S
COMBINED SINGLE LIMIT 1 S
BODILY INJURY S
Or"f
INJURY S
(Pa!r accident)
DESCRIPTION OF OPERATIONSAOCAMONSNEHICLES/SPECIAL ITEMS
Designated contractor - Project #9288.9240
Birchwood Construction, Inc.
Contractor
PO Box 8241
Levelland, TX 79338
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND /UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED 7151SENTAT7 1� _ _ —.7
1 I
PROPERTY DAMAGE $
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT S
OTHER THAN AUTO ONLY:
EACH ACCIDENT S
AGGREGATE S
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
EACH OCCURRENCE S
AGGREGATE $
WORKERS COMAEN;,ATiON AND
EMPLOYERS' LIABILITY
THE PRCPRETOW INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
NC A - IOTHS
0. EACH ACCIDENT S
EL DISEASE . POLICY LIMIT Is
EL DISEASE - EA EMPLOYEE I S
OTHER
DESCRIPTION OF OPERATIONSAOCAMONSNEHICLES/SPECIAL ITEMS
Designated contractor - Project #9288.9240
Birchwood Construction, Inc.
Contractor
PO Box 8241
Levelland, TX 79338
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND /UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED 7151SENTAT7 1� _ _ —.7
1 I
r
t
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
r I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have
been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this
contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by
contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this
d.
bid/proposal.
Agent (Signature) Agent (Print)
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone Number: ( )
i —
Date:
CONTRACTOR'S NAME:
' (Print or Type )
CONTRACTOR'S ADDRESS:
NOTE TO AGENT/BROKER
If this time requirement is not met, the City has the right to reject this bid/proposal and award the
contract to another contractor. If you have any questions concerning these requirements, please
contact the Purchasing Manager for the City of Lubbock at (806)775-2165.
BID #98170 - 82ND STREET, KINGS PARK AND CASEY PARK DRAINAGE IMPROVEMENTS
2
IMM
I
�-► CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
r (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;
POO (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
f showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
r�
i (4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
4 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:
r=� 3
{
POO
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
1
(8)
"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
contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
No Text
7
L
STATE OF TEXAS
COUNTY OF LUBBOCK
CONTRACT
THIS AGREEMENT, made and entered into this 10"' day of September. 1998 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so,
E. hereinafter referred to as OWNER, and Birchwood Construction. Inc. of the City of Levelland. County of Hocklev
and the State of Texas hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID # 98170 - 82ND STREET, KINGS PARK AND CASEY PARK DRAINAGE IMPROVEMENTS - $224,260.00
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 Cou
Texas in the year and day first above written. /1
APPROVED AS TO FORM:
Z4
City Attorney
ATTEST:
r
Co rate Secr t ry
C:
1
CONTRACTOR:
BIRCH OOD CONSTRUCTI N, C.
By: G
PRINTED NAME: i %icA
TITLE:
COMPLETE ADDRESS:
Birchwood Construction, Inc.
PO Box 8241
Levelland, Texas 79338
No Text
PM
4"
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
V" 2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit Birchwood Construction. Inc. who has agreed to perform the work embraced
in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
n
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative LARRY HERTEL, CITY ENGINEER, so designated who will
r." inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may
be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors
will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
�., The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
-�- Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
�+ "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
�^ responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member
swi 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.
a
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 maybe 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.
4
a
j
? Neither observations by the Owner or Owner'§ Representative,`nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
W 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.
a►
i 24. EXTRA WORK
r+ The term "extra work" as used in this contract shall be understood to mean and .include all work that may be
I 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.
r .
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
.• the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged
by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
r 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
t the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
C" 5
i
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative 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
t
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas; which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs; damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed,. actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed.as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
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 (90) 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 payors, 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
1 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.
I ' 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.
C�
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined
Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance'and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single Limit.
This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of insurance.
D. Builder's Risk Insurance/Installation Floater Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 0.0% of the total contract price (100%
of potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $0.00 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.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor' in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
8
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing seryices 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;
t
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
10
r
F*
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) 'obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 592/440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self-insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
12
(vi) retain all required certificates of coverage on file for the duration of the project
° and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any'person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i) -(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY 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
x- 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 fumishers 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 indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
i
13
P
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall . notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500.00 (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
f
4
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
!" direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its 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
PM herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the: Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
P—
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,
G 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
4
t
t.
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 notide 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
i
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
I^ 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
r-• shall appear within a period of one (1) year from the date of certification of final completion by Owner's
I Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) 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
rte* amount withheld, payment shall be made for amounts withheld because of them.
I;
i.
r•
17
i
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and'filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
18
r
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the
date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at
either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than
the Contractor or his Surety, if applicable, to their proper owners.
The remedies provided to Owner bylaw, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise
of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved
Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be
in effect until such bonds are so furnished.
19
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change.or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum `
products or byproducts and/or asbestos.
20
No Text
Resolucion \O. 71.1
March 14, 1996
Item 9x19
WHEREAS, the City Council has heretofore established the general prevailing rate of
per diem wages for each craft or type of workmen or mechanics needed to execute public
works contracts for the City of Lubbock in accordance with the provisions of Vernon's
Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719 enacted February
12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8, 1987; and
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE: !
BE IT RESOLVED BY THE CITY COUtiCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall be
as set forth in the following named exhibits. which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades i
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holidav Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law.
r -
r
i
r -
r
ii
i�
ii
Passed by the City Council this 14th
ATTEST:
i
Betty M.
Jdfinson, City Secretary
f APPROVED AS TO CONTENT:
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
Aa%old Willard,"Assistant City Attorney
HW: da/ccdocs/pubworks. res
February 14. 1996
I
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
10.00
Air Conditioner Installer
11.00
Air Conditioner Installer -Helper
5.50
Asbestos Worker
8.00
Asbestos Supervisor
11.00
Bricklayer
11.00
Bricklayer -Helper
6.00
Carpenter
11.00
Carpenter -Helper
6.00
Cement Finisher
7.50
Drywall Hanger
10.00
Electrician
13.00
Electrician -Helper
6.00
Equipment Operator -Heavy
8.50
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
8.00
Insulator-Piping/Boiler
9.00
Insulator -Helper
5.50
Iron Worker
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber -Helper
6.00
Roofer
8.00
Roofer -Helper
5.50
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder -Certified
10.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Hourl, ry Rate
Asphalt Heaterman
6.00
Asphalt Shoveler
5.50
Concrete Finisher
7.35
Concrete Finisher -Helper
5.75
Electrician
10.50
Flagger
5.50
Form Setter
6.50
Form Setter -Helper
5.50
Laborer -General
5.50
Laborer -Utility
6.25
Mechanic
7.25 -
Mechanic -Helper
5.50.
Power Equipment Operators
Asphalt Paving Machine
7.00
Bulldozer
7.00
Concrete Paving Machine
7.00
Front End Loader
6.50
Heavy Equipment Operator
7.00
Light Equipment Operator
6.50
Motor Grader Operator
8.50
Roller
6.00
Simper
6.50
Tractor
6.50
Truck Driver -Light
6.00
Truck Driver -Heavy
6.50
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime Cm excess of forty hours per week) is 1 1/2 times base rate.
EXHIBIT D
Prevailing Wage hates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
.•
SPECIFICATIONS
i
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING DEPARTMENT
82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS
PROJECT NO. 9288
El
i � 1
-1jia178
TECHNICAL SPECIFICATIONS
r
R
82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS
PROJECT NO. 9288,
STANDARD MATERIALS OF CONSTRUCTION
d
t:
C
STANDARD MATERIALS OF CONSTRUCTION
NOTE: All materials and procedures employed in construction projects administered
for and/or by the City of Lubbock Engineering Department or any other City of
Lubbock Department shall conform to ASTM Specifications, Texas Department of
Transportation Standard Construction Specifications and/or American Association of
State Highway and Transportation Officials Specifications as applicable. All
materials and construction procedures employed for or by the City of Lubbock shall
be approved by the Engineer prior to construction.
Any construction materials, methods or procedures not specifically addressed in the
City of Lubbock "STANDARD MATERIALS OF CONSTRUCTION" or
"STANDARD DETAILS OF CONSTRUCTION" specifications shall not be
considered material(s) or operation(s) warranting additional payment. Unless stated
otherwise on the plans or in the bid documents, the material(s) or operation(s) shall be
considered subsidiary to the existing bid items and shall be performed completely and
correctly in order to satisfactorily complete the total bid items according to minimum
City of Lubbock construction standards.
L GENERAL
The City of Lubbock "STANDARD MATERIALS OF CONSTRUCTION"
specifications incorporates the specifications of the various construction materials
which are to be used by Contract Forces and/or City Forces in the construction of
projects to be administered for/by the City of Lubbock Engineering Department. A
certificate from the manufacturer may be required on all construction items, certifying
that the material(s) or equipment meets the specifications for such material(s) or
equipment(s) as specified herein. Material Safety Data Sheets (MSDS) shall be
required on all materials. All materials shall be subject to the approval of the Engineer
before being employed in any construction project(s).
All references made in these specifications to American Society for Testing and
Materials (ASTM) standards refer to the fixed designation. It is the responsibility of
the Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain
and use the latest revision of each standard.
All references made in these specifications to the Texas Department of Transportation
(TxDOT) Standard Construction Specifications refer to the Texas Department of
Transportation (TxDOT) Standard Specifications for Construction of Highways,
Streets and Bridges, version adopted March 1, 1993. It is the responsibility of the
Contractor, Subcontractors, City of Lubbock and all material suppliers to obtain and
use the above referenced version of the Texas Department of Transportation Standard
Construction Specifications.
IV -1
t.
All references made in these specifications to American Association of State
Highway and Transportation Officials (AASHTO) standards refer to the fixed
designation. It is the responsibility of the Contractor, Subcontractors, City of Lubbock
and all material suppliers to, obtain and use the latest revision of each standard.
2. CONCRETE
A. Cement
Cement shall be Type I, Type II and/or Type III cement(s) conforming to ASTM C
150, "Standard Specification for Portland Cement," and air -entrained cement shall be
Type IA, Type IIA and/or Type IIIA conforming to ASTM C 175, "Specification for
(adding) Air -Entraining (to) Portland Cement" and ASTM C 226, "Standard
Specifications for Air- Entraining Portland Cement".
The cement shall be an approved brand. All cement must be stored in a suitable
moisture -proof storage house. The cement, while being hauled to the worksite or
while at the worksite shall be properly protected. No cement shall be used, which in
the opinion of the Engineer, has been injured by age or exposure. Bulk or sacked
cement may be used. A bag shall contain ninety four pounds (94#) net. Bags varying
by more than five percent (5%) from the specified weight may be rejected. If the
average net weight in any shipment as shown by weighing fifty (50) bags taken at
random is less than that specified, the entire shipment may be rejected. Bulk cement
shall be weighed on scales approved by the Engineer. Any cement which has become
partially set or which contains hard lumps or cakes or cement salvaged from
discarded or used bags shall not be used.
Any cement storage shall be in a suitable weathertight building or bin which will
protect the cement from dampness. Cement shall be so placed as to provide easy
access for proper inspection and identification of each shipment.
B. Aggregate
Description
Concrete aggregates shall consist of natural, washed and screened sand, and washed
and screened gravel or clean crushed stone conforming to ASTM C 33, "Standard -
Specifications for Concrete Aggregates," and conforming to Texas Department of
Transportation Standard Construction Specifications, Item No. 421, "Portland
Cement Concrete". The aggregates shall be well graded from coarse to fine and
shall be free from injurious amounts of clay, soft or flaky materials, loam or organic
impurities. All aggregates shall be approved by the Engineer before use. The
IV -2
maximum size of the agg aggregates ates shall be one and one-half inches (1'/z"). Aggregates
for concrete construction shall have a loss not to exceed eighteen percent (18%)
when subjected to five (5) cycles of ASTM C 88, "Test Method for Soundness of
Aggregates by use of Sodium Sulfate or Magnesium Sulfate".
Coarse aggregate for Class "C" Concrete Street Paving or Class "P" Concrete Street
Paving shall be crushed limestone (Brownwood Type). Coarse aggregate shall be well
graded from coarse to fine and shall conform to ASTM C 136, "Method For Sieve
Analysis of Fine and Coarse Aggregates".
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136,
"Method For Sieve Analysis of Fine and Coarse Aggregates".The gradation for fine
aggregate shall meet the following requirements:
Sieve Designation Percentage by Weight
Passing Sieves
3/8 inch 100
No. 4 95-100
No. 8 80-100
No. 16 70-85
No. 30 25-65
No. 50 10-30
No. 100 0-10
No. 200 0-3
Maximum allowable amounts of organic impurities shall conform to ASTM C 40, "Test
Method for Organic Impurities In Fine Aggregate for Concrete" and ASTM C 87, "Standard
Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar".
Maximum allowable amounts of impurities finer than the No. 200 sieve shall conform to
ASTM C 117, "Standard Test Method for Materials Finer Than The No. 200 Sieve In
Mineral Aggregates By Washing".
.w
IV -3
0
Maximum allowable amounts of soft particles such as coal, lignite, wood or other fibrous
materials shall conform to ASTM C 123, "Standard Test Methods For Lightweight Pieces In
Aggregate".
Maximum allowable amounts of friable particles shall conform to ASTM C 142, "Standard
Test Methods For Clay Lumps And Friable Particles In Aggregates".
Stockpiles
The location of all stockpiles of aggregates shall be approved by the Engineer prior to
unloading as to zoning requirements, smoothness and compaction of the ground and
traffic conditions. Stockpiles of aggregates to be incorporated into the project shall be
protected from dust by drift fences of any suitable material approved by the Engineer.
Care shall be taken to prevent dusty conditions in the stockpile area from any sources.
The Contractor shall not use methods which allow the aggregate to roll down the slope
as it is added to the existing stockpiles. The Contractor shall not allow equipment to
operate over the same lift repeatedly. Stockpiles shall be built in layers of uniform
thickness on slopes not flatter than 3:1.
C. Water
Water shall be clean, clear, free from oil, acid or organic matter and free from
injurious amounts of alkali, salts or other chemicals and conform to AASHTO T26,
"Standard Method of Test For Quality of Water To Be Used In Concrete".
D. Concrete Materials Tests
Pre -Construction Tests (Mix Design)
The contractor shall submit test certificates from an approved commercial materials
testing laboratory on all aggregates proposed for use in the concrete. Tests should be
made approximately twenty (20) days before beginning the concrete operation.
The contractor shall submit in advance of construction the mix design and the result
of compression tests and/or flexural tests as applicable made by a commercial
testing laboratory. The compression tests shall conform to ASTM C 39, "Test "
Method for Compressive Strength of Cylindrical Concrete Specimens". The flexural
tests shall conform to ASTM C 78, "Test Method For Flexural Strength of
Concrete".
IV -4
f�
j Compression tests shall be made on each type of concrete mix design proposed for
` use as applicable. Compression tests shall be made on six (6) cylinders taken from
each mix, three (3) cylinders tested in three (3) days or seven (7) days and three (3)
cylinders tested in seven (7) days or twenty eight (28) days as specified.
Flexural tests shall be made on each type of concrete mix design proposed for use
as applicable. Unless stated otherwise in the plans or bid documents, flexural tests
shall be made on six (6) beams taken from each mix, three (3) beams tested in
sixteen (16) hours and three (3) beams tested in seven (7) days.
All tests shall conform to ASTM C 94, "Specifications for Ready -Mixed Concrete".
When ready -mix concrete is to be used, the trial designs shall be made in a mixer
representative of the mixers to be used. Batch size shall not be less than fifty percent
(50%) of the rated mixing capacity of the truck. Additional tests shall be furnished
if the material source is changed or if the concrete used varies from the original mix
design.
The Engineer shall approve or disapprove the mix design after review of the results
of the pre -construction tests.
Construction Tests
Tests of the aggregates and the concrete shall be made by the Engineer during
construction to determine conformity with the specifications. The concrete shall be
sampled in accordance with ASTM C 172, "Method of Sampling Fresh Concrete".
All test molds shall meet the requirements of Texas Department of Transportation
Test Method Tex -448-A. Compression test and flexural test specimens shall be
made and cured in accordance with ASTM C 31, "Practice of Making and Curing
Concrete Compression and Flexure Test Specimens in the Field". The specimens
shall be cured under standard moisture and temperature conditions in accordance
with ASTM C 192, "Practice for Making and Curing Concrete Test Specimens in
The Laboratory".
OWN
Strength tests shall be made, in general, for each day's production of each class of
concrete, or for each fifty (50) cubic yards of concrete if a day's production greatly
exceeds this amount, but these tests may be made entirely at the discretion of the
Engineer. Strength tests on Class "C" Concrete and Class "P" Concrete shall be
made for approximately each thirty (30) cubic yards, or every third (3rd) truck on
each day's production. The costs of all such testing shall be borne by the City but the
Contractor shall cooperate in securing and storing samples and shall furnish all
materials required for sampling.
IV -5
Unless stated otherwise in the plans or bid documents, a strength test for Classes
"A", "C", "E" or "F" concrete shall consist of five (5) standard test cylinders or
beams as specified to be made from a composite sample.
Unless stated otherwise on the plans or in the bid documents, a strength test for
Class "P" concrete shall consist of six (6) standard test beams made from a
composite sample.
For each Class of concrete the samples shall be obtained in accordance with ASTM
C 172, "Practice For Sampling Freshly Made Concrete" and in accordance with
Department of Transportation Construction Bulletin C-11.
For Classes "A", "C", "E" and "F" concrete the following procedure is to be used:
Two (2) of the concrete cylinders or beams shall be tested at three (3) days or seven
(7) days and at seven (7) days or twenty eight (28) days as specified. The fifth (5th)
cylinder or beam shall 'be held available for subsequent testing, if determined
necessary by the Engineer. The test results shall be the average of the seven (7) days
or twenty eight (28) days specimens, except that, if one (1) specimen in the test
shows manifest evidence of improper sampling, molding, or testing, it shall be
discarded and the remaining two (2) specimens averaged. Should more than one (1)
specimen representing a given test show definite defects, due to improper sampling,
molding or testing, the entire test shall be discarded. The result of the seven (7) days
or twenty eight (28) days strength tests shall be used as the basis for accepting or
rejecting the concrete represented. The results of the three (3) days or seven (7) days
strength tests will be compared with the three (3) days or seven (7) days strength of
the preconstruction test cylinders or beams for the type and slump of the concrete
being produced. Should the three (3) days or seven (7) days strengths indicate a
deficiency in the seven (7) days or twenty eight (28) days strengths, the Engineer
may require a temporary change in proportions to correct such deficiency. Such
change shall remain in effect until the seven (7) days or twenty eight (28) days
strength of the material in question is determined, at which time the change shall
become permanent or shall be rescinded, depending upon the results of the seven (7)
or twenty eight (28) days tests.
For Class "P" concrete the following procedure is to be used: Two (2) of the concrete
beams shall be tested at sixteen (16) hours. Two (2) of the concrete beams shall be
tested at seven (7) days. The fifth (5th) and sixth (6th) beams shall be held available
for subsequent testing, if determined necessary by the Engineer. The test results
shall be the average of the sixteen (16) hour or seven (7) days specimens as
specified, except that, if one specimen in the test shows manifest evidence of
improper sampling, molding, or testing, it shall be discarded and the remaining two
(2) specimens averaged. Should more than one (1) specimen representing a given test
show definite defects, due to improper sampling, molding or testing, the entire test
shall be discarded. The result of the sixteen (16) hours or seven (7) days strength
tests shall be used as the basis for acceptance or rejection of the concrete. The results
IV -6
r -
of the sixteen (16) hours and/or seven (7) days strength tests will be compared with
the sixteen (16) hours and/or seven (7) days strength of the preconstruction test
specimens for the type and slump of the concrete being produced. Should the
sixteen (16) hours or seven (7) days strengths indicate a deficiency in the sixteen
(16) hours or seven (7) days strengths, the Engineer shall require a change in
*"l proportions to correct such deficiency.
Changes in the water -cement ratio and the mix design, including an increase in
cement, if necessary, shall be made if the average sixteen (16) hour flexural strength
does not meet the minimum specified value.
Additional specimens cured under job conditions may be required when, in the
opinion of the Engineer, there is a possibility of the surrounding air temperature
falling below 40° F (4° C) or rising above 90° F (32° C). The specimens shall be
tested according to ASTM C 39, "Method of Test for Compressive Strength of
Molded Concrete Cylinders".
The Engineer shall record the delivery ticket number for the concrete and the exact
location in the work at which each load represented by a strength test is deposited.
Slump tests shall be made in accordance with ASTM C 143, "Method of Test for
Slump of Portland Cement Concrete".
Air content of concrete made with normal -weight aggregates having low absorption
shall be tested according to either ASTM C 231, "Method of Test For Air Content of
Freshly Mixed Concrete by the Pressure Method or ASTM C 173, "Method of Test
for Air Content of Freshly Mixed Concrete by the Volumetric Method". A Chace
indicator may be used to determine the approximate air content in accordance with
AASHTO T 199 and to indicate the need for checks by ASTM C 173 or ASTM C
231. If lightweight aggregates or aggregates with high absorptions are used, ASTM C
173 shall be used.
E. Concrete Design
Concrete conforming to these specifications may be "Ready -Mixed" in accordance
with ASTM C 94, "Specifications For Ready -Mixed Concrete". Transporting
vehicles shall be operated such as to insure delivery and placement in forms without
loss or segregation of ingredients and within one (1) hour of mixing time. Concrete
shall be mixed continuously during transit.
IV -7
Mix Design
All concrete for curb and gutter, valley gutters, fillets, alley stubs, alley slabs,
drainage channels, inlet boxes, headwalls, street paving slabs and medians shall have
five percent (5%) air entrainment with plus or minus one percent (1%) tolerance.
The concrete mix design shall be based on water -cement ratio, and shall be as
follows for the different classes of concrete
Minimum Sacks Max. Gal Max. Slump
Class Cement per C.Y. Water per sack in inches
A
5
6.
4
C
6
6
3
E
5.5
5.5
3
F
6
5.5
2
P
7
5
3
The concrete mix design for the different classes shall also be such that the
compressive and flexural strength for each class shall not be less than the following:
Minimum Average for
Class any test (psi)
P --- --- 500(16 hour) ---
Any concrete failing to meet these strength or air content requirements shall be
removed and replaced at the expense of the Contractor.
IV-8-
3 day
7 day
flexural 28 day
comp.
comp
comp
A
---
2100
--- 3000
C
---
3000
600(28 day) 3600
E
2500
3000
--- __-
F
2900
3500
---
P --- --- 500(16 hour) ---
Any concrete failing to meet these strength or air content requirements shall be
removed and replaced at the expense of the Contractor.
IV-8-
i
Low Strength Concrete
Any class of concrete incorporated in any part of the project which does not meet
the strength requirements specified above, shall be considered low strength concrete.
Low strength concrete shall be removed and replaced at the expense of the
Contractor.
The Engineer shall determine the exact limits of any low -strength concrete required
to be removed and replaced under the provisions of this paragraph. The methods to
be used in removing and replacing such concrete shall be approved by the Engineer.
F. Classification
Unless otherwise shown on the plans the following Classes shall be used: Class A
concrete shall be used for curb and gutter, fillets, drainage channels, medians, inlet
boxes, headwalls, junction boxes, commercial drives, residential drives, reinforced
concrete storm sewer pipe, retaining walls and sidewalks. -Class, C concrete shall be
used for normal setting concrete paving and valley gutters constructed in
thoroughfare and collector streets. Class E concrete shall be used for valley gutters
on streets other than thoroughfares and collector streets, for alley returns, alley
paving and reinforced gutter sections, and Class F concrete shall be used for railroad
sections. Class P concrete shall be used for fast setting concrete pavement such as a
Fast Track Concrete Pavement.
G. Mixing
All aggregates shall be accurately weighed or measured by volume. The concrete
shall be mixed in an approved batch mixer equipped with an accurate water
measuring tank, and shall be mixed for one and one-half (1'/2) minutes after all
material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used.
If used it shall conform to these specifications and ASTM C 94, "Specifications for
Ready Mixed Concrete"and the Texas Department of Transportation Standard
Construction Specifications, Item 421, "Portland Cement Concrete".
After mixing, the concrete shall be transported to the forms in a manner which shall
prevent separation or segregation of the aggregates and shall be placed without
undue delay. Equipment for chuting, pumping and pneumatically conveying
concrete shall be of such size and design to ensure a practically continuous flow of
concrete at the delivery end. It shall be deposited as nearly as practicable in its final
position in order to avoid rehandling or flowing of the concrete. No water shall be
added to the concrete to facilitate finishing.
IV -9
H. Materials For Curing Concrete
(1) Burlap:
Burlap shall be made from jute or hemp. The burlap shall be in good condition, free
from holes, dirt, clay or any other substance which interferes with it's absorptive
quality. It shall not contain any substance which would have a deleterious effect on
the concrete. The burlap shall weigh not less than seven (7) ounces per square yard
when clean and dry.
(2) Cotton Mats:
Cotton mats for curing concrete shall conform to AASHTO M 73, "Specifications for
Cotton Mats for Curing Concrete".
(3) Waterproof paper:
Paper for curing concrete shall conform to ASTM C 171, "Specifications for
Waterproof Paper for Curing Concrete". Impermeable sheets other than paper shall
conform to the water -retention requirements of ASTM C 171, "Specifications for
Water -proof Paper for Curing Concrete".
(4) Liquid Membrane -Forming Compounds
Compounds used to form an air tight membrane over fresh concrete surfaces for
curing purposes shall conform to Texas Department of Transportation Standard
Construction Specifications, Item 526, "Membrane Curing"; ASTM C 309, "Liquid
Membrane -Forming Compounds For Curing Concrete", and /or ASTM C 171,
"Standard Specification for Sheet Materials for Curing Concrete" as applicable.
Liquid membrane -forming compounds shall also conform to ASTM C 156, "Test
Method for Water Retention by Concrete Curing Materials". Liquid admixtures shall
be protected from freezing and from settling out of solution.
I. Admixtures
Admixtures may be applied to the Portland Cement Concrete Mix Design as
approved by the Engineer to achieve special properties. ADMIXTURES SHALL
NOT BE USED AS A SUBSTITUTE FOR CEMENT.
IV -10
'~ Air -Entrainment shall conform to ASTM C 260, "Standard Specification for Air -
Entraining Admixtures for Concrete".
Construction testing shall conform to ASTM C 233, "Test Method for Testing Air -
Entraining Admixtures for Concrete".
Chemical admixtures may be used when approved by the Engineer. These admixtures
shall conform to ASTM C 494, "Specification for Chemical Admixtures for
Concrete".
Mineral admixtures such as fly ash and natural pozzzolans may be used as an
admixture when approved by the Engineer. These admixtures shall conform to ASTM
C 618, "Specification for Fly Ash and Raw or Calcined Natural Pozzolans for Use as
a Mineral Admixture in Portland Cement Concrete". Construction testing shall
conform to ASTM C 311, "Standard Test Methods for Sampling and Testing Fly
Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland Cement
Concrete".
If fly ash is permitted by the Engineer, ASTM C 618 Class C may be used.
3. REINFORCING MATERIALS
« Unless otherwise noted on the plans, metal reinforcement shall be Grade 40, (minimum
yield strength of the steel shall be 40,000 pounds per square inch) as defined by ASTM
Specifications.
A. Wire Mesh
Wire mesh reinforcing shall conform to ASTM A 185, "Standard Specifications For
Steel Welded Wire Fabric, Plain, For Concrete Reinforcement".
Wire for concrete reinforcement shall conform to ASTM A 82, "Specifications for
Cold -Drawn Steel Wire for Concrete Reinforcement".
Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall
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.
IV -11
B. Bar Mats
The steel in bar mats shall conform to ASTM A 184, "Specifications for Fabricated
Steel Bar or Rod Mats for Concrete Reinforcement". Members shall be of the size
and spacing as shown on the plans. All intersections of longitudinal and transverse
bars shall be securely wired, clipped or welded together in the plant of the steel
supplier.
Reinforcing steel to be used shall conform to ASTM A 432 and shall be deformed in
accordance with ASTM A 615, "Specifications For Deformed and Plain Billet Steel
Bars For Concrete Reinforcement" unless otherwise shown on the plans.
C. Bars
Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet
steel conforming to ASTM A 615, "Standard Specification for Deformed and
Plain Billet -Steel Bars for Concrete Reinforcement" or ASTM A 616, "Standard
Specification for Rail -Steel Deformed and Plain Bars for Concrete
Reinforcement" or ASTM A 617, "Standard Specification for Axle -Steel
Deformed and Plain Bars for Concrete Reinforcement". Bars produced by the
piling method will not be accepted. Bars which depend upon bonding for their
effectiveness shall conform to ASTM A 305, "Specifications for Minimum
Requirements for The Deformations of Deformed Steel Bars for Concrete
Reinforcement". These bars shall be free from excessive rust, scale or other
substances which prevent the bonding of the concrete to the reinforcement.
D. Tie Bars
Tie bars shall be deformed steel bars conforming to the requirements of the
specifications for reinforcing bars except that structural Grade 40 steel bars,
ONLY, shall be used where the bars are to be bent and re -straightened. Joint
hook bolts may be used as an alternate to tie bars. Such bolts may not be less
than one-half inch (1/2") in diameter and shall be equipped with threaded
couplings.
E. Dowels and Sleeves
Dowels and sleeves shall be smooth plain round bars conforming to the
requirements of the specifications for reinforcing bars. Dowel bars shall not be
burred, roughened or deformed out of round in such a manner as to affect
IV -12
slippage in the concrete. When metal sleeves are used, they shall cover the ends
of the dowels a minimum of two inches (2") and a maximum of three inches (Y).
The sleeve shall be closed at one (1) end and shall have a suitable stop to hold
the end of the bar at least one inch (1") from the closed end of the sleeve. It shall
be of such rigid design that the closed end will not collapse during construction.
F. Supports
Chairs shall be used for holding reinforcing steel in the correct position while the
concrete is being placed. Chairs shall be made of metal or plastic. The metal
units shall be a minimum of sixteen (16) gauge in thickness, a minimum of
eleven inches (11") in length, and a minimum of one and one-eighth inches (1-
1/8") in width. The chairs shall be free of rust The units shall have a solid base so
as not to sink into the subgrade or subbase.
Dowel rods shall be held in the correct position by means of fabricated steel
supporting units or baskets. These units shall be sturdy and so placed that the
dowels are properly aligned and parallel to the roadway centerline. The units
shall be free of rust.
G. Stakes
Stakes used to support expansion joint fillers shall be channel or U-shaped metal,
three-fourths inch (3/4") wide, three-eighths inch (3/8") deep and not less than
sixteen (16) gauge in thickness. They shall be a minimum of fifteen inches (15")
in length. The stakes shall be free of rust.
H. Structural Steel
Structural steel shall conform to ASTM A 7, "Specifications for Steel for Bridges
and Buildings", ASTM A 36, " Specifications for Structural Steel" or ASTM A
373, "Specifications for Structural Steel for Welding" as applicable.
Fiber Reinforcement
Fiber reinforcement may be used in place of welded wire mesh if approved by the
Engineer.
IV -13
a
(1) The fiber used shall be one hundred percent (100%) virgin polypropylene,
collated, fibrillated fibers specifically manufactured for use as concrete
reinforcement, containing no reprocessed olefin materials.
(2) The minimum physical characteristics of the fiber to be used is as follows: the
Specific Gravity shall be ninety-one hundreths (0.91); the Tensile Strength shall
be between seventy thousand (70,000) pounds per square inch and one hundred
ten thousand (110,000) pounds per square inch; the Length of fibers shall be one-
half inch (1/2").
(3) Fibrous concrete reinforcement materials provided by this section shall produce
concrete conforming to the requirements for each type and class of concrete listed
in Section IV -2-E on pages 5 and 6 of these Specifications. Quantities to be used
shall conform to manufacturer's recommendations, unless otherwise directed by
the Engineer.
4. JOINT MATERIAL
A. Expansion Joint Materials
Bituminous premolded expansion joint material shall conform to Item No.
433.2(5)(c) of the Texas Department of Transportation Standard Construction
Specifications and conform to ASTM D 1751, "Standard SpecificationFor
Preformed Expansion Joint Filler For Concrete". .
Expansion joints shall be placed as shown on the plans or as directed by the
Engineer.
B. Joint Sealants
(1) Hot Poured Sealants
Joint sealants shall conform to ASTM D 3405, "Joint Sealants, Hot Poured, For
Concrete and Asphalt Pavements" for use in joints between portland cement
concrete and bituminous concrete.
Joint sealants shall conform to ASTM D 3406, "Joint Sealants, Hot Poured,
Elastomeric Type" for use in all other joints in portland cement concrete pavement.
IV -14
P (2) Cold Poured Sealants
Joint Sealants shall conform to ASTM C 920, "Specification For Elastomeric Joint
Sealants" for all joints.
Joint sealing material shall be W.R. Meadows "GARDOX" or "SOF-SEAL" or
equivalent as approved by the Engineer.
The material shall adhere to the sides of the concrete joint or crack and shall form an
effective seal against infiltration of water and incompressibles. The material shall be
a soft, highly flexible, rubber like material after curing which shall not track or flow
in the summer nor crack or break when exposed to repeated freeze/thaw cycles.
C. Backer Rod
The backer rod diameter shall be twenty five percent (25%) greater than the .
reservior width. The backer rod material shall be made of polyetrhylene foam,
crosslinked polyethylene foam, polyurethane foam or other material as suggested by
the manufacturer. The compression/deflection of the material shall be
approximately eight pounds per square inch (8 psi) at twenty five percent (25%)
compression. The material shall not melt, shrink, evaporate, be water absorbent, nor
stain and shall be compatible with the application temperature of the sealant.
5. FORMS
Forms for curb and gutter, alley paving and other miscellaneous flatwork may be
either of wood or metal, of a section satisfactory to the Engineer, free of warp, and a
depth equal to the depth of the concrete section formed. Wooden forms shall be kept
moist. Forms shall be constructed accurately to the line and grade as established in
the field. The forms shall be adequately braced so that they will not move during or
after the placing of the concrete. These forms shall remain in place at least eight (8)
hours after placing the concrete. Forms shall be oiled with a light oil before each
use and forms which are to be re -used shall be cleaned immediately after each use
and maintained in good condition. Curb forms shall be such that the face of the curb
can be formed by use of a face form held in place by steel templates. Forms used for
curb construction shall meet all of the above specifications, except that face forms
on curb radii may be omitted if a true section and an accurate flow can be obtained
by other methods as approved by the Engineer. In no case will a concrete pour be
started without the approval of the Engineer. No forms shall be placed until the
compacted subgrade is within one inch (1") of its finished grade. Forms for alley
slabs may be used as a guide for screeding. Where longitudinal construction joints
are required, the form shall be so constructed as to provide a one and one-eighth
inch (1-1/8") "V" shaped groove in the face.
IV -15
Forms for structural concrete shall meet all the specifications above for curb and
gutter, alley paving and other miscellaneous flatwork forms except they shall not be
removed without approval of the Engineer.
6. FLEXIBLE BASE (CALICHE)
A. Description
"Flexible Base (Caliche)" shall consist of a foundation course for surface course or
for other base courses. It shall be composed of caliche and stone materials and shall
be constructed as herein specified in one or more courses in conformity with the
typical sections shown on the plans and to the lines and grades as established by the
Engineer.
B. Material
(1) The material for the base course shall consist of argillaceous limestone,
calcareous or calcareous clay particles, conglomerate, gravel, sand or other
granular materials. The material source shall be approved by the Engineer. All
the acceptable material shall be crushed and returned to the screened material
again in such manner that a uniform product will be produced. Samples for
testing the material shall be taken prior to the compaction operations and will
normally be done at the stockpile. Samples shall be taken in accordance with
ASTM D 75, "Practice For Sampling Aggregates".
Stripping as necessary will be done by the Contractor. No payment will be made
for stripping. The cost for this operation shall be subsidiary to the bid price for
the base material.
(2) The material shall conform to the following gradations when tested in
accordance with ASTM C 136:
Sieve Size 2" 1-1/2" 7/8" 1/2" #4 #40
% retained 0 0-5 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as "Soil Binder" and shall
meet the following requirements when prepared in accordance with Texas
Department of Transportation Test Method Tex- 101-E and ASTM D 4318,
"Standard Test Method For Liquid Limit, Plastic Limit and Plasticity Index of
Soils".
IV -16
The Liquid Limit shall be a maximum of 45; the Plasticity Index shall be a
` maximum of 15 and a minimum of 3; and the Linear Shrinkage shall be a
maximum of 10.
(3) Wet Ball Mill Test of Flexible Base Material
The material, when tested in accordance with Texas Department of
Transportation Test Method Tex -116-E, shall have a maximum allowable value
of 55.
C. In -Place Density Tests
The In-place density tests shall be taken by the City of Lubbock Testing
Laboratory after final compaction of each layer of the base course. ASTM D
2922, "Test Methods For Density of Soil And Soil -Aggregate In Place By
Nuclear Methods (Shallow Depth)" shall be used. Each test shall conform to the
applicable ASTM Specification.
IV -17
0
7. LIME TREATMENT
A. Lime for soil stabilization (road mixed)
f
4
This item shall govern for treating the new or existing subgrade, the existing
.�
4
pavement structure or a combination thereof to be used as subgrade by pulverizing,
adding lime, mixing and compacting the mixed material to the required density.
The lime shall meet the requirements of the Texas Department of Transportation
Standard Construction Specifications, Item 264, "Lime and Lime Slurry" for the type
el,
k
of lime specified.
All aspects of this item including materials, equipment, construction methods,
mixing, compaction methods, reworking, finishing and curing shall conform to the
Texas Department of Transportation Standard Construction Specifications, Item 260,
t
"Lime Treatment For Materials Used As Subgrade".
Prior to treating the existing material, the subgrade material shall be shaped to
conform to the typical sections and elevations shown on the plans or as established by
.�
the Engineer.
w
The stabilized material shall be compacted in accordance with TxDOT Test Method
r
Tex -121-E.
IV -17
0
B. Lime treatment for caliche base courses (road mixed
This item shall govern treating new and/or existing basea and surfacing (with or
without hot mix asphaltic concrete pavement) by pulverizing, adding lime, mixing
and compacting the treated material to the required density.
The lime shall meet the requirements of the Texas Department of Transportation
Standard Construction Specifications, Item 264, "Lime and Lime Slurry" for the
type of lime specified.
All aspects of this item including materials, equipment, construction methods,
mixing, compaction methods, reworking, finishing and curing shall conform to Texas
Department of Transportation Standard Construction Specifications, Item 262,
"Lime Treatment For Base Courses(Road Mixed)".
Prior to treating existing material, the subgrade or base material shall be shaped to
conform to the typical sections and elevations shown on the plans or as established by
the Engineer.
The stabilized material shall be compacted in accordance with TxDOT Test Method
Tex -121-E.
C. Lime Treatment for caliche base courses (plant mixed)
This item shall consist of the construction of a foundation for surface course or
other base courses consisting of a mixture of base material, hydrated lime and
water.
The lime shall meet the requirements of the Texas Department of Transportation
Standard Construction Specifications, Item 264, "Lime and Lime Slurry". Type A
Hydrated Lime shall be used.
All aspects of this item including materials, equipment, proportioning,
construction methods, mixing, compaction, reworking, finishing and curing shall
conform to the Texas Department of Transportation Standard Construction
Specifications, Item 263, "Lime Treated Base(Plant Mixed)".
Prior to treating existing material, the subgrade or base material shall be shaped
to conform to the typical sections and elevations shown on the plans or as
established by the Engineer.
The stabilized material shall be compacted in accordance with TxDOT Test
Method Tex -121-E.
IV -18
8. FLY ASH
Fly ash may be either Class C or Class F as designated by ASTM C 618,
"Standard Specification For Fly Ash and Raw or Calcined Natural Pozzolan For
Use As A Mineral Admixture In Portland Cement Concrete". Fly ash shall also
�^ meet the requirements of the Texas Department of Transportation "Departmental
r Materials Specification: D-9-9800, Fly Ash".
Prior to treating existing material, the subgrade or base material shall be shaped
to conform to the typical sections and elevations shown on the plans or as
established by the Engineer.
Fly ash stabilized materials shall be compacted in accordance with TxDOT Test
Method Tex -127-E.
9. FLY ASH BASE
A. DESCRIPTION
This item shall consist of a foundation course for surface course or other base
courses. It shall be composed of a compacted mixture of crushed cured fly ash
from sources approved by the Engineer, (Once the source is selected the
Contractor shall not change to another source without the Engineer's written
approval). It shall be constructed as herein specified in one or more courses in
conformity with the typical sections shown on the plans and to the lines and
grades as established by the Engineer.
B. MATERIALS
POW
(1) The material for the base course shall consist of a fly ash which has set, cured,
been mined, crushed and sized. The crushed, cured fly ash shall be free of
injurious or hazardous products, organic materials, or other foreign matter.
t
(2) The material shall comply with either Class 2 or Class 3 Industrial Waste
Requirements set forth in 30 Texas Administrative Code, Section 335.506 and
Section 335.507.
C. TRIAXIAL SHEAR TEST OF FLY ASH BASE MATERIAL
The material, when tested in accordance with Texas Department of Transportation
Test Method Tex -117-E, shall be in a Triaxial Class not less than Class 1.
IV- 19
D. IN-PLACE DENSITY TESTS
The In-place density tests shall be taken by the City of Lubbock Testing
Laboratory after final compaction of each layer of the base course. ASTM D
2922, "Test Methods For Density of Soil And Soil -Aggregate In Place By Nuclear
Methods (Shallow Depth)" shall be used. Each test shall conform to the applicable
ASTM Specification.
10. ASPHALT STABILIZED BASE (PLANT MIX)
Description
This item shall consist of base courses to be composed of a compacted mixture
of graded gravel base material from sources approved by the Engineer, (Once the
source is selected the contractor shall not change to another source without the
Engineer's written approval).
A. Asphalt Stabilized Materials for Base Mixture
The asphaltic material shall be mixed hot in a mixing plant approved by the
Engineer. The percent (%) asphalt content shall be determined by the
Engineer in accordance with Texas Department of Transportation Test
Method Tex -126-E and Texas Department of Transportation Test Method Tex -
204 -F or other established procedures.
B. Materials
(1) Mineral Aggregate (Graded Gravel)
The material shall be crushed and shall be screened as necessary to meet the
requirements hereinafter specified and shall consist of durable aggregate
particles otherwise specified below.
This mixture shall conform to the Texas Department of Transportation
Standard Construction Specification, Item 345, "Asphalt Stabilized Base
(Plant Mix)".
IV -20
(3) Gradation
Unless otherwise specified, the grading of the mineral
aggregate shall conform to the limitations as shown
below:
Grade 4 -- Grading requirements percent retained -sieves
1-1/2" 7/8" 1/219 #4 #40
0 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the
following requirements when tested in accordance with the Texas Department of
Transportation Test Method Tex -101-E procedure:
The liquid limit shall not exceed................45
The plasticity index shall not exceed ............ 15
The linear shrinkage shall not exceed.............5
Samples for testing the material shall be taken prior to the mixing operations.
Where more than one material is used, tests will be on the combined materials.
The mineral aggregate shall not contain more than one-half of one percent (0.5%)
moisture prior to entering the pugmill for mixing with asphalt.
C. Asphaltic Materials for Paving
Asphalt for the paving mixture shall be of the type as determined by the Engineer
and shall meet the requirements of Texas Department of Transportation Standard
IV -21
F
(2) Stockpiling, Storage, Proportioning and Mixing
Prior to the mixing operations with asphaltic material,processed mineral
aggregate shall be stockpiled on an area previously cleared of trash, weeds and
grass and smoothed as directed by the Engineer. The aggregate stockpiles
shall be not less than ten feet (10') in height and constructed in layers not
exceeding eighteen inches (18") in depth or as directed by the Engineer. The
plant shall have and maintain at least a two (2) day supply of aggregate on
hand unless otherwise directed by the Engineer. Material shall be stockpiled in
such a manner as to prevent segregation of aggregate and mixing of aggregate
from stockpiles and/or other sources. The gradation requirements for the
'R
individual stockpiles and proportioning from these stockpiles shall be the
contractor's responsibility.
(3) Gradation
Unless otherwise specified, the grading of the mineral
aggregate shall conform to the limitations as shown
below:
Grade 4 -- Grading requirements percent retained -sieves
1-1/2" 7/8" 1/219 #4 #40
0 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the
following requirements when tested in accordance with the Texas Department of
Transportation Test Method Tex -101-E procedure:
The liquid limit shall not exceed................45
The plasticity index shall not exceed ............ 15
The linear shrinkage shall not exceed.............5
Samples for testing the material shall be taken prior to the mixing operations.
Where more than one material is used, tests will be on the combined materials.
The mineral aggregate shall not contain more than one-half of one percent (0.5%)
moisture prior to entering the pugmill for mixing with asphalt.
C. Asphaltic Materials for Paving
Asphalt for the paving mixture shall be of the type as determined by the Engineer
and shall meet the requirements of Texas Department of Transportation Standard
IV -21
F
Construction Specifications, Item 300, "Asphalt, Oils, and Emulsions." The grade
of asphalt used shall be designated by the Engineer. The Contractor shall notify the
Engineer of the source of his asphaltic material prior to design or production of the
asphaltic mixture and this source shall not be changed during the course of the
project, except when authorized by the Engineer:
(1) Asphaltic Stabilized Mixture
The mixture shall consist of a uniform blend of mineral aggregate and asphaltic
material. The mineral aggregate shall conform to the gradation requirements as
shown in the specifications or on the plans. The asphaltic material shall form from
four percent (4%) to nine percent (9%) of the mixture by weight. The design percent
asphalt to be used shall be determined in accordance with Texas Department of
Transportation Test Method Tex -126-E or Texas Department of Transportation Test
Method Tex -204-F and procedures outlined in the Texas Department of
Transportation Bulletin C-14. The percent of asphalt in the mix shall be determined
by ASTM D 2172, "Test Method For Quantitative Extraction of Bitumen From
Bituminous Paving Mixtures"; ASTM D 4125, "Method of Test for asphalt
content of Bituminous Mixtures by Nuclear Method"; Texas Department of
Transportation Test Method Tex -210-F or Texas Department of Transportation Test
Method Tex -126-F as applicable. R
(2) Tack Coat
Asphaltic materials shall conform with Texas Department of Transportation
Standard Construction Specifications, Item 300, "Asphalts, Oils, and Emulsions, as
approved by the Engineer.
(3) Tolerances
The Engineer will designate the asphalt content to beused in the mixture after design
tests have been made with the aggregate to be used in the project. When tested as
determined by the Engineer, samples of the mixture shall not vary from the asphalt
content designated by the Engineer by more than two-tenths ofone percent (0.2%)
dry weight based on total mixture.
Asphaltic concrete pavement and asphaltic stabilized base shall be machine layed
and the equipment shall conform with Texas Department of Transportation
Standard Construction Specifications, Item 340,"Hot Mix Asphaltic Concrete
Pavement".
IV -22
! 11.EQUIPMENT - MIXING PLANTS BLACK BASE AND HOT -MIX
All equipment for the handling of all materials and mixing and placing of the
mixture shall be maintained in good repair and operating condition and subject to
approval of the Engineer. Any equipment found to be defective and affecting the
quality of the mixture will be replaced.
Mixing plants may be the weigh -batch type or the continuous mixing type or the
drum mix type. All types of plants shall be equipped with satisfactory conveyors,
power units, aggregate handling equipment, bins and dust collectors and shall consist
of the following essential pieces of equipment.
When requested by the Engineer, weigh -batch and continuous types of mixing plants
shall be equipped with automatic proportioning devices in accordance with the
requirements of Texas Department of Transportation Standard Construction
Specifications, Item 520, "Weighing and Measuring Equipment." If automatic recording
devices are required by the plans, they shall be in accordance with the Texas Department
of Transportation Standard Construction Specifications, Item 520, "Weighing and
Measuring Equipment."
A. Weigh -Batch Type
1) Cold Aggregate Bin Unit and Proportioning Device
The number of compartments in the cold aggregate bin shall be equal to or
greater than the number of stockpiles of individual materials to be used.
The bin shall be of sufficient size to store the amount of aggregate required to
keep the plant in continuous operation and of proper design to prevent
overflow of material from one compartment to another. The proportioning
device shall be such as will provide a uniform and continuous flow of
aggregate in the desired proportion to the dryer. Each aggregate shall be
proportioned from a separate bin.
(2) Dryer
The dryer shall be the type that continually agitates the aggregate during
heating and in which the temperature can be so controlled that the aggregate
will not be injured in the necessary drying and heating operations required to
obtain a mixture of the specified temperature. The burner, or combination of
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
r�
' IV -23
ir-,
I
shall adhere to the heated aggregate. A recording thermometer shall be
provided which will record the temperature of the aggregate prior to the
mixing operation. The dryer shall be of sufficient size to keep the plant in
continuous operation.
(3) Screening and Proportioning
The screening capacity and size of the hot aggregate bins shall be sufficient to
screen and store the amount of aggregate required to properly operate the plant
and to keep the plant in continuous operation at full capacity. The hot bins
shall be constructed so that oversize and overloaded material will be discarded
through overflow chutes. Provisions shall be made to enable inspection forces
to have easy and safe access to the proper location on the mixing plant where
representative samples may be taken from the hot bins for testing. The plant
shall be equipped with at least three hot bins. The aggregate shall be separated
into the number of bins indicated on the plans or as directed by the Engineer.
(4) Aggregate Weigh Box and Batching Scales
The aggregate weigh box and batching scales shall be of sufficient capacity to
hold and weigh a complete batch of aggregate. The weigh box and scales shall
conform to the requirements of Texas Department of Transportation Item 520,
"Weighing and Measuring Equipment."
(5) Asphaltic Material Bucket and Scales
The asphaltic material bucket and scales shall be of sufficient capacity to hold
and weigh the necessary asphaltic material for one, batch. If the material is
measured by weight, the bucket and scales shall conform to Texas Department
of Transportation Standard Construction Specifications, Item 520, "Weighing
and Measuring Equipment." If a pressure type flow meter is used to measure
the asphaltic material, it must comform to Texas Department of
Transportation Standard Construction Specifications, Item 520, "Weighing
and Measuring Equipment". This system shall include an automatic
temperature compensation device to ensure a constant percent by weight of
asphaltic material in the mixture.
IV -24
r
(6) Mixer
The mixer shall be of the pugmill type and shall have a capacity of not less
than three thousand pounds (3,000#) of natural aggregate mixture in a single
batch, unless otherwise shown on the plans. The number and position of
blades shall provide a uniform mix. The mixer shall be equipped with an
approved spray bar that will distribute the asphaltic material quickly and
uniformly throughout the mixer. Any mixer that has a tendency to segregate
the mineral aggregate or fails to secure a thorough and uniform mixture with
the asphaltic material shall not be used. This shall be determined by mixing
the standard batch for the required time, then dumping the mixture, taking
samples from its different parts and testing by Test Method Tex -210-F to
show that the batch is uniform throughout. All mixers shall be provided with
an automatic timer that will lock the discharge doors of the mixer for the
required mixing period. The dump door or doors and the shaft seals of the
mixer shall be tight enough to prevent spilling of aggregate or mixture from
the mixer.
(7) Surge -Storage System
A surge storage system may be used. It shall be adequate to minimize
production interruptions during the normal day's operation. A device such as a
gob hopper or other similar devices approved by the Engineer to prevent
�.., segregation in the surge storage bin will be required. If the Contractor elects to
t use a surge storage system, scales conforming to the requirements outlined
` herein will be required.
(8) Scales
Scales may be standard platform truck scales or other equipment such as
weigh hopper (suspended) scales approved by the Engineer. All scales shall
conform to the Texas Department of Transportation Standard Construction
Specifications, Item 520, "Weighing and Measuring Equipment". If truck
scales are used, they shall be placed at a location approved by the Engineer. If
other weighing equipment is used, the Engineer may require weight checks by
truck scales for the basis of approval of the equipment.
IV -25
B. Continuous Mixing Type
(1) Cold Aggregate Bin Unit and Proportioning Device
The number of compartments in the cold aggregate bin shall be equal to or
greater than the number of stockpiles of individual materials to be used.
The bin shall be of sufficient size to store the amount of aggregate
required to keep the plant in continuous operation and of proper design to
prevent overflow of material from one compartment to another. The
proportioning device shall be such as will provide a uniform and
continuous flow of aggregate in the desired proportioning to the dryer.
Each aggregate shall be proportioned from a separate bin.
(2) Drier
The dryer shall be the type that continually agitates the aggregate during
heating and in which the temperature can be so controlled that the
aggregate will not be injured in the necessary drying and heating
operations required to obtain a mixture of the specified temperature. The
burner, or combination of burners, and type of fuel used shall be such that
in the process of heating the aggregate to the desired or specified
temperature, no residue from the fuel shall adhere to the heated aggregate.
A recording thermometer shall be provided which will record the
temperature of the aggregate prior to the mixing operation. The dryer shall
be of sufficient size to keep the plant in continuous operation.
(3) Screening and Proportioning
The screening capacity and size of the hot aggregate bins shall be sufficient to
screen and store the amount of aggregate required to properly operate the
plant and to keep the plant in continuous operation at full capacity. The
hot bins shall be constructed so that oversize and overloaded material will
be discarded through overflow chutes. Provisions shall be made to enable
inspection forces to have easy and safe access to the proper location on
the mixing plant where representative samples may be taken from the hot
bins for testing. The plant shall be equipped with at least three hot bins.
The aggregate shall be separated into the number of bins indicated on the
plans or as directed by the Engineer. (4) Hot Aggregate Bin
IV -26
0
The hot bins shall be so constructed that oversize and overloaded material will
be discarded through an overflow chute. Hot aggregate bins that become
�-. deficient in material shall activate a switch that automatically stops the
plant until proper adjustments are made.
(5) Hot Aggregate Proportioning Device
The hot aggregate proportioning device shall be so designed that when
properly operated, a uniform and continuous flow of aggregate into the
mixer will be maintained.
(6) Asphaltic Material Spray Bar
The asphaltic material spray bar shall be so esigned that the asphalt will spray
continuously into the mixer.
(7) Asphaltic Material Meter
An asphaltic material recording meter meeting the requirements of the Texas
Department of Transportation Standard Construction Specifications, Item 520,
Weighing and Measuring Equipment", shall be placed in the asphalt line leading
to the spray bar so that the cumulative amount of asphalt used can be accurately
determined. Provisions of a permanent nature shall be made for checking the
accuracy of the meter output. The asphalt meter and line to the meter
shall be protected with a jacket of hot oil or other approved means to maintain
the temperature of the line and meter at or near that temperature specified for the
asphaltic material. Unless otherwise shown on the plans, the temperature of the
asphaltic material entering the recording meter shall be maintained at plus or
minus 10° F (± 10°F) (f 6°C) of the temperature at which the asphalt metering
pump was calibrated and set. Inability to maintain this tolerance in temperature
shall result in an adjustment of the pay quantity for the asphaltic material.
If a pressure type flow meter is used to measure the asphaltic material, the
requirements of the Texas Department of Transportation, Item 520" Weighing
and Measuring Equipment", shall apply.
IV -27
(8) Mixer
The mixer shall be of the pugmill continuous type and shall have a capacity of
not less than forty (40) tons of mixture per hour. Any mixer that has a
tendency to segregate the aggregate or fails to secure a thorough and uniform
mixing of the aggregate with the asphaltic material shall not be used. The dam
gate at the discharge end of the pugmixer and/or pitch of the mixing paddles
shall be so adjusted to maintain a level of mixture in the pug mixer between the
shaft and the lower paddle tip (except at the discharge end).
(9) Surge Storage System
A surge storage system may be used. It shall be adequate to minimize production
interruption during the normal day's operation. A device such as a gob hopper or
other similar devices approved by the Engineer to prevent segregation in the
surge storage bin will be required. If the Contractor elects to use a surge
storage system, scales conforming to the requirements outlined herein will be
required.
(10) Scales
Scales may be standard platform truck scales or other equipment such as weigh
hopper (suspended) scales approved by the Engineer. All scales shall conform to
the Texas Department of Transportation Standard Construction Specifications,
Item 520,"Weighing and Measuring Equipment." If truck scales are used, they
shall be placed at a location approved by the Engineer. If other weighing
equipment is used, the Engineer may require weight checks by truck scales for
the basis of approval of the equipment.
C. Drum Mix Plant
Unless otherwise shown on the plans, the Contractor may, at his option elect to
use the drum mixing process in the mixing of asphalt stabilized base material.
The plant shall be adequately designed and constructed for the process of mixing
aggregates and asphalt in the dryer -drum without preheating the aggregates. The
plant shall be equipped with satisfactory conveyors, power units, aggregate
handling equipment and feed controls and shall consist of the following essential
pieces of equipment.
IV -28
(1) Cold Aggregate Bin Unit and Feed System
The number of bins in the cold aggregate bin unit shall be equal to or greater
than the number of stockpiles of individual materials to be used.
The bins shall be of sufficient size to store the amount of aggregate required to
keep the plant in continuous operation and of proper design to prevent
overflow of material from one bin to another bin. The feed system shall
provide a uniform and continuous flow of aggregate in the desired proportion
of the mixer. Each aggregate shall be proportioned in a separate bin with total
and proportional control.
The system shall provide positive weight measurement of the combined cold
aggregate feed by use of belt scales or other approved devices. Provisions of a
permanent nature shall be made for checking the accuracy of the measuring
device as required by Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and Measuring
Equipment". When a belt scale is used, mixture production shall be
maintained so that the scale normally operates between fifty percent (50%)
and one hundred percent (100%)of its rated capacity. Belt scale operation
below fifty percent (50%) of the rated capacity may be allowed by the
Engineer if accuracy checks show the scale to meet the requirements of the
Texas Department of Transportation Standard Construction Specifications,
Item 520, "Weighing and Measuring Equipment", at the selected rate and it
can be satisfactory demonstrated to the Engineer that mixture uniformity and
quality have not been adversely affected.
(2) Scalping Screen
A scalping screen shall be required, unless otherwise shown on the plans, and
shall be located ahead of any weighing device.
(3) Asphaltic Material Measuring System
An asphaltic material measuring device meeting the requirements of the Texas
Department of Transportation Standard Construction Specifications, Item 520,
�.."Weighing and Measuring Equipment", shall be placed in the asphalt line
leading to the dryer -drum mixer so that the cumulative amount of asphalt used
can be accurately determined. Provisions of a permanent nature shall be made
r for checking the accuracy of the measuring device output. The asphalt
measuring device and line to the measuring device shall be protected with a
jacket of hot oil or other approved means to maintain the temperature of the
IV -29
r
line and measuring device near that temperature specified for the asphaltic
material. The measuring system shall include an automatic temperature
compensation device to maintain a constant percent by weight of asphaltic
material in the mixture. Unless otherwise shown on the plans, the temperature
of the asphaltic material entering the measuring device shall be maintained at
plus or minus 10°F (6°C) of the temperature at which the asphalt measuring
device was calibrated and set.
If a pressure type flow meter is used to measure the asphaltic material, the
requirements of the Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and Measuring
Equipment", shall apply.
(4) Synchronization Equipment for Feed Control
System
The asphaltic material feed control shall be coupled with the total aggregate
weight measurement device in such manner as to automatically vary the
asphalt feed as required to maintain the required proportion.
(5) Drum Mix
The drum mixing system shall be of the type that continually agitates the
aggregate and asphalt mixture during heating and in which the temperature
can be so controlled that the aggregate and asphalt will not be damaged in the
necessary drying and heating operations required to obtain a mixture of the
specified temperature. A continuously recording thermometer shall be
provided which will indicate the temperature of the mixture as it leaves the
drum mixer.
(6) Surge Storage System
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.
IV -30
i
(7) Scales
Scales may be standard platform truck scales, belt scales or other equipment
such as weigh hopper (suspended) scales approved by the Engineer. All scales
shall conform to the Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and Measuring
Equipment". If truck scales are used, they shall be placed at a location
approved by the Engineer. If other weighing equipment is used, the Engineer
may require weight checks by truck scales for the basis of approval of the
equipment.
D. Asphaltic Material Heating Equipment
Asphaltic material heating equipment shall be adequate to heat the amount of
asphaltic material required to the desired temperature. Asphaltic material may be
heated by steam coils which shall be absolutely tight. Direct fire heating of asphaltic
materials will be permitted, provided the heater used maintains a positive circulation
of the asphalt throughout the heater without damage to the asphalt. Agitation with
steam or air will not be permitted. The heating apparatus shall be equipped with a
recording thermometer with a 24-hour chart that will record the temperatures of the
asphaltic material at the highest temperature.
E. Spreading And Finishing Machine
The spreading and finishing machine shall be of a type approved by the Engineer,
shall be capable of producing a surface that will meet the requirements of the typical
cross section and the surface test, when required, and when the mixture is dumped
directly into the finishing machine shall have adequate power to propel the delivery
vehicles in a satisfactory manner. The finishing machine shall be equipped with a
flexible spring and/or hydraulic type hitch sufficient in design and capability to
{.. maintain contact between the rear wheels of the hauling equipment and the pusher
rollers of the finishing machine while the mixture is being unloaded.
�-, The use of any vehicle which requires dumping directly into the finishing machine
and which the finishing machine cannot push or propel in such a manner as to obtain
the desired lines and grades without resorting to hand finishing will not be allowed.
.� Vehicles dumping directly or indirectly into the finishing machine shall be so
designed and equipped that unloading into the finishing machine can be
mechanically and/or automatically operated in such a manner that overloading the
finishing machine being used cannot occur and the required lines and grades will be
obtained without resorting to hand finishing.
IV -31
Unless otherwise shown on the plans, dumping of the asphaltic mixture in a
windrow and then placing the mixture in the finishing machine with loading
equipment will be permitted provided that the loading equipment is constructed and
operated in such manner that substantially all of the mixture deposited on the
roadbed is picked up and loaded in the finishing machine without contamination by
foreign material of the mixture and excessive temperature loss is not encountered.
The loading equipment will be so designed and operated that the finishing machine
being loaded will obtain the required line, grade and surface without resorting to
hand finishing. Any operation of the loading equipment resulting in the
accumulation and subsequent shedding of this accumulated material into the
asphaltic mixture will not be permitted.
Automatic screed controls, if required, shall meet the requirements of the Texas
Department of Transportation Standard Construction Specifications Item 342, "Plant
Mix Seal".
F. Rollers
It shall be the responsibility of the Contractor to have rolling equipment available on
the job to properly compact the paving mixture in place as required without delay to
the laydown operation. Rollers provided shall meet the qualifications for their type
as follows:
(1) Pneumatic Tire Rollers (Required on all Black
Base and Hot Mix Surfacing)
The rollers shall be acceptable medium pneumatic tire rollers conforming to
the requirements of Texas Department of Transportation Standard
Construction Specification Item 213, "Rolling (Pneumatic Tires)," Type B,
unless otherwise specified on the plans.
(2) Two Axle Tandem Roller (Required on All Hot Mix
Surfacing)
This roller shall be an acceptable power -driven tandem roller weighing not
less than eight (8) tons.
IV -32
r
!^ (3) Three Wheel Roller (Required on All Black Base
and Hot Mix Surfacing)
This roller shall be an acceptable power -driven three wheel roller weighing
not less than ten (10) tons.
(4) Three Axle Tandem Roller
This roller shall be an acceptable power -driven three axle roller weighing not
less than ten (10) tons.
(5) Trench Roller
This roller shall be an acceptable power -driven trench roller equipped with
sprinkler for keeping the wheels wet and an adjustable road wheel so that the
roller may be kept level during rolling. The drive wheel shall be not less than
twenty inches (20") wide. The roller under working conditions shall produce
not less than three hundred twenty five (325) pounds per linear inch of roller
width and be so geared that a speed of approximately one and eight -tenths
(1.8) miles per hour is obtained in low gear.
(6) Vibratory Steel -Wheel Roller (Required on all
` Black Base)
This roller shall have a minimum weight of six (6) tons. The compactor shall
be equipped with amplitude and frequency controls and specifically designed
to compact the material on which it is used, and shall be operated in
accordance with the manufacturer's recommendations or as directed by the
Engineer.
(7) Straightedges and Templates
When directed by the Engineer, the Contractor shall provide acceptable ten
feet (10') straightedges for surface testing. Satisfactory templates shall be
provided as required by the Engineer.
IV -33
(8) Alternate Equipment
When permitted by the Engineer in writing, equipment other than that
specified which will consistently produce satisfactory results may be used.
(9) Inspection
It will be the Contractor's responsibility to provide safe and accurate means to
enable inspection forces to take all required samples, and to provide
permanent means for checking the output of any specified metering device
and to perform the calibration checks as required by the Engineer.
G: Stockpiling, Storage And Mixing
(1) Stockpiling of Aggregates
Prior to mixing operations with asphaltic material, processed mineral
aggregate shall be stockpiled on an area previously cleared of trash, weeds and
grass and shall be smoothed and well drained as directed by the Engineer.
The aggregate stockpiles shall be not less than ten feet (10') in height and
constructed in layers not exceeding eighteen inches (18") in depth or as
directed by the Engineer. The plant shall have and maintain at least a two-day
supply of aggregates on hand at all times, unless otherwise directed by the
Engineer. Material shall be stockpiled in such a manner as to prevent
segregation of aggregate and mixing of aggregates from stockpiles and/or
other sources and will not allow contamination with foreign material. More
than one stockpile will be permitted unless otherwise shown on plans. The
gradation requirements for the individual stockpiles and proportioning from
these stockpiles will be the Contractor's responsibility as approved by the
Engineer.
(2) Storage and Heating of Asphaltic Materials
The asphaltic material storage shall be ample to meet the requirements of the
plant. Asphalt shall not be heated to a temperature in excess of that specified
in Texas Department of Transportation Standard Construction Specifications
Item 300, "Asphalts, Oils and Emulsions". All equipment used in the storage
and handling of asphaltic material shall be kept in a clean condition at all
times and shall be operated in such manner that there will not be
contamination with foreign matter.
IV -34
r-
(3) Feeding and Drying of Aggregate
The feeding of various sizes of aggregate to the dryer shall be done through
the cold aggregate bins and the proportioning device in such a manner that a
uniform and constant flow of materials in the required proportions will be
maintained. The aggregate shall be dried and heated to the temperature
necessary to produce a mixture having the specified temperature. In no case
shall the aggregate be introduced into the mixture unit at a temperature more
than 400°F (204° Q.
(4) Proportioning
�-. The proportioning of the various materials entering the asphaltic mixture shall
be the responsibility of the Contractor as approved by the Engineer and in
accordance with these specifications. The asphaltic material and aggregates
r maybe proportioned by weight or by volume based on weight using the
# specified equipment.
(5) Mixing
(a) Weigh -Batch Type Mixer
In the charging of the weigh box and in the charging of the mixer from the
weigh box such methods or devices shall be used as are necessary
to secure a uniform asphalt mixture. In introducing the batch into the mixer, all
mineral aggregate shall be introduced first and shall be
mixed thoroughly for a period of five (5) seconds to twenty (20) seconds or as
directed, to uniformly distribute the various sizes throughout the batch before
the asphaltic material is added. The asphaltic material shall then be added and
the mixing continued for a total mixing period of not less than thirty (30)
seconds. This mixing period may be increased, if in the opinion of the
Engineer, the mixture is not uniform or the aggregates or not properly coated.
The differential in temperature of the aggregates and the asphalt as they enter
the pugmixer shall not exceed 25° F (14°C).
Temporary storing or holding of the asphaltic mixture by the surge storage
system may be used during the normal day's operation. Overnight storage will
not be permitted unless authorized in the plans or in writing by the Engineer.
The mixture coming out of the surge storage bin must be of equal quality to that
coming out of the mixer.
IV -35
(b) Continuous -Type Mixer
The amount of aggregate and asphaltic material entering the mixer and
the rate of travel through the mixer shall be so coordinated that a
uniform
mixture of the specified grading and asphalt content will be produced.
The differential in temperature of the aggregates and the asphalt as
they enter the pugmixer shall not exceed 25° F (14° Q.
Checks on asphalt used shall be made at least twice daily comparing the
asphalt used in ten (10) loads of completed mix as shown on the asphalt
recording meter and the design amount for these ten (10) loads. The
acceptable percent of variation between the asphalt used and the design
amount will be as shown on the plans or as determined by the Engineer.
Temporary storing or holding of the asphaltic mixture by the surge
storage system may be used during the normal day's operation. Overnight
storage will not be permitted unless authorized in the plans or in writing
by the Engineer. The mixture coming out of the surge storage bin must be
of equal quality to that coming out of the mixer.
(c) Drum -mix Plant
The amount of aggregate and asphaltic material entering the mixer and
the rate of travel through the mixing unit shall be so coordinated that a
uniform mixture of the specified grading and asphalt content will be
produced.
Temporary storing or holding of the asphaltic mixture by the surge
storage system will be required during the normal day's operation.
Overnight storage will not be permitted unless authorized in the plans or
in writing by the Engineer. The mixture coming out of the surge
storage bin must be of equal quality to that coming out of the mixer. The
mixture, when discharged from the plant, shall not have a moisture
content greater than one percent (1%) by weight unless otherwise shown
on the plans and/or specified by the Engineer. The moisture content shall
be determined in accordance with Test Method Tex -212-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 300° F (149° C) and 3500 F (177° C) when discharged from the
mixer. The Engineer will approve the temperature within the above
IV -36
row
s
y
r
limitations. The mixture when discharged from the mixer shall not vary
from this selected temperature more than 25° F (14° Q. In no case
shall the temperature exceed 360° F (182° Q.
H. Construction Methods
(1) Temperature Requirements
A. Hot Mix Asphaltic Concrete (HMAC) - November 1 st until April 1 st
1. The asphaltic mixture shall not be placed when the
air temperature is below 55° F (13° C) and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 50° F (10° C) and rising.
B. Hot Mix Asphaltic Concrete (HMAC) - April 2nd until October 31 st
1. The asphaltic mixture shall not be placed when the
air temperature is below 50° F (10° C) and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 45° F (7° C)and rising.
C. Asphalt Stabilized Base
1. The asphaltic mixture shall not be placed when the air temperature is below 45°
F (7° C) and falling.
2. The asphaltic mixture may be placed when the air temperature is above 40° F (4°
C)and rising.
The Engineer shall use his discretion to require a cover over the asphaltic mixture
when being hauled from the plant to the job site. The air temperature shall be
determined by the Engineer or City Representative. The air temperature shall be
taken in the shade away from artificial heat or as reported by the National Weather
Service on their hourly report (telephone no. 762-0141). The air temperature taken
at the jobsite by the Engineer or City Representative shall take precedence over the
National Weather Service temperature at the Engineer's discretion. It is further
IV -37
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 (14° C) or more below the temperature approved by the
Engineer, all or any part of the load may be rejected and payment will not be made
for the rejected material.
(2) Prime Coat
The prime coat shall consist of an application of twenty- five hundredths (0.25)
gallon per square yard of RC asphalt.
The asphalt stabilized base shall not be applied on a previously primed course until
the prime coat has completely cured to the satisfaction of the Engineer.
(3) Tack Coat
Before the asphaltic mixture is laid, the surface upon which the tack coat is to be
placed shall be cleaned with'a power broom thoroughly to the satisfaction of the
Engineer. The surface shall be given a uniform application of tack coat using
asphaltic materials of this specification. The tack coat shall be applied, as directed
by the Engineer.
Where the asphaltic mixture will adhere to the surface on which it is to be placed
without the use of a tack coat, the tack coat may be eliminated by the Engineer. All
contact surfaces of curbs and structures and all joints shall be painted with a thin
uniform coat of the asphaltic material meeting the requirements for tack coat.
During the application of the tack coat, care shall be taken to prevent splattering of
the adjacent pavement, curb and gutter and structures. The tack coat shall be rolled
with a pneumatic tire roller when directed by the Engineer.
The tack coat between asphaltic materials shall consist of the application of one
tenth (0.1) gallon per square yard of AC -10 asphalt.
(4) Transporting
The asphaltic mixture, prepared as specified above shall be hauled to the work in
tight vehicles previously cleaned of all foreign material. The dispatching of the
vehicles shall be arranged so that all material delivered may be placed, and all
IV -38
f
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,
r if necessary, to prevent mixture from adhering to the body. In cool weather or for
long hauls, canvas covers and insulating of truck bodies may be required. Vehicles
of the semi -trailer type are prohibited.
(5) Placing
Generally, the asphaltic mixture shall be dumped and spread on the approved
prepared surface with the specified spreading and finishing machine. When properly
compacted, the finished course will be smooth, of uniform density, and will conform
with the typical sections shown on the plans and to the lines and grades established
by the Engineer. During the application of asphaltic material, care shall be taken to
prevent splattering of adjacent pavement, curb and gutter and structures.
Flo The mixture shall be spread and compacted in layers or lifts as specified on the
plans or as directed by the Engineer. The sequence of compacting shall be such that
undue displacement of the edge of the course does not occur. On deep lifts, the edge
" of the course may be rolled with a motor grader wheel or similar equipment or
supported by blading a roll of earth against the edge of the course prior to
compacting the surface.
When the asphaltic mixture is placed in a narrow strip along the edge of an existing
pavement, or used to level up small areas of an existing pavement or placed in small
irregular areas where the use of a finishing machine is not practical, the finishing
machine may be eliminated when authorized by the Engineer, provided a
satisfactory surface can be obtained by other approved methods.
I. Compacting
(1) As directed by the Engineer, the asphalt stabilized base shall be compacted
r~ 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
k the desired compaction as would be expected of the specified equipment, as
determined by the Engineer, its use shall be discontinued. When directed by the
Engineer, the initial compaction shall be accomplished with pneumatic tire
rollers.
IV -39
(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
The edges of the pavement along curbs, headers and similar structures, and all
places not accessible to the roller, or in such positions as will not allow
thorough compaction with the rollers, shall be thoroughly compacted with
lightly oiled tamps.
Compaction shall be completed before the asphaltic mixture cools below 185° F
(85° C)
J. Surface Finish
The compacted material shall conform to the typical cross sections, lines and grades
as shown on plans and directed by the Engineer and shall have a smooth surface
with a reasonably uniform texture acceptable to the Engineer. Unacceptable
finished surfaces may be corrected by the placement of additional mixture, all at
the expense of the Contractor.
IV -40
rr K. Protection Of The Work And Opening To Traffic
i
The completed asphalt stabilized base course shall be opened to traffic as provided
by the plans and as directed by the Engineer. All construction traffic allowed on the
base course shall comply with the State of Texas and City of Lubbock laws and
r ordinances governing traffic on highways unless otherwise authorized by the
Engineer. When another roadway surface is provided for the traveling public and
construction traffic through the project, the Engineer may prohibit traffic on the
' completed base course.
r
a
L. In -Place Density Tests
City personnel will provide density tests and results throughout the construction
process at no cost to the contractor. In the event the original tests fail, all retests as
necessary will be the cost of the Contractor. Samples of the completed pavement
shall be removed from locations designated by the Engineer to enable him to
determine the composition, compaction, and density of the pavement. Samples for
each day or fraction thereof shall be taken by City personnel. The contractor shall
replace the pavement removed from core holes with material approved by the
Engineer at no cost to the City. If the pavement is deficient in composition,
compaction, or thickness, satisfactory correction shall be made by the Contractor as
directed by the Engineer.
12. ASPHALTS, OILS and EMULSIONS
Asphalts used on all City of Lubbock paving projects shall comply with Texas
Department of Transportation Standard Construction Specifications, Item 300,
"Asphalts, Oils and Emulsions".
A. Asphalt Cement
The asphalt cement shall be homogeneous, free from water, shall not foam when
heated to 347°F (161'C) and shall conform to the requirements of Texas Department
of Transportation Standard Construction Specifications, Subarticle 300.2.(1),
Table 1.
IV -41
B. Latex Modified Asphalt
(1) Latex Additive
Latex additive shall be an emulsion of stryene- butadiene low temperature
copolymer in water. The emulsion shall have good storage stability and possess the
following properties:
Monomer ratio of Latex
butadiene to styrene (73±5) _ (27±5)
Minimum Solids Content
percent by weight 45
Viscosity of Emulsion at
(77±1)°F, cps, max
(No. 3 spindle, 20 RPM,
Brookfield RVT Viscometer) 2000
The manufacturer shall furnish the actual styrene- butadiene rubber (SBR) content for
each batch of latex emulsion. This information shall accompany all shipments to
facilitate proper addition rates.
(2) Latex Modified Asphalt Cement
This material shall consist of AC -10 asphalt cement in accordance with Texas
Department of Transportation Standard Construction Specifications, Subarticle 300.2.(1) to
which has been added a styrene -butadiene rubber latex. The amount shown is based on latex
solids in the finished asphalt cement -latex blend. Possible combinations and their
intended uses are as follows:
Material Use
AC -5 + 2% latex solids Seal coats and surface treatments
AC -10 + 2% latex solids Seal coats and surface treatments or asphaltic
concrete
AC -10 + 3% latex solids Asphaltic Concrete
The finished asphalt cement -latex additive blend shall be smooth, homogeneous and
comply with the following requirements:
IV -42
IMinimum SBR content, percent by wt. solids (IRI 2.0 I 2.0 I 3.0
Penetration, 1008, 5 sec, 77°F min
120
80
75
Viscosity, 140°F, poises, minimum
700
1300
1600
Viscosity, 275°F, poises, maximum
7.0
8.0
12.0
Ductility, 39.2°F, 1 cm/min, cm, minimum
-
-
100
Ductility, 39.2°F, 5 cm/min, cm, minimum
70
60
-
Separation of polymer, 3250F**
NONE
NONE
NONE
* The asphalt supplier shall furnish the City of Lubbock testing laboratory samples of the
base asphalt and latex emulsion used in making the finished product.
** A 350 gram sample of the asphalt cement -latex additive blend is stored for forty eight
(48) hours at 325°F (163°C). Upon completion of the storage time the sample is
visually examined for separation of rubber from the asphalt (smoothness and
homogeneity). If a question still exists about the rubber, a sample will be taken from
the top and bottom for Infrared Spectroscopy analysis to determine actual rubber
contents. A difference of four -tenths percent (0.4%) or more between the top and
bottom concentration levels constitutes separation. When the latex modified asphalt is
to be used in asphaltic concrete and the latex additive is introduced separately at the
mix plant, either by injection into the asphalt line or into the mixer, -the compatibility
and stability of the asphalt cement -latex additive combination shall be determined by
preparing a laboratory blend and storing it for five. (5) hours at 325°F (163°C). Upon
completion of storage time, the sample shall be examined as indicated above.
Material storage, heating and application temperatures shall comply with Texas Department
of Transportation Standard Construction Specifications, Subarticle 300.3. supplemented by
the following:
IV -43
Type -Grade
Recommended
temp range
Maximum
allowable temp
Heating and Storage
maximum temp* * *
All AC -latex blends
300°F -375°F
390°F
390°F
All AC -latex blends
1490C -1910C
199°C
199°C
***Maximum temperature for storage by the asphalt supplier or the Contractor shall be
375°F (191°C). On AC -5 and AC -10 + 2% SBR designated for seal coat or surface
treatment work, the temperature may be increased to a maximum of 390°F (199°C) by
the supplier loading through an in-line heater, or with permission of the Engineer, these
materials may be heated to a maximum of 390°F ( 199°C) by the Contractor just prior to
application.
13. HOT MIX ASPHALTIC CONCRETE PAVEMENT
This item shall govern for all courses of a hot mix asphaltic concrete mixture used
as a base course, a level -up course, a surface course or any combination of these
courses. Each course shall be composed of a compacted mixture of aggregate,
asphalt cement and additives, as approved, mixed hot in a mixing plant. Each
course shall comply with Texas Department of Transportation Standard
Construction Specifications, Item 340, "Hot Mix Asphaltic Concrete Pavement".
The Contractor shall furnish materials meeting the following requirements prior to
mixing.
(A) Aggregate
(1) General
The mineral aggregate shall be composed of coarse aggregate, a fine aggregate,
and if required, a mineral filler. Samples of coarse aggregate, fine aggregate and
mineral filler shall be submitted to the City of Lubbock Testing Laboratory for
testing and approval by the Engineer. Approval of other material and of the source
of supply must be obtained from the Engineer prior to delivery.
The combined mineral aggregate, after final processing by the mixing plant, and
prior to addition of asphalt and mineral filler, shall have a sand equivalent value
of not less than forty-five (45), unless otherwise shown on the plans when tested in
accordance with ASTM D 2419, "Sand Equivalent Value of Soils and Fine
Aggregate".
IV -44
r
F
The percent (%) of flat or elongated slivers of stone or any course shall not exceed
twenty five percent (25%), when tested in accordance with Texas Department of
r- Transportation Test Method Tex -224-F.
The aggregate will be subjected to five (5) cycles of magnesium sulfate soundness
testing in accordance with Texas Department of Transportation Test Method Tex -
411 -A. The loss shall not exceed twenty five percent (25%), unless otherwise
shown on the plans.
Aggregate that appears susceptible to film stripping when tested in accordance
with ASTM D 1075, "Standard Test Method For Effect of Water on Cohesion of
Bituminous Mixtures", minimum of seventy percent (70%) index of retained
strength and tested in accordance with AASHTO T 283, minimum seventy
percent (70%) tensile strength ratio, shall be rejected or conditioned with an anti -
stripping agent as approved by the Engineer.
(2) Coarse Aggregate
It The coarse aggregate shall be that part of the aggregate retained on a No. 10 sieve.
The Aggregate shall consist of clean, tough, durable fragments of crushed stone of
uniform quality throughout; mixing or combining crushed gravel and crushed
stone will not be permitted. The aggregate shall be crushed to the extent that
produces a minimum of eighty five percent (85%) crushed faces when tested in
IV -45
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
R
the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall
'
contain more than ten percent (10%) by weight of materials that will pass a No. 10
,..
sieve except as noted on the plans or provided for by special provision. Fine
aggregate stockpiles may contain small coarse aggregate in the amount of up to
'
fifteen percent (15%) by weight, (100 percent of which shall pass a 1/4 inch sieve).
�-
Suitable equipment of acceptable size shall be furnished by the Contractor to work
I
the stockpiles and prevent segregation of the aggregates.
r
If the Contractor utilizes an asphalt continuous mix plant, the various aggregate
stockpiles of different gradation will be stockpiled in the same manner as
described for stockpiling of aggregate for asphalt stabilized base. That is, the
stockpiling of the aggregate shall be made up of layers of material not to
=
exceed two feet (2') in height of each layer. The edge of each succeeding layer
shall extend inward so as not to overlap the edge of the layer below. In loading
from the stockpile, the material shall be loaded by making successive vertical cuts
through the entire depth of the stockpile.
(2) Coarse Aggregate
It The coarse aggregate shall be that part of the aggregate retained on a No. 10 sieve.
The Aggregate shall consist of clean, tough, durable fragments of crushed stone of
uniform quality throughout; mixing or combining crushed gravel and crushed
stone will not be permitted. The aggregate shall be crushed to the extent that
produces a minimum of eighty five percent (85%) crushed faces when tested in
IV -45
accordance with Texas Department of Transportation Test Method Tex -460-A.
The aggregate shall have a maximum of twenty five percent (25%) loss when
subjected to five (5) cycles of ASTM C 88, "Test Method For Soundness of
Aggregates by use of Sodium Sulfate or Magnesium Sulfate".
When coarse aggregate is tested in accordance with Texas Department of
Transportation Test Method Tex -217-F, the amount of organic matter, clays,
loams or particles coated therewith or other undesirable materials shown on the
plans shall not exceed two percent (2%).
When it is specified that the coarse aggregate be sampled during delivery to the
plant, from the stockpile, or from the cold bin, the material removed when
tested in accordance with Texas Department of Transportation Test Method Tex -
217 -F
(Part II, Decantation), shall not exceed two percent (2%). The plasticity index
(P.I.)of that part of the fine aggregate contained in the coarse aggregate passing the
No. 40 sieve shall not be more than six (6) when tested in accordance with ASTM
D 4318, "Standard Test Method For Liquid Limit, Plastic Limit and Plasticity
Index of Soils". However, where the coarse aggregate contains less than five
percent (5%) of fine aggregate and the fine aggregate is of the same or similar
material as the coarse aggregate, the plasticity index (P.I.) requirements for the
aggregate passing the No. 40 sieve may be waived by the Engineer in writing.
When it is specified that the coarse aggregate be sampled from the hot bins and
tested in accordance with Texas Department of Transportation Test Method Tex-
217- F (Part II Decantation), the amount of material removed shall not exceed one
percent (1 %).
Tests performed as specified herein represent material processed or placed until a
subsequent test is performed.
The coarse aggregate shall have an abrasion of not more than forty percent (40%)
loss by weight when subjected to ASTM C 131, "Test Method For Resistance To
Degradation of Small -Size Coarse Aggregate By Abrasion and Impact in The Los
Angeles Machine or ASTM C 535, Test Method For Resistance To Degradation of
Large -Size Coarse Aggregate By Abrasion and Impact in The Los Angeles
Machine". Coarse aggregate from each source shall meet the abrasion
requirements specified.
(3) Fine Aggregate
The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and
shall conform to ASTM D 1073, "Standard Specification for Fine Aggregate for
IV -46
Bituminous Paving Mixtures". The aggregate shall consist of sand or screenings or
a combination of sand and screenings.
The plasticity index (P.I.) of that part of the sand passing the No.40 sieve shall not
be more than six (6) when tested in accordance with ASTM D 4318, "Standard
Test Method For Liquid Limit, Plastic Limit and Plasticity Index of Soils". The
plasticity index (P.I.) of that part of the screenings passing the No. 40 sieve shall
not be more than nine (9), unless otherwise shown on plans, when tested in
accordance with ASTM D 4318,"Standard Test Method For Liquid Limit, Plastic
Limit and Plasticity Index of Soils". Fine aggregate from each source shall meet
the plasticity index (P.I.) requirements.
Sand shall be composed of durable stone particles free from injurious foreign
matter conforming to ASTM C 778, "Specifications For Standard Sand".
Screenings shall be of the same or similar material as specified for coarse
aggregate.
(4) Mineral Filler
t 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.
f
The mineral filler, when tested by ASTM D 242, "Standard Specification For
Mineral Filler For Bituminous Paving Mixtures, shall meet the following grading
requirements:
Per Cent
By Weight
Passing a No. 30 sieve 100
Passing a No. 80 sieve 95 to 100
Passing a No. 200 sieve 70 to 100
(B) Asphalt Antistripping Agents
This item shall govern for furnishing and incorporating lime or liquid antistripping
ragents in the production of asphaltic concrete pavement mixtures and/or asphalt
stabilized base mixtures. Any asphalt antistripping agent used shall meet the
IV -47
i
requirements of Texas Department of Transportation Standard Construction
Specifications, Item 301, "Asphalt Antistripping Agents".
(1) Lime
The lime shall meet the requirements of Texas Department of
Transportation Standard Construction Specifications, Item 264, "Lime and
Lime Slurry". The selected amount of lime shall be in the range of five
tenths of one percent (0.5%) to two percent (2%) by weight of the
individual aggregate or aggregates being treated as determined by the
Engineer. Lime shall be added in slurry or dry form. The method of
application shall be such that the lime is thoroughly mixed with the
aggregate(s) being treated. The lime shall be applied to the aggregate(s) at
the required rate by means of a metering device. When the lime is added in
dry form, Type "A" hydrated lime shall be used. It shall be mixed with the
wet aggregate(s) in a suitable pugmill mixer. Additional water, if necessary
shall be added to the mixture to insure that the aggregate(s) contain at least
two percent (2%) moisture by weight above the saturated surface dry
condition.
(2) Liquid Antistripping Agent
The selected amount of agent shall be in the range of three tenths of one
percent (0.3%) to one percent (1%) by weight of the asphalt in the mixture
as determined by the Engineer but shall not exceed the amount
recommended by the manufacturer. The agent shall not show any evidence
of separation or nonconformity at time of use. The agent shall be added to
the asphalt line at the required rate by means of an in-line metering device
just prior to introduction of the asphalt into the mixing plant.
(C) Latex Additives
The latex additive shall be an emulsion of styrene- butadiene low temperature
copolymer in water. The emulsion shall have good storage stability. The emulsion
shall possess the following properties:
(1) Monomer ratio of latex butadiene to styrene shall be (73±5)/(27±5).
(2) Minimum solids content in percent by weight shall be 45
IV -48
r
(3) Maximum viscosity of the emulsion at 77°F (25°C) shall be 2000cps
as taken on the No. 3 spindle of the Brookfield RVT
Viscometer at 20 RPM (do not use a Saybolt Furol Viscometer)
The manufacturer shall furnish the actual styrene butadiene rubber (SBR) content
for each batch of latex emulsion. This information shall accompany all shipments
to facilitate proper addition rates.
(D) Asphaltic Material
(1) Asphalt for Paving Mixtures
Asphalt for the paving mixtures shall be of the types of oil asphalt as
determined by the Engineer. The asphalt used shall meet all the requirements as
stated in the Texas Department of Transportation Standard Construction
Specifications, Item 300, "Asphalts,Oils and Emulsions".
Liquid asphalt viscosity shall be tested in conformance with ASTM D 2170,
"Standard Test Method For Kinematic Viscosity of Asphalts (Bitumens), and
ASTM D 2171, "Standard Test Method For Viscosity of Asphalts by Vacuum
Capillary Viscometer".
Penetration tests shall conform to ASTM D 5, Standard Test Method For
Penetration of Bituminous Materials". Flash point tests shall conform to ASTM
D 92, "Test Method For Flash and Fire Points by Cleveland Open Cup".
Rolling thin film oven tests shall conform to ASTM D 2872, "Standard Test
Method For Effect of Heat and Air on a Moving Film of Asphalt. Ductility
tests shall conform to ASTM D 113, "Standard Test Method For Ductility of
Bituminous Materials". Solubility tests shall conform to ASTM D 2042,
"Standard Test Method For Solubility of Asphalt Materials
inTrichlorethylene". Specific gravity tests shall conform to ASTM D 70,
"Standard Test Method For Specific Gravity and Density of Semi -Solid
Bituminous Materials". Softening point tests shall conform to ASTM D 36,
"Test Method For Softening Point of Bitumen (Ring and Ball Apparatus)".
The grade of asphalt used shall be as designated by the Engineer after design
tests have been made using the mineral aggregates that are to be used in the
project. If more than one type of asphaltic concrete mixture is specified for the
project, only one grade of asphalt will be required for all types of mixtures,
unless otherwise shown on plans. The Contractor shall notify the Engineer of
the source of his asphaltic material prior to production of the asphaltic mixture
IV -49
i
and this source shall not be changed during the course of the project except by
written permission of the Engineer.
(2) Hydrated Lime
Hydrated lime shall be added to the asphalt mixture, as per Texas Department
of Transportation Standard Construction Specifications, Item 264, "Lime and
Lime Slurry", as an additive to improve the quality of the mixture, if
approved by the Engineer.
(3) Bituminous Tack Coat
The asphaltic material for tack coat shall meet the requirements for Cutback
Asphalt RC -2 and conform to ASTMD 2028, "Standard Specification For
Cutback Asphalt(Rapid Curing Type)", or shall be a Cutback Asphalt made by
combining fifty percent (50%) to seventy percent (70%) by volume of the
asphaltic material as specified for the type of paving mixture with thirty
percent (30%) to fifty percent (50%) by volume of gasoline and/or kerosene,
as approved by the Engineer. If RC -2 Cutback Asphalt is used, it may, upon
instructions from the Engineer, be diluted by addition of an approved grade of
gasoline and/or kerosene, not to exceed fifteen percent (15%) by volume.
Emulsified asphalt if used, shall be an SS or SS-lh asphalt and conform to
ASTM D 244, "Standard Methods of Testing Emulsified Asphalt".
The liquid asphalt viscosity shall be tested in ccordance with ASTM D 2170,
"Standard Test Method For Kinematic Viscosity of Asphalts" and ASTM D
2171, "Standard Test Method For Viscosity of Asphalts by Vacuum Capillary
Viscometer".
(4) Bituminous Prime coat
The asphaltic material for the prime coat shall meet the requirements for
Cutback Asphalt RC -30 and conform to ASTM D 2028, "Standard
Specification For Cutback Asphalt (Rapid Curing Type)".
IV -50
(E) Paving Mixtures
Types
The paving mixture shall consist of a uniform mixture of coarse aggregate,
fine aggregate and asphaltic material.The grading of each constituent of the
mineral aggregate shall be well graded from coarse to fine and shall not vary
from the low limit on one sieve to the high limit on the adjacent sieve, or vice
versa. The final designated gradations shall produce a relatively smooth line
when plotted on a forty-five hundredths (0.45) power semilogarithmic
gradation chart and when tested in conformance to ASTM C 136, "Method
For Sieve Analysis of Fine and Coarse Aggregates".
(1) Master Gradation Specifications
Mixture Type
City of Lubbock (C.O.L.)
Sieve Type "C" Type "D"
Size
(Residential Streets Only)
Percent by Weight Passing Sieves
1"
100
---
3/4"
98-100
---
--
1/2"
1/211
81-93
100
3/8"
65-85
85-100
No.4
43-63
50-70
No.8
33-45
35-47
No.16
22-34
23-35
No.30
13-27
14-29
No.50
7-19
8-20
No.100
3-11
4-12
No.200
1-6
1-6
Bitumen percent
4.0-6.0
4.0-6.0
of total mix
0lkh ]
(F) Laboratory Control
If the Contractor or supplier elects to use a material or location not previously
approved by the City of Lubbock, he shall request approval in writing from the
Engineer not less than sixty (60) days prior to anticipated use of the material. The
City of Lubbock Laboratory test results will be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc.. The results of
such testing shall be evaluated and final approval given by the City Engineer.
The City of Lubbock shall utilize its own testing laboratory to monitor the plant
mixing for Black Base and Hot Mix. This laboratory control shall be provided by
the City of Lubbock. A representative of the City Engineer may be at the plant to
monitor the mixing operation.
In those instances where irregularities occur and the limits of the specification(s)
are exceeded for aggregate, black base, or hot mix, appropriate corrections shall
be required at no expense to the City.
(G) Tolerances
The Engineer shall designate the exact grading of the aggregate and asphalt
content to be used in the mixture (Job Mix Formula). The paving mixture
produced shall not vary from the designated grading and asphalt content by more
than the tolerances allowed herein and shall remain within the limitation of the
master grading specified.
The respective tolerances, based on the percent by weight of the mixture, are
listed as follows:
Percent by weight
Material Tolerance Plus or Minus
Aggregate passing No. 4 sieve
or larger 4 percent
Aggregate passing Nos. 8,16,30,
50 sieves 3 percent
Aggregate passing Nos. 100 & 200 sieves 2 percent
Bitumen 0.25 percent
IV -52
(H) Extraction/Gradation Tests And Design Criteria
(1) Samples of the mixture when tested in accordance with ASTM D 2172,
"Standard Test Methods For Quanitative Extraction of Bitumen From
Bituminous Paving Mixtures", shall not vary from the grading proportions of the
aggregate and the asphalt content designated by the Engineer by more than the
respective tolerance specified above.
During construction, if variations of grading or asphalt content exceeds the
tolerances stated herein, production will be discontinued until such time as the Hot
Mix Asphaltic Concrete mixture has been corrected and subsequent grading and
extraction tests indicate results within the tolerance stated herein. All Hot Mix
Asphaltic Concrete mixture so constructed, which exceeds the tolerances as stated
herein, will be removed and replaced at no cost to the Owner.
(2) Design Method (Table 2)
Thoroughfare
Traffic
Residential
Traffic
Min. Max
50 ---
1200 ---
8 18
3 5
14 ---
(3) Sampling and Testing
It is the intent of this specification that the blend will be designed to produce a mixture
of optimum density and stability, as determined by the Engineer, when tested in
accordance with these specifications, applicable ASTM procedures and applicable
TxDOT procedures.
IV -53
Min. Max.
Marshall Method
No. of compaction blows,
each end of specimen
75 ---
Stability, Lbs.
1800 ---
Flow, units of 0.01 in
8 14
% Air Voids
Surfacing or Leveling
3 5
Percent Voids in
Mineral Aggregate
13 ---
Residential
Traffic
Min. Max
50 ---
1200 ---
8 18
3 5
14 ---
(3) Sampling and Testing
It is the intent of this specification that the blend will be designed to produce a mixture
of optimum density and stability, as determined by the Engineer, when tested in
accordance with these specifications, applicable ASTM procedures and applicable
TxDOT procedures.
IV -53
Samples of the completed pavement shall be removed with a diamond tipped power
saw or diamond tipped coring machine from locations designated by the Engineer to
enable him to determine the composition, compaction, and density of the pavement.
Samples for each day or fraction thereof shall be taken by City personnel. The
Contractor shall replace the pavement removed from core holes immediately at no
cost to the City with material approved by the City. If the pavement is deficient in
composition, compaction, or thickness, satisfactory correction shall be made as
directed by the Engineer.
Tests on Marshall specimens shall be made twice daily or as directed by the Engineer
to retain job control. The mixture shall comply with the requirements of Table 2
above when tested in accordance with the Marshall method procedures contained in
Chapter III of the Asphalt Institute's Manual Series No. 2 (MS- 2), current addition.
The Marshall test procedures shall also conform to ASTM D 1559, "Resistance to
Plastic Flow of Bituminous Mixtures Using Marshall Apparatus". If the laboratory
stability and/or field tests of the mixture produced has a value lower than that
specified, and in the opinion of the Engineer is not due to change in source or quality
of materials, production may proceed, and the mix shall be changed until the
laboratory/field tests equals or exceeds specified values. If there is, in the opinion of
the Engineer, an apparent change in any material from that used in the design
mixtures, production will be discontinued until a new design mixture is determined
by trial mixes.
14. SILO STORAGE
A silo storage system may be used during the normal day's operation. The mixture
coming out of the silo storage must be of equal quality and temperature to that
coming out of the mixing plant. Any operation that has tendency to segregate the
mixture or fails to maintain a thorough and uniform mixture and temperature shall
not be used. If any load of mixture coming out of the silo storage system fails to
meet the asphalt specifications or gradation requirements, then the total contents
of the silo storage system shall be condemned.
15. FENCE POSTS, GATES, RAILS, BRACES AND ACCESSORIES
These items shall conform to the requirements of Federal Specification RR -F-191
and shall meet the requirements of Texas Department of Transportation Standard
Construction Specifications, Item 540, "Metal Beam Guard Fence", Texas
Department of Transportation Standard Construction Specifications, Item 550,
"Chain- Link Fence" and/or Texas Department of Transportation Standard
Construction Specififcations, Item 552, "Wire Fence".
IV -54
,I
i
r►
16. IRRIGATION SYSTEMS
(A) Irrigation pipe
Irrigation pipe shall be polyvinyl chloride (PVC) conforming to ASTM D 1785,
Schedule 40.
(B) Fittings
Fittings, not including sprinkler heads or valves shall conform to ASTM D 2466.
(1) Pipe and Valve Assembly
Pipe and fittings shall be assembled as recommended by the manufacturer(s). Pipe and
fittings shall be thoroughly cleaned of all dust, dirt and moisture before assembly.
Solvent shall be applied with a non -synthetic bristle brush. All connections between
plastic pipe and metal valves shall be made with threaded fittings and plastic adapters.
(2) Sprinkler Heads
Sprinkler heads shall be installed in accordance with the Manufacturer's
recommendations.
17. BARRICADES, SIGNS AND OTHER TRAFFIC CONTROL DEVICES
Barricades shall be constructed of clean, sound lumber of dimensions specified in the
Texas Manual on Uniform Traffic Control Devices and shall be of first-class
workmanship. All surfaces above ground shall be painted with an approved brand of
paint to secure thorough coverage. In no case shall less than two coats of paint be used.
The paint for barricade stripes shall be reflective orange and reflective white. All
dimensions, striping, lighting, painting, coloring and placement of barricades shall be
in accordance to the details and design as set forth in the Texas MANUAL on
UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways, Part VI.
CONES SHALL BE AT LEAST EIGHTEEN INCHES (18") IN HEIGHT AND
BE FLOURESCENT RED IN COLOR.
The Contractor shall maintain each barricade in a neat and acceptable condition and
furnish replacements when necessary or as requested by the Engineer.
Each sign shall be displayed only for the specific purpose prescribed for it. Before any,
detour or temporary route is open to traffic all necessary Regulatory, Warning and
Guide signs shall be correctly in place and reviewed by the City Traffic Engineer.
IV -55
Signs required by temporary conditions or restrictions shall be removed immediately
when those conditions cease to exist or the restrictions are withdrawn. Guide signs
directing traffic onto temporary routes or detours shall be removed when no longer
applicable. The guide signs shall be at no cost to the City.
Identical conditions should always be marked with the same type of sign,
irrespective of where those particular conditions occur.
All signs which are to convey their message during hours of darkness shall be
reflectorized or illuminated. Lights mounted on signs shall be functioning. The lens
shall be clean to allow for adequate illumination. Signs for daytime use only may be
non-reflectorized but a fluorescent background material will be used for increased
daytime visibility if requested by the Engineer.
Where there is serious interference from extraneous light sources, and reflectorized
signs are not likely to be effective, illuminated signs shall be used.
Construction warning signs shall have a black legend on an orange background and
shall conform to the standards as to size, shape and color as outlined in the Texas
MANUAL on UNIFORM TRAFFIC CONTROL DEVICES mentioned above.
Barricades, flares, signs, drums and other traffic control devices are to be included
in the construction involved in this contract as necessary. The provision of these
items by the Contractor should be considered in the bid prices submitted. No
separate compensation shall be made unless indicated otherwise in the plans or the
bid proposal.
No work shall be permitted on any project prior to proper and complete installation
of all barricades and other warning devices throughout the entire construction area.
IV -56
82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS
PROJECT NO. 9288
STANDARD DETAILS OF CONSTRUCTION
ft
STANDARD DETAILS OF CONSTRUCTION
NOTE: All construction materials, methods and procedures
employed on construction projects administered for and/or by
the City of Lubbock shall conform to ASTM Specifications,
Texas Department of Transportation Standard Construction
Specifications, Texas Department of Transportation
Construction Bulletin C-11 Specifications and/or AASHTO
Specifications as applicable. All materials, methods and
procedures employed in construction projects administered
for and/or by the City of Lubbock shall be approved by the
Engineer before being employed.
Any construction materials, methods or procedures not
specifically addressed in the City of Lubbock "STANDARD
DETAILS OF CONSTRUCTION'' or "STANDARD MATERIALS OF
CONSTRUCTION'' shall not be considered additional
material(s) or operation(s) warranting additional payment.
Unless stated otherwise on the plans or in the bid
documents, the material(s) or operation(s) shall be
considered subsidiary to the existing bid items and shall
be performed completely and correctly in order to
satisfactorily complete the existing bid items in
conformance with the City of Lubbock minimum standards.
5.1. GENERAL
The City of Lubbock STANDARD DETAILS OF CONSTRUCTION''
incorporates the specifications of the various approved
construction procedures and methods which are to be used
by Contractors and/or City Forces in the construction of
all projects administered by or for the City of Lubbock
Engineering Department. A certificate from the
manufacturer may be required on all construction
materials or equipment, certifying that the materials or
equipment meets the minimum specifications for such
materials or equipment as specified herein. All
materials, equipment and procedures shall be subject to
the approval of the Engineer before being employed.
All references made in these specifications to the
American Society for Testing and Materials (ASTM)
standards refer to the fixed designation. It is the
responsibility of the Contractor, Subcontractors, City of
Lubbock and all material suppliers to obtain and use the
latest revision of each standard.
V-2
All references made in these specifications to the Texas
Department of Transportation (Tx DOT) Standard
Construction Specifications refers to the Texas
Department of Transportation (Tx DOT) Standard
Specifications for Construction of Highways, Streets and
Bridges, version adopted March 1, 1993. It is the
responsibility of the Contractor, Subcontractors, City of
Lubbock and all material suppliers to obtain and use the
above referenced version of the Texas Department of
Transportation Standard Construction Specifications.
All references made in these
Department of Transportation
Bulletin C-11 refers to the
additions and addendums. It
Contractor, Subcontractors,
material suppliers to obtain
version of this Construction
5.2. CONCRETE
specifications to the Texas
(Tx DOT) Construction
latest version with all
is the responsibility of the
City of Lubbock and all
and use the above referenced
Bulletin.
A. Curb and Gutter (Class A Concrete)
Description
This item shall consist of Portland Cement twenty-
four inch (2411) concrete curb and gutter and/or
Portland Cement thirty inch (3011) concrete curb and
gutter as shown on the plans or as directed by the
Engineer, and shall be constructed of Class A
concrete. Included in this curb and gutter item is
all subgrade preparation and earthwork necessary to
pour the curb and gutter section,all backfilling and
shaping of the area behind the curb and gutter to
include all paving tie-ins as applicable.
1. Curb Openings
Laydown curb and gutter sections shall be placed only
across alleys, drainways, railroad crossings and/or
driveways presently in use or at a location
definitely planned for immediate future property
improvements. It shall be the responsibility of the
Contractor to contact the property owner and
determine the proper location of driveways before
curb and gutter is constructed. All curb.and gutter
across new or proposed driveways must meet the
requirements set forth in the City of Lubbock
V-3
t
Sidewalk and Driveway Regulations, City of Lubbock
Ordinance.Number 1466, and amendments thereto. Curb
and gutter across existing driveways shall be
required to conform to all said regulations if no
hardship to the existing property improvements is
involved.
All curb and gutter to be poured must have the
Engineer's approval as to driveway (laydown) widths
and location, in addition to the typical section, and
line and grade approval before any pour is begun on
any curb and gutter section.
2. Excavation and Subgrade Preparation
Excavation and/or fill for the curb and gutter shall
be prepared simultaneously with the excavation and/or
fill for the entire street. The subgrade shall be
prepared to the lines and grades set by the Engineer
and in such a manner as to require a maximum of one-
half inch N11) of fill to bring the subgrade to the
correct elevation. Any fill required shall be
furnished at the Contractor's expense and subject to
approval by the Engineer. In areas requiring fill
material the subgrade shall be brought to the correct
elevation by placing like soil or flexible base in
layers not to exceed four inches (4 11) in depth after
compaction. Each layer shall be compacted to ninety
five percent (95%) Standard Proctor Density.
The density shall conform to ASTM D 698, "Test
Method for Laboratory Compaction Characteristics of
Soil Using The Standard Effort'' by moistening and
rolling to the satisfaction of the Engineer. Subgrade
that is undercut one inch (1 11) or more shall be
brought to the correct elevation by scarifying,
wetting, disking, blading, rolling and compacting to
ninety five percent (95%) Standard Proctor Density
conforming to ASTM D 698, "Test Method for
Laboratory Compaction Characteristics of Soil Using
the Standard Effort'' with pneumatic rolling to the
correct elevation prior to setting forms.
If the subgrade or foundation material is dry, it
shall be sprinkled lightly immediately before the
j concrete is poured.
l concrete shall not be poured on frozen subgrade.
Before pouring the concrete for the curb and gutter,
all traffic signs, street name markers or
f
obstructions of any nature found in the way of the
V-4
KO
paving shall immediately be relocated behind the
proposed curb and gutter by the Contractor at no
expense to the City. If a sidewalk, drainway or any
other miscellaneous concrete structure is to be
constructed behind the curb and gutter, the
obstructions shall be relocated outside of these
structures.
Setting Forms
Forms for concrete flatwork, retaining walls,
headwalls, or other structural concrete and curb and
gutter shall be of wood or metal, of a section
satisfactory to the Engineer. The forms shall be
straight, free from warpage, and of a depth equal to
the depth of the finished work. The forms shall be
set to the lines and grades established by the
Engineer after the subgrade has been prepared. The
forms shall be held together and in place in such a
manner that they will not move during the placing and
working of the concrete. The forms shall be oiled
with a light oil prior to pouring concrete.
Face forms and construction joints (removable metal
plates) for curb and gutter shall be set to hold the
concrete for the curb in place until it is to be
finished.
Forms for radii shall be set in the same manner as
the straight forms except that no face form will be
required if a true section is obtained by other
methods as approved by the Engineer. The radii forms
shall be set in such a manner that the curve will be
in a true position.
Forms for curb and gutter, flatwork and retaining
walls shall remain in place for a minimum of twelve
(12) hours after placement of the concrete.
Forms which are to be reused shall be cleaned
immediately after use and maintained in good
condition.
4. Placement (Including Making Joints)
Concrete shall be deposited in place in such a manner
as to require a minimum of rehandling and so as to
obtain a uniformly dense section, free of honeycombs.
V-5
An edging tool with a radius of one quarter of an
inch MI ) shall be used along the top back edge of
the curb, the front edge of the gutter and each side
of the expansion joint.
Curb and gutter shall be constructed with a premolded
expansion joint at the tangent point of each curb
return, at intersections and at intervals of no more
than forty feet (401) between the intersections.
Forty feet (401) intervals may be waived if a curb
and gutter machine is used. Expansion joints shall be
of the material herein specified.
An expansion joint shall be placed at the end of each
radius where the radius connects onto concrete curb
and gutter. The Contractor shall use forethought in
the spacing of expansion joints so as to have
approximately equal spacings and so that no short or
long spacings will exist.
�._
Scoring shall be placed by the use of approved
Sufficient concrete shall be placed to allow for
shrinkage and extra material for finishing. The
concrete shall be spaded and tamped until thoroughly
i POW
compacted and mortar completely covers the surface.
constructed, the spacing of the scoring shall be ten
The top surface of the concrete shall be floated and
feet (101). Forethought is to be used by the
troweled with a wooden float to a gritty texture. All
Contractor in the spacing of the scoring so as to
concrete surfaces shall be free from pockets,
have approximately equal spacings and so that no
depressions or projections. Only after the concrete
short or long spacings will exist.
receives a partial set shall the face forms be
Construction joints formed.by removable metal plates
removed. The section shall then be shaped to the.true
(templates) accurately shaped to the cross-section of
cross-section by the use of a metal -screed which is
the curb and gutter shall be located at the mid -point
shaped to the true cross-section. A "mule" screed
of each section between expansion joints or as
shall be used only to shape to true cross-section
directed by the Engineer. Contraction joints shall be
when topping material is provided and pushed along on
placed at ten feet (101) intervals.
the front edge of the mule.
An edging tool with a radius of one quarter of an
inch MI ) shall be used along the top back edge of
the curb, the front edge of the gutter and each side
of the expansion joint.
Curb and gutter shall be constructed with a premolded
expansion joint at the tangent point of each curb
return, at intersections and at intervals of no more
than forty feet (401) between the intersections.
Forty feet (401) intervals may be waived if a curb
and gutter machine is used. Expansion joints shall be
of the material herein specified.
An expansion joint shall be placed at the end of each
radius where the radius connects onto concrete curb
and gutter. The Contractor shall use forethought in
the spacing of expansion joints so as to have
approximately equal spacings and so that no short or
long spacings will exist.
�._
Scoring shall be placed by the use of approved
jointing tools. If there is to be a sidewalk
constructed behind the curb and gutter, the spacing
of the scoring shall be equal to the width of the
sidewalk. If only curb and gutter is being
constructed, the spacing of the scoring shall be ten
feet (101). Forethought is to be used by the
Contractor in the spacing of the scoring so as to
have approximately equal spacings and so that no
short or long spacings will exist.
Construction joints formed.by removable metal plates
{
(templates) accurately shaped to the cross-section of
the curb and gutter shall be located at the mid -point
of each section between expansion joints or as
directed by the Engineer. Contraction joints shall be
placed at ten feet (101) intervals.
i'
V-6
9M
All joints
surface of
section.
Finishing
shall be placed perpendicular to the
the concrete and to the axis of the
A ten feet (101) metal "straight -edge" shall be used
to strike the flow line to grade, continuously along
the flow line of the gutter. This operation shall be
followed with using a four feet (41) spirit level to
assure the continuous longitudinal grade along the
flow line the full length of the gutter.
The curb and gutter shall be finished uniformly by
wood trowelling to an accurate cross-section. Extra
water will not be added for finishing. The final
finish will be accomplished with a brush, the last
stroke being one from the back of curb to the lip
(toe) of gutter. Both sides of all joints, the lip
(toe) of gutter, and the back edge of the curb shall
be finished with a one-fourth inch (W11) radius
edging tool before the final brushing. Curves at the
top and bottom of the section shall present a uniform
appearance without "waves" in the face of the curb or
"pockets" in the gutter.
Concrete shall not be poured when wind or weather
conditions are such that dirt, sand or debris becomes
incorporated in or collects on the concrete.
Concrete shall be protected to maintain a temperature
of not less than 50° F (10° C) for five (5) days
after placement. If the aggregate and water are
heated, they shall not be heated above 90° F (32° C).
Concrete shall not be placed when the ambient
temperature is less than 40° F (4° C). It shall be
the responsibility of the Contractor to anticipate as
nearly as possible changes in weather conditions
which would affect the placement and protection of
the concrete, and be prepared to protect freshly
placed concrete when sudden changes in the weather
make such protection necessary.
Removing Forms
Special care is required of the Contractor in his
removing of pins and of forms. Pins shall be pulled
from the ground to free forms. If hammering is found
to be necessary, a one (1) pound hammer shall be
used. The contractor shall not place forms or pins on
V-7
newly finished concrete. Loading and unloading of
` forms from a truck shall be executed by two (2)
workmen. It is the duty of the Contractor to remove
" any warped forms found in any section of forms,
i- before concrete is poured. When forms are pointed out
as defective, those forms shall then be removed from
r.. the job site and not returned until they have been
I inspected by the Engineer.
7. Machine Laid Curb and Gutter
Class A concrete shall be used for machine laid curb
and gutter. The slump of the concrete shall be as
directed by the Engineer. The slump of the concrete
shall be tested in accordance with ASTM C 143,
t
"Standard Test Method for Slump of Portland Cement
Concrete''.
Reinforcing steel, if required, shall conform to
4._ Section 3 (sheets V-39, V-40 and V-41) of the
"Materials of Construction'' specifications.
The curb and gutter shall be laid by an extrusion
machine approved by the Engineer. immediately prior
to placing the curb and gutter, the previously
approved foundation shall be thoroughly cleaned.
The line for the top of curb shall be maintained from
a guideline set by the Contractor from survey marks
established by the Engineer. The curb outline shall
strictly conform to the details shown on the plans.
The approved mix shall be fed into the machine in
such a manner and at such consistency that the
finished curb will present a well compacted mass with
a surface free from voids and honeycombs and true to
the established shape, line, and grade.
Additional surface finishing shall be performed
immediately after extrusion. Extra water shall not be
added for finishing. Unless otherwise specified by
the Engineer, joints shall be constructed as follows:
s Expansion joints shall be located at each end of the
radii at intersections and alley returns and at the
beginning of each pour, and dummy grooved joints
shall be spaced at ten feet (101) intervals between
the expansion joints.
V-8
8. Curing
All concrete work shall be covered with heavy water-
proof type paper to prevent loss of moisture and to
prevent direct sunlight from striking the concrete,
as soon as it has set sufficiently enough to prevent
marking. In lieu of this method of curing, the curb
and gutter may be cured by applying a liquid membrane
coating to all exposed surfaces, provided such
material and method is first approved by the
Engineer.
9. Filling Behind Curb and Gutter
A. No Improvements at Back of Curb and Gutter
The curb and gutter shall be backfilled with topsoil
to the full height of the concrete, tamped and sloped
as directed by the Engineer. The topsoil shall be
free of rocks and other debris. Backfilling shall be
done after the curb and gutter has cured twenty four
(24) hours. The area between the sidewalk and the
curb or property line and curb, if no sidewalk
exists, shall be leveled and sloped toward the curb
in a manner satisfactory to the property owner and/or
Engineer. The slope shall be a maximum of 1:4 unless
approved. All fill shall be done prior to placement
of any base materials.
B. Improvements at Back of Curb and Gutter
If sidewalk is to be placed adjacent the back of the
curb, approved fill material is to be placed behind
the curb to four inches (4 " ) below the top of the
curb and compacted to ninety five percent (95%)
Standard Proctor Density. The sidewalk is to be
sloped towards the curb at a slope of
one-fourth inch (%'') per foot to one-half inch (%'')
per foot. The area between the sidewalk and the
property line shall be sloped towards the sidewalk in
a manner satisfactory to the Engineer.
If paving is to be placed adjacent the back of the
curb, the existing pavement is to be cut smooth with
vertical walls. Full depth paving is to be placed on
a prepared subgrade. The full depth paving is to
connect both the existing paving and the back of the
curb sloping in a manner to fit the existing drainage
pattern.
V-9
r
10. Protection of Work and Replacement of Damaged Curb
and Gutter
The Contractor shall provide and maintain all
necessary barricades and sufficient lights, flares,
,s
signals, watchmen etc. necessary for the protection
of the work and for the safety of the Public.
It is the responsibility of the Contractor to protect
his work against weather, vandals and any and all
things that may mar the finish, surface or appearance
of the concrete.
No patching of any nature shall be allowed in
repairing any damage to curb and gutter which occurs
during the construction process of paving
improvements in any unit prior to the acceptance of
said unit. Where damage occurs, as determined by the
Engineer, the section(s) of curb and gutter
containing the damaged portion shall be removed to
the nearest joints on either side of the damaged
surface and shall be replaced with new construction
at no cost to the City, prior to the surfacing of
that section of street.
Concrete surface finish marred by vandals, rain or
sand during setting time shall be immediately
repaired with an approved epoxy material or removed
and replaced as determined by the Engineer. All
abused concrete surfaces, along with structural
damage and defective flow line found at the time of
surfacing shall be handled as described in the second
(2nd) sentence of the paragraph above.
B. Reinforced Concrete Laydown Curb and Gutter (Class
"E" Concrete)
Description
This item shall consist of portland cement concrete
laydown curb and gutter constructed in accordance
with the typical curb and gutter sections included in
these specifications and at locations as shown on the
plans or as directed by the Engineer.
1. Subgrade Preparation shall conform to Section
5.2.A.(2)(sheets V-4 and V-5) of these
specifications.
z
r�
V-10
2. Reinforcing Steel shall conform to -Section 3 (sheets
V-39, V-40 and V-41) of "Materials of Construction''
specifications.
3. Placement of Reinforcement
Care shall be taken to tie the three (3) horizontal
No. 3 steel bars to the three (3) vertical No. 3
steel bar pins at a point 3" above the bottom.
C. Reinforced Concrete Valley Gutters (Class "C', or
Class "Ell Concrete as applicable)
Description
This item shall be constructed of class "C',
concrete for thoroughfare or collector street valley
gutters and Class "Ell concrete for residential
street valley gutters and consists of the
construction of an eight inch (S") concrete slab
on thoroughfare or collector streets or a six inch
(611) concrete slab on residential streets reinforced
with four (4) No. 3 reinforcing bars on one and one-
half feet (1-1/21) spacing for valley gutters,(Cross
bars shall be No.3 bars four and one-half feet (4%1)
long or with 61lx6" W2.9 X W2.9 (6 gauge) welded wire
mesh. Fillet areas shall be reinforced as shown on
the plans and constructed to the lines and grades as
shown on the plans and as designated by the Engineer.
Details of construction are the same as for curb and
gutter where they can be directly applied.
1. Subgrade Preparation shall conform to Section
5.2.A.(2)(sheets V-4 and V-5) of these
specifications.
2. Reinforcing Steel shall conform to Section 3 (sheets
V-39, V-40 and V-41) of the "Materials of
Construction'' specifications.
3. Placement of Reinforcement
Care shall be taken to hold the steel in the center
of the slab, high chairs or precast concrete blocks
shall be located at three foot (31) centers. If
reinforcing bars are used, the overlapping distance
V -ll
Flo
shall be a minimum of forty (40) bar diameters in
length with a minimum length of two feet (21). The
overlap shall be tied at three points with wire if
reinforcing bars are used. If welded wire mesh is
used, the overlap shall be a minimum of twelve inches
.� (1211) in length. The overlap shall be tied at every
third (3rd) six inch (611) square if welded wire mesh
is used.
D. Reinforced Concrete Alley Paving Slabs and Alley
Returns (Class "Ell Concrete)
Description
This item shall consist of reinforced concrete paving
of variable thickness from five inches (5 11) to seven
and one-half inches (7%11) constructed in the center
ten feet (101) of alleys and shall be constructed of
Class E concrete. All alley paving and alley returns
shall be constructed in accordance with the City of
Lubbock Alley Paving Details.
1. Forming
Forms for alley slabs shall be placed where necessary
to form the outside edge of the slab (where the Blab
is not bordered by concrete curb and gutter or other
permanent improvements such as buildings, docks,
etc.)and where necessary to form construction and
expansion joints (See "Alley Paving Details" on
plans). On all edges, joints, etc. to be formed, the
forms shall extend the entire depth of the concrete.
2. Subgrade Preparation shall conform to Section
5.2.A.(2)(sheets V-4 and V-5) of these
specifications.
3. Reinforcing
Care shall be taken to securely place the welded wire
mesh three inches (311) above the bottom of the slab
V- 12
4.
5.
by use of high chairs or pre -cast concrete blocks as
approved by the Engineer.
Concrete shall not be poured when wind or weather
conditions are such that dirt, sand or debris becomes
incorporated in or collects on the concrete.
Concrete shall be protected to maintain temperatures
of not less than 50° F (10° C) for five (5) days
after placement. If aggregate and water are heated,
they shall not be heated above 90° F (32° C).
Concrete shall not be placed when the ambient
temperature is less than 40° F (4° C).
It shall be the sole responsibility of the Contractor
to anticipate as nearly as possible changes in
weather conditions which would affect the placement
and protection of the concrete, and be prepared to
protect freshly placed concrete when sudden changes
in the weather make such protection necessary.
Finishing
Concrete shall be deposited so as to conform roughly
to the finished cross-section. Sufficient concrete
shall be placed to allow for shrinkage and extra
material for finishing. Extra water will not be added
for finishing.
The shape and flowline of the alley paving slab may
be established by the use of two inch by four inch
(2" X4") wood screeds, or other approved removable
devices, accurately staked to line and grade. If such
devices are used they shall be in place before the
final finishing of the subgrade and the subgrade
shall be finished so that the concrete slab will be
of the proper depth. The concrete shall be "struck
off" to the true section and finished smooth by
floating and troweling. The final finish shall be
provided by brushing to provide a nonskid surface for
traffic. Particular care shall be taken in the final
troweling and finishing so that the finished slab
presents a smooth straight surface without waves in
the edge and without pockets in the flowline.
Curing and Protection
V-13
f
All concrete work shall be covered with burlap or
other suitable material as soon as it has set
h sufficiently to prevent marking and kept wet
continuously for at least four (4) days. Care shall
be taken to prevent mechanical injury to the concrete
work during this period and until the work is
accepted. Any work damaged prior to acceptance shall
be repaired by the Contractor at his own expense and
to the satisfaction of the City Engineer.
The City Sanitation Department shall be notified of
all alley return and alley paving construction, and
if possible, the length of time said return and/or
alley shall be closed to traffic. The Contractor
shall properly barricade all alley returns and
alleys during the period of construction and as long
afterward as the Engineer may require for curing and
achieving strength. Before opening alley returns to
traffic, the Contractor shall properly fill and level
by hand, (no mechanical equipment shall be used until
full strength of concrete is achieved), the adjacent
approaches from the street and alley. In all cases,
no alley or alley return shall be opened to any
traffic without the approval of the City Engineer.
6. Removing Forms
Special care is required of the Contractor in his
removing of pins and moving of forms. Pins shall be
pulled from the ground to free forms. If hammering is
found to be necessary a one (1) pound hammer shall be
used. The Contractor shall not place forms or pins on
newly finished concrete. Loading and unloading of
forms from a truck shall be executed by a minimum of
two (2) workmen. It is the duty of the Contractor to
remove any warped forms found in any section of
forms, before it is poured. When forms are pointed
out as defective, those forms shall then be removed
from the job site and not returned until they have
been inspected by the Engineer.
7. Replacement of Damaged Concrete or Concrete
Surface(s)
Only patching of a very minor nature will be allowed
in alley paving. Any substantial damage, as
!' determined by the Engineer, occuring to the alley
paving prior to the acceptance of the unit in which
the damage occurs will be remedied by removal and
.a„ replacement of the entire section or sections of
i'
V-14
alley paving that has been damaged. Any slab removed
to a joint other than a doweled expansion joint will
be replaced using joint section B -B in the Alley
Paving Special Detail Sheets of these specifications.
Extreme care shall betaken by the Contractor during
"Setting -Up" period to prevent vandals, sand or rain
from marring the surface finish. Where damage occurs,
as determined by the Engineer, the section(s) of
alley paving containing the damaged portion shall be
removed to the nearest joints on either side of the
damaged surface and shall be replaced with new
construction at no expense to the City.
E. Reinforced Concrete Median Curb (Class "All Concrete)
This item shall consist of a reinforced concrete slab
six inches (611) thick and may be placed on an asphalt
surface over a caliche base, an asphalt surface over a
concrete base or a concrete slab as approved by the
Engineer and as shown in the typical sections. The
median slab shall be doweled as shown on the plans.
1. Subgrade Preparation shall conform to Section
5.2.A.(2) (sheets V-4 and V-5) of these
specifications.
2. Reinforcing Steel
Reinforcing steel to be used shall conform to ASTM A
615 "Specifications for Deformed And Plain Billet
Steel Bars For Concrete Reinforcement'' and shall be
deformed to ASTM A 305, "Specifications for Minimum
Requirements of Deformed Steel Bars for Concrete
Reinforcement Welded wire mesh may be used, if
approved by the Engineer. The welded wire mesh must
conform to ASTM A 185, "Standard Specification For
Steel Welded Wire Fabric, Plain, For Concrete
Reinforcement''.
3. Placement of Reinforcement
Care shall be taken to suspend the bars or welded
wire mesh above the bottom of the slab as shown on
the plans.
V=15
I-
V- 15
-
r
I
F." Reinforced Concrete Railroad Crossing (Class —F11
i !Concrete)
Description
This item shall consist of the construction of Class
"Fl, reinforced concrete as shown on Concrete
Railroad Crossing Details. (City of Lubbock File
Drawing #2-B-92 [2] for typical section).
1. Subgrade Preparation shall conform to Section
5.2.A.(2)(sheets V-4 and V-5) of these
specifications.
2. Reinforcing Steel
Reinforcing steel to be used shall conform to ASTM A
615, "Specifications for Deformed And Plain
Billet Steel Bars For Concrete Reinforcement'' and
shall be deformed to ASTM A 305, "Specifications for
Minimum Requirements of Deformed Steel Bars for
Concrete Reinforcement''
3. Placement of Reinforcement
Care shall be taken to hold the reinforcing bars
above the bottom of the foundation slab and above the
railroad ties as shown on the plans. In the top slab
the vertical and horizontal bars shall be securely
tied with wire.
G. Reinforced Concrete Drainage Slabs (Class "All
Concrete)
This item shall consist of a concrete slab five
inches (511) thickcontainingwire mesh reinforcing
which shall conform to ASTM A 185, "Standard
Specification for Welded Steel Wire Fabric For
Concrete Reinforcement". Fiber reinforcement, if
approved by the Engineer, may be substituted for the
wire mesh.
1. Subgrade Preparation shall conform to Section
5.2.A.(2) (sheets V-4 and V-5) of these
specifications.
r
V-16
2. Reinforcing steel to be used shall conform to ASTM A
615 "Specifications for Deformed And Plain Billet
Steel Bars For Concrete Reinforcement'' and shall be
deformed to ASTM A 305, "Specifications for Minimum
Requirements of Deformed Steel Bars for Concrete
Reinforcement''. Welded wire mesh may be used, if
approved by the Engineer. The welded wire mesh must
conform to ASTM A 185, "Standard Specification For
Steel Welded Wire Fabric, Plain, For Concrete
Reinforcement''.
H. Reinforced Concrete Headwalls (Class "All Concrete)
This item shall consist of structural concrete eight
inches (811) thick and of varying height as shown on
the plans. One foot (11) of the wall height shall be
below finished grade unless otherwise stated on the
plans. Each headwall shall have two wingwalls and
baffles with dimensions as shown on the plans.
1. Subgrade Preparation shall conform to Section
5.2.A.(2)(sheets V-4 and V-5) of these
specifications.
2. Reinforcing Steel
The headwall shall be reinforced with welded wire
mesh conforming to ASTM A 185, "Standard
Specification For Welded Steel Wire Fabric For
Concrete Reinforcement'' or reinforcing steel
conforming to ASTM A 615, "Specifications For
Deformed And Plain Billet Steel Bars'' as shown on
the plans.
I. Reinforced Concrete Sidewalks and Other Miscellaneous
Concrete Flatwork (Class "All Concrete)
This item shall consist of a reinforced concrete slab
of thickness as shown on the plans.
Before pouring the concrete for the flatwork, all
obstructions such as traffic signs, street name
markers, markers of any nature or utilities of any
nature found in the way of the improvements shall be
immediately relocated outside of the proposed
concrete by the Contractor or the affected Utility at
V-17
f
r
j no expense to the City. If an obstruction or Utility
is to be relocated, it is the Contractor's
responsibility to have the obstruction relocated
before the concrete is poured. Should the concrete be
poured prior to the obstruction relocation, the
Contractor shall remove and replace the concrete
following relocation. The concrete work and all
associated work shall be at the Contractor's expense.
1. Subgrade Preparation shall conform to Section
5.2.A.(2) (sheets V-4 and V-5) of these
specifications.
2. Reinforcing Steel
The concrete slab shall be reinforced with welded
wire mesh conforming to ASTM A 185, "Standard
Specification For Welded Steel Wire Fabric For
Concrete Reinforcement'' or reinforcing steel
r& conforming to ASTM A 615, "Specifications For
Deformed And Plain Billet Steel Bars''..
J. Reinforced Concrete Pavement (NormalSettingStrength
Portland Cement Concrete Pavements)(Class "C''
Concrete)
V-18
J
Description
�.
This item shall consist of a pavement of portland
cement concrete, with or without monolithic curbs,
with reinforcement as shown on plans, constructed as
herein specified on a prepared subgrade and one inch
(1 11) 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. This item shall conform to Texas
Department of Transportation Standard Construction
Specifications, Item 360, "Concrete Pavement''.
Concrete shall be considered of satisfactory quality
provided it is made (a) of materials accepted for the
job, (b) in the proportions established by the
Engineer and (c) mixed, placed, finished and cured in
accordance with the requirements herein specified.
V-18
J
K. Continously Reinforced or Jointed Concrete. Pavement
Fast Track Concrete Pavements (Quick Setting High
Early Strength Cement Concrete Pavements) (Class
"P" Concrete)
This item shall consist of the construction of a
fast track pavement of portland cement concrete,
with or without monolithic curbs, with
reinforcement as shown on plans, on a prepared
subgrade and one inch (1 11) sand cushion or other
base course in accordance with the typical
sections shown on the plans and to the lines and
grades established by the Engineer. This item
shall conform to the Texas Department of
Transportation Standard Construction
Specifications, Item 360, "Concrete Pavement''
with the following additions and modifications as
stated herein:
1. The Paving Construction Plan shall be in
accordance with Article 360.2 of Item 360,
"Concrete Pavement''.
2. Materials shall be in accordance with Article
360.3 of Item 360, "Concrete Pavement'' with the
following exceptions and supplements:
A.The first (1st) paragraph of Subarticle 360.3.(5)
is voided and replaced by the following:
Unless otherwise shown on the plans reinforcing
steel bars, including tie -bars, shall be open-
hearth, basic oxygen, or electric furnace new
billet steel of Grade 60 for concrete
reinforcement.
Where "high -yield'' reinforcing steel is specified
the steel shall be either open-hearth,
basic oxygen, or electric furnace new billet steel
conforming to ASTM A615, Grade 60 (60,000 PSI
yield strength) or rail steel bars conforming to
ASTM A 616, Grade 60 (60,000 PSI yield strength).
"High -yield'' reinforcing steel bars
shall be further identified by a special marking
rolled into each bar. ASTM A 616 bars shall be
furnished as straight bars only. Any bending of
ASTM A 616 bars is prohibited.
B. The epoxy gel material shall cure rapidly to allow L
rapid placement of concrete without moving the
dowels or disrupting the bond between the dowels
and the surrounding concrete. The epoxy shall be in
V-19
i
accordance with Item 575, "Epoxy'', of the Texas
Department of Transportation Standard Construction
Specifications.
C. Insulating blankets used for the curing of concrete
pavement shall be of a type and quality approved by
the Engineer.
3. Equipment required for this item shall be in
accordance with Article 360.4 of Item 360,
"Concrete Pavement''.
A. All equipment shall be maintained in good condition
and approved by the Engineer before the Contractor
shall be permitted to begin construction of the
pavement.
4. The quality of concrete shall be in accordance with
Article 360.5 of item 360, "Concrete Pavement''
with the following exceptions and supplements:
A. The second (2nd) and seventh (7th) paragraphs are
voided and replaced by the following:
The concrete mix shall be designed to produce a
flexural strength equal to or greater than five
hundred pounds per square inch (500 psi)at the age
of sixteen (16) hours or a compressive strength
equal to or greater than three thousand eight
hundred pounds per square inch (3,800 psi) at the
age of sixteen (16) hours when tested in
accordance with the Texas Department of
Transportation Construction Bulletin C-11.
The coarse aggregate factor shall not exceed
eighty-five hundredths (0.85). The fine aggregate
factor shall be as high as practicable near the
upper limit of the range that permits proper
placing, finishing and texturing. Unless specified
otherwise on the plans, the concrete shall contain
a minimum of seven (7) sacks of cement per
cubic yard of concrete. The concrete mixtures shall
be designed to entrain five percent (5%) air with a
tolerance of plus or minus one percent (1%) based
upon measurement made on the concrete immediately
after discharge from the mixer.
The water -cement ratio (gallons of water per 94
pound sack of cement) shall not exceed five (5)
V-20
gallons per sack of cement nor forty-five -
hundredths (0.45).
Concrete specimens shall be prepared and tested in
accordance with Texas Department of Transportation
Construction Bulletin C-11. The specimens shall be
cured on the slab, under the slab covering
material.
5. It shall be the responsibility of the Contractor to
furnish a mix design, using a coarse aggregate
factor acceptable to the Engineer. The mix shall be
designed in accordance with the Texas Department of
Transportation Construction Bulletin C-11. Complete
concrete design data shall be submitted to the
Engineer for approval Trial batches shall be made
and tested prior to the placing of concrete and in
the event of changing aggregate, and/or type,
brand, or source of cement, or admixture. Trial
batches shall be made in the mixer to
be used on the job.
When ready -mixed concrete is to be used, the trial
designs shall be made in a mixer representative of
the mixers to be used. Batch size shall be at least
fifty percent (50%) or more of the rated mixing
capacity of the truck.
The strength of the concrete in the completed
pavement shall be determined by flexural strength
tests made in accordance with ASTM C 78, "Test
Method For Flexural Strength of Concrete Using A
Simple Beam With Third Point Loading''. The
specimens for these strength tests shall be made in
accordance with ASTM C 31, "Standard Practice for
Making and Curing Concrete Test Specimens
in the Field''.
Changes in the water -cement ratio,and the mix
design, including an increase -in cement, if
necessary, shall be made if the sixteen (16) hour
flexural strength does not meet the minimum value
of five hundred pounds per square inch (500 psi) or
if the sixteen (16) hour compressive strength does
not meet the minimum value of three thousand eight
hundred pounds per square inch (3,800 psi).
The Engineer may reject as non -representative any
individual flexural strength value in each group of
ten (10) specimens where strengths more than ten
percent (10%) above or ten percent (10%) below the
group average are indicated and compute the average
V-21
r
flexural strength based on the remaining values. If
the concrete fails to meet any of the requirements
for workability, the Engineer shall require
correction. If it is necessary to change
aggregates, to use an additional aggregate or to
use admixtures, preliminary tests shall be
required. Should tests representing three (3) days
production consistently indicate a considerable
departure from the minimum specified strength, even
though within the above limits, appropriate changes
in the water -cement ratio and mix proportions shall
be made.
6. The subgrade,.base and forms shall be in accordance
t
with Article 360.6 of Item 360, "Concrete
Pavement''.
7. Placement of reinforcing steel and joint assemblies
shall be in accordance with Article 360.7 of Item
360, "Concrete Pavement'', with the following
" exceptions and supplements:
+►i A. Tiebars shall develop a pullout resistance equal to
or greater than three-fourths (M) of the
required steel yield strength by using a tension
test conforming to ASTM E 488 after the concrete has
I cured for sixteen (16) hours.
B. The reinforcing bars shall be rigidly clamped or
wired at all splices in a manner approved by the
Engineer.
C. If welded bar lap splices are permitted by the
Engineer, all welding shall conform to Item 440,
"Reinforcing Steel''.
8. Concrete mixing and placing shall be in accordance
-; with Article 360.8 of Item 360, "Concrete
'
Pavement'' with the following exceptions and
supplements:
A. The second paragraph of 360.8.(5) is changed as
follows:
When required by the Engineer, the Contractor shall
furnish and install an approved enclosure, such as
canvas covered framework, to protect all pavement.
The Contractor shall maintain the ambient
P, V-22
P
temperature surrounding the concrete at not less
than 50°F (10°C) for not less than three (3) days.
When concrete is being placed in cold weather, other
than the conditions stated above, the Contractor
shall have a sufficient supply of an approved
covering material available to immediately
protect the concrete if the ambient temperature
falls to 32°F (0°C) or below, before the concrete
has been in place for at least four(4) hours. Such
protection shall remain in place during the period
the ambient temperature continues to be at or below
32°F (0°C), or for a period of not more than five
(5) days. Neither salt nor other admixtures shall be
added to the concrete to prevent freezing. The
Contractor shall be responsible for the quality and
strength of the concrete under cold weather
conditions. Any concrete damaged by freezing
shall be removed and replaced immediately at the
Contractor's expense. If concrete is placed during
night-time hours, the Contractor shall provide
sufficient artificial light to provide for the
proper placement and finishing of the pavement.
9. Joints shall be in accordance with Article 360.9 of
Item 360, "Concrete Pavement'' with the following
exceptions and supplements:
A. The Contractor shall keep an operable standby power
driven saw with extra saw blades on the jobsite at
all times when concreting operations are in
progress.
B. Where new concrete slab(s) are to be poured against
existing concrete slab(s), the exposed edges of the
existing concrete are to be sprayed with an approved
debonding agent.
10. Spreading and Finishing shall be in accordance with
Article 360.10 of Item 360, "Concrete Pavement''.
11. Curing shall be in accordance with Article 360.11 of
Item 360, "Concrete Pavement'' except: the first
(1st) and fourth (4th) paragraphs are voided and
replaced as follows:
A. All concrete pavement shall be cured by protecting
it against loss of moisture for a period of not less
than eight (8) hours from the beginning of the
V-23
The first (ist) paragraph of Subarticle 360.11.(3)
is voided and replaced with the following:
C. After final finish and immediately after the free
surface moisture has disappeared, the concrete
surface shall be sprayed uniformly with a curing
compound in accordance with Article 526.5 of Item
526, -'Membrane Curing I . Should the membrane be
damaged from any cause before the expiration of
eight (8) hours after the original
application, the damaged portions shall be repaired
immediately with additional curing compound.
Immediately after the finishing of the surface has
been completed and the concrete has taken its
original set, the surface shall be completely
covered with insulating blankets. The insulating
blankets shall remain on the pavement for not less
than the specified curing period.
12. Protection of pavement and opening to traffic shall
be in accordance with Article 360.12 of Item 360,
"Concrete Pavement'' except Subarticle 360.12.(2)
` is voided and replaced by the following:
r- A. The pavement shall be closed to all traffic,
including Contractor vehicles, until the concrete is
at least eight (8) hours old. This period may be
extended, if in the opinion of the Engineer, it is
C; advisable to extend the time of protection.
B. At the end of the closure time period, such
section(s) may be opened to all traffic provided the
concrete has reached a minimum flexural strength of
five hundred pounds per square inch (500 psi) or a
minimum compressive strength of three thousand eight
hundred pounds per square inch (3,800 psi), all
joints have been sealed and approved, and the
E
V-24
curing operations. Immediately after the finishing
operations have been completed, the entire surface
of the newly laid concrete pavement shall be covered
and cured in accordance with the requirements
specified herein.
B. Failure to provide sufficient covering material,
failure to maintain saturation in wet curing methods
or failure to comply with any curing requirements
-•
shall be cause for immediate suspension of
r
concreting operations. The concrete surface shall be
maintained wet and the covering material replaced
immediately after completion of joint sawing,
testing and any required surface correction.
The first (ist) paragraph of Subarticle 360.11.(3)
is voided and replaced with the following:
C. After final finish and immediately after the free
surface moisture has disappeared, the concrete
surface shall be sprayed uniformly with a curing
compound in accordance with Article 526.5 of Item
526, -'Membrane Curing I . Should the membrane be
damaged from any cause before the expiration of
eight (8) hours after the original
application, the damaged portions shall be repaired
immediately with additional curing compound.
Immediately after the finishing of the surface has
been completed and the concrete has taken its
original set, the surface shall be completely
covered with insulating blankets. The insulating
blankets shall remain on the pavement for not less
than the specified curing period.
12. Protection of pavement and opening to traffic shall
be in accordance with Article 360.12 of Item 360,
"Concrete Pavement'' except Subarticle 360.12.(2)
` is voided and replaced by the following:
r- A. The pavement shall be closed to all traffic,
including Contractor vehicles, until the concrete is
at least eight (8) hours old. This period may be
extended, if in the opinion of the Engineer, it is
C; advisable to extend the time of protection.
B. At the end of the closure time period, such
section(s) may be opened to all traffic provided the
concrete has reached a minimum flexural strength of
five hundred pounds per square inch (500 psi) or a
minimum compressive strength of three thousand eight
hundred pounds per square inch (3,800 psi), all
joints have been sealed and approved, and the
E
V-24
pavement has been cleaned with a power broom to the
satisfaction of the Engineer.
Subarticle 360.12.(3) is voided and replaced by the
following:
C. The Engineer may require the opening of pavement to
traffic prior to the minimum time specified above
under conditions of emergency which in his opinion
require such action in the interest of the public.
The Contractor shall remove all obstructing
materials, place earth against the pavement edges
and perform all other work involved in providing for
the safety of the traffic as required by the
Engineer. Orders for emergency opening of the
pavement to traffic shall be issued by the Engineer
in writing.
13. Deficient pavement thickness shall be treated in
accordance with Article 360.13 of Item 360,
"Concrete Pavement''.
14. Unless otherwise shown on the plans, ride quality
shall be treated in accordance with Item 360.14,
"Ride Quality'' and Item 585, Ride Quality For
Pavement Surfaces" .
Materials
1. Cement
The cement shall be Type I, Type IA, Type III or Type
IIIA standard brand of Portland cement. If the use of
high early strength cement is not specified, and the
Contractor desires to use it, he shall obtain written
permission from the Engineer and shall assume all
additional costs incurred by the use of such cement.
Type I, Type IA, Type III and Type IIIA cement shall
conform to the requirements of ASTM 0150, "Standard
Specification For Portland Cement''. When Type III or
IIIA cement is used, the average strength at the age
of seven (7) days shall be higher than that attained
at three (3) days. Either the tensile tests or
compression tests may be used as strength tests for
either type cement. The specific surface area of Type
I or Type IA cement shall not exceed two thousand
(2,000) square centimeters per gram as measured by
the Wagner Turbidmeter in accordance with the Texas
V-25
i Department of Transportation Test Method Tex -310-D.
t
2. Admixtures
,�. Unless otherwise provided in the plans or special
provisions, approved types of admixtures to minimize
segregation, to improve workability, or to reduce the
amount of mixing water may be used in the rate of
dosage specified by the Engineer. ADMIXTURES SHALL
NOT BE USED AS A SUBSTITUTE FOR CEMENT. Admixtures
shall comply with all the requirements of and be
measured and dispensed in accordance with the Texas
E Department of Transportation Standard Construction
Specifications Item 437, "Concrete Admixtures".
Neither salts nor chemical admixtures shall be used
to prevent freezing.
3. Coarse Aggregate.
Coarse aggregate shall consist of durable particles
of crushed limestone (Brownwood Type) of reasonably
uniform quality throughout, free from injurious
amounts of salt, alkali, vegetable matter or other
objectionable material, either free or as an adherent
coating on the aggregate. It shall not contain more
than one-fourth percent Wt) by weight of clay lumps,
nor more than one percent (1%) by weight of shale nor
more than five percent (5t) by weight of laminated
and/or friable particles when tested in accordance
with the Texas Department of Transportation Test
Method Tex -413-A.
Coarse aggregate shall have a wear index of not more
than forty-five percent (45%) when tested according
to the Texas Department of Transportation Test Method
Tex -410-A and when tested by standard laboratory
methods shall meet the following grading
requirements:
Retained on 1-3/4" sieve......................0t
Retained on 1-1/2" sieve................0% to 5's
Retained on 3/4" sieve...... .........30% to 65t
Retained on 3/8" sieve.......... .....70% to 90%
Retained on No. 4 sieve...............95°s to 1001
V-26
a
Loss by Decantation Test
Method Tex -406-A ...1.0k Maximum
All aggregate shall be handled and stored in such a
manner as to prevent size segregation and
contamination by foreign substances. When segregation
is apparent, the aggregate shall be remixed. At the
time of its use, the aggregate shall be free from
frozen material. Aggregate that contains more than
one-half percent (0.5%) free moisture by weight shall
be stockpiled for at least twenty four (24) hours
prior to use. Adequate storage facilities shall be
provided for all approved materials. The intermixing
of nonapproved materials with approved materials
either in stockpiles or in bins will not be
permitted. Aggregates from different sources shall be
stored in different stockpiles unless otherwise
approved by the Engineer.
Aggregates shall be stockpiled in such a manner to
prevent segregation, and maintained as nearly as
possible in a uniform condition of moisture.
Each aggregate stockpile shall be reworked with
suitable equipment as required by the Engineer to
remix the material to provide uniformity of the
stockpile.
4. Fine Aggregate.
Fine aggregate shall consist of sand or a combination
of sands, and shall be composed of clean, hard,
durable,uncoated grains. Unless otherwise shown on
plans, the acid insoluble residue of the fine
aggregate shall be not less than twenty eight percent
(28%) by weight when tested in accordance with the
Texas Department of Transportation Test Method Tex -
612 -J.
5. Fine Aggregate Exclusive of Mineral Filler
Fine aggregate shall be free from injurious amounts
of salt, alkali or vegetable matter. It shall not
contain more than one-half percent (0.50) by weight
of clay lumps. When subjected to the color test for
organic impurities, Texas Department of
Transportation Test Method Tex -408-A, the fine
aggregate shall not show a color darker than the
standard.
V-27
r
1
ell
Unless specified otherwise, fine aggregate shall meet
the following grading requirements:
Retained
on
3/8"
sieve.....................0%
Retained
on
No.4
sieve................0°s
to 516
Retained
on
No.
8 sieve..............0%
to 20%
Retained
on
No.
16 sieve ............
15%; to 30%
Retained
on
No.
30 sieve ............
35t to 75%
Retained
on
No.
50 sieve ............
70°s to 90%
Retained
on
No.
100 sieve ..........
90s to 100%
Retained
on
No.
200 sieve ..........
97t to 100%
Fine aggregate will be subjected to the Sand
Equivalent Test (Texas Department of Transportation
Test Method Tex -203-F). The sand equivalent value
shall not be less than eighty (80), or not less than
the value shown on the plans, whichever is greater.
6. Mineral Filler
Mineral filler shall consist of clean stone dust,
clean crushed sand, clean crushed shell or other
approved inert material. When tested in accordance
with Texas Department of Transportation Test Method
Tex -401-A, it shall meet the following requirements:
Retained on No. 30 sieve........................ot
Retained on No. 200 sieve.................0% to 35%
At the time of its use the mineral filler shall be
free from any frozen material. Aggregate containing
foreign material will be rejected.
7. Mixing Water
Water for use in concrete and for curing shall be
4 free from oil, acids, organic matter or other
deleterious substances and shall not contain more
than one thousand (1,000) parts per million of
a chlorides as CL, nor more than one thousand (1,000)
parts per million of sulfates as SO4.
r
V-28
a
L-'
Water from municipal supplies approved by the State
Health Department will not require testing, but water
from other sources shall be sampled and tested before
use.
Test procedures shall be in accordance with AASHTO T
26, "Standard Method of Test For Quality of Water to
be Used in Concretell.
Water may be measured either by volume or by weight.
The accuracy of measuring the water shall be plus or
minus one percent (i%) of the designed amount. Unless
the water is to be weighed, the water measuring
equipment shall include an auxiliary tank from which
the measuring tank shall be filled. The measuring
tank shall be equipped with an outside tap and valve
for checking the setting unless other means are
provided for accurately determining the amount of
water in the tank. The volume of the auxiliary
tank shall have a capacity equal to at least fifty
percent (50%) of the measuring tank.
Batching
Batches shall be delivered to the mixer separate and
intact, without loss of cement and without spilling
of material from one batch into another. Batching
shall be so conducted as to result in the weights of
each material required within a tolerance of one
percent (1%) for cement and two percent (2%) for
aggregates.
9.I Steel Dowel Bars
Steel dowel bars shall be of the size and type
indicated on the plans and shall be open-hearth,
basic oxygen or electric -furnace steel conforming to
the mechanical properties specified for Grade 60
(60,000 PSI minimum yield strength) steel bars in
ASTM A 615, "Specification for Deformed and Plain
Billet Steel Bars for Concrete
Reinforcement''. The dowels shall be smooth plain
round bars.
Dowels shall be placed at middepth in the concrete
slab by means of fabricated steel supporting units.
These units shall be sturdy and placed so that the
dowels are parallel to the centerline and surface of
the slab.
V-29
rt -
f
10. Steel Tiebars
Tiebars shall be placed as shown on the plans.
Tiebars shall be long enough so that anchorage on
each side of the joint will develop -the allowable
working strength of the tiebar in accordance with
ASTM E 488, "Test Method For Strength of Anchors in
Concrete and Masonry Elements".
11. Steel Reinforcement
Unless otherwise shown on the plans, steel
reinforcing bars as required including the tie bars
shall be open-hearth, basic oxygen or electric -
furnace new billet steel of Grade 60 (60,000 PSI
minimum yield strength) for concrete reinforcement.
Bars that require bending shall conform to ASTM A
615, "Specification for Deformed and Plain Billet
Steel Bars for Concrete Reinforcement'' and be Grade
40 (40,000 PSI minimum yield strength). Grade 40 bars
(40,000 PSI minimum yield strength) shall be spaced a
distance equal to two-thirds (2/3) of the Grade 60
(60,000 PSI minimum yield strength) spacing.
High yield reinforcing steel shall be either (1)
open-hearth, basic oxygen or electric -furnace new
billet steel conforming to the requirements of ASTM A
615, "Specification for Deformed and Plain Billet
Steel Bars for Concrete Reinforcement'', Grade 60
(60,000 PSI minimum yield strength) or (2) rail steel
bars for concrete reinforcement, conforming to the
requirements of ASTM A 616, "Specification for Rail
Steel Deformed and Plain Bars for Concrete
Reinforcement'', Grade 60 (60,000 PSI minimum yield
strength). [Bars produced by piling method will not
be accepted] .
p -y V-30
.r
Where prefabricated wire mats are specified or
permitted, the wire shall be cold worked steel wire
A
conforming to ASTM A 496, "Standard Specification
for Steel Wire, Deformed, for Concrete
Reinforcement'' except that steel shall be made by
open-hearth, electric -furnace, or basic oxygen
processes. The prefabricated wire mats shall conform
P
to the requirements of ASTM A 497, "Standard
k
Specification for Steel Welded Wire Fabric, Deformed,
`
for Concrete Reinforcement''.
Mats that have been bent or wires dislocated or
parted during shipping or project handling shall be
realigned to within one-half inch (%11) of the
original horizontal plane of the mat. Mats with any
p -y V-30
.r
portion of the wires out of vertical alignment more
than one-half inch (%I,) after realignment and/or
wires dislocated or mutilated so that, in the opinion
of the Engineer, they do not represent the original
mat, shall be rejected. The mats may be clamped or
wired so that the mats will retain the horizontal and
vertical alignment as specified by the plans or as
approved by the Engineer. Deformed wire may be used
for tie bars and load transfer bars that require
bending.
when fabricated steel bars or rod mats are specified,
the mats shall conform to ASTM A 184, Standard
Specification for Fabricated Deformed Steel Bar Mats
for Concrete Reinforcement''.
12. Mechanical Vibratory Equipment
All concrete placed for pavement shall be
consolidated by mechanical vibrators approved by the
Engineer and designed to vibrate the concrete
internally. The internal type will be used for full -
depth placement. Vibratory members shall extend
across the pavement practically to, but shall not
come in contact with the side forms. Mechanically
operated vibrators shall be operated in such a manner
as to not interfere with the transverse or
longitudinal joints.
Separate vibratory units shall be operated at
sufficiently close intervals to provide uniform
vibration and consolidation to the entire width of
the pavement. ,The frequency in air of the internal
spud type (imersion) vibratory units shall be not
less than eight thousand (8,000) cycles per minute
and not more than five thousand (5,000) cycles per
minute for tube type (surface) vibratory units and
the method of operation shall be as directed by the
Engineer. The Contractor shall have a satisfactory
tachometer available for checking the vibratory
elements.
The pavement vibrators shall not be used to level or
spread the concrete but shall be used only for
purposes of consolidation. The vibrators shall not be
operated where the surface of the concrete, as
spread, is below the elevation of the finished
surface of the pavement, except for the first (1st)
lift of concrete where the double strike off method
of placement is employed.The vibrators shall not be
operated for more than five (5) seconds while the
V-31
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 specification. Cores taken shall be carefully
examined for voids, honeycombing or other evidence of
incomplete consolidation. If such evidence is
present, changes in the consolidation procedures
and/or equipment shall be made to insure satisfactory
consolidation.
13. Finishing.
All concrete pavement shall be finished mechanically
with approved power -driven machines, except as herein
provided:
Hand -finishing shall be permitted on the transition
from a crowned section to a superelevated section
without crown or curves, and on straight line
superelevation sections less than three hundred feet
(3001) in length. Hand -finishing will also be
permitted on that portion of a widened pavement
outside the normal pavement width, on sections where
the pavement width is not uniform, or when required
monolithic widths are greater than that of available
finishing machines.
Machine -finishing of pavement shall include the use
of power -driven spreaders, power -driven vibrators,
power -driven transverse strike -off, and screed, or
such alternate equipment as may be substituted and
approved by the Engineer.
All concrete shall 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.
V-32
The transverse finishing machine shall first be
operated to compact and finish the pavement to the
required section and grade, without surface voids.
The machine shall be operated over each area as many
times and at such intervals as directed. At least two
trips shall be required and the last trip over a
given area shall be a continuous run of not less than
forty feet (401). After completion of finishing with
the transverse finishing machine a transverse drag
float may be used.
The consistency of the concrete as placed should
allow the completion of all finishing operations
without the addition of water to the surface. When
field conditions are such that additional moisture is
needed for the final concrete surface finishing
operation, the required water shall be applied to the
surface by fog spray only and shall be held to a
minimum so that water does not collect on the
surface.
After finishing is complete and the concrete still
workable, the surface shall be tested for trueness
with an approved ten feet (101) steel straightedge.
The straightedge shall be operated from the side of
the pavement, placed parallel to the pavement
centerline and passed across the slab to reveal any
high spots or depressions. The straightedge shall be
advanced along the pavement in successive stages of
not more than one-half (M) its length. Practically
perfect contact of the straightedge with the surface
shall be required, and the pavement shall be leveled
to this condition, in order to insure conformity with
the surface test required below, after the pavement
has fully hardened. Any correction of the surface
required shall be accomplished by adding concrete if
required and by operating the longitudinal float over
the area. The surface test with the straightedge
shall then be repeated.
For one (1) lane pavement placement and uniform
widening, the equipment for machine -finishing of
concrete pavement shall be as directed by the
Engineer but shall not exceed the requirements of
these specifications.
After completion of the straightedge operation, as
soon as construction operations permit, texture shall
be applied with one-eighth inch (1/811) wide metal
tines with clear spacing between the tines being not
less than one -forth inch (% ") nor more than one-half
inch (%I I) . If approved by the Engineer, other
equipment and methods may be used, provided that a
surface texture meeting the specified requirements is
V-33
r�
obtained. The texture shall be applied transversely.
It is the intent that the average texture depth
resulting from the number of tests directed by the
Engineer be not less than sixty one -thousandth inch
(0.06011) with a minimum texture depth of fifty one -
thousandth inch (0.05011) for any one test when
r� tested in accordance with Texas Department of
is
Transportation Test Method Tex -436-A. Should the
texture depth fall below that intended, the finishing
�. procedures shall be revised to produce the desired
texture.
14. Proportioning of Concrete
Concrete shall be composed of Portland cement, fine
aggregate, coarse aggregate, mineral filler and/or
admixture if used and water, mixed in proportions as
approved by the Engineer in the mix design as
submitted by a commercial laboratory and in the
manner set forth in this specification. On the basis
of job and laboratory investigations of the proposed
materials, the Engineer will fix the proportions by
weight of water, coarse aggregate, fine aggregate,
cement, admixture and mineral filler where required,
in order to produce concrete of the specified
strength and workability.
15. Concrete Strength (Class A, C, E and F)
V-34
The concrete mix will be designed so as to produce a
minimum twenty-eight (28) days flexural strength of
six hundred pounds per square inch (600 psi) and a
minimum compressive strength of three thousand pounds
per square inch (3000 psi) at seven (7) days and/or
twenty-eight (28) days compressive strength of three
thousand six hundred pounds per square inch (3,600
psi) as applicable conforming to minimum strengths as
required on page IV -10 of "Standard Materials of
Construction I . The coarse aggregate factor (dry,
loose volume of coarse aggregate per unit volume of
concrete) shall not exceed eighty -five -hundredth
(0.85). Unless otherwise shown on the plans the
concrete shall contain not less than six (6) sacks of
cement per cubic yard of concrete. Unless otherwise
shown on the plans the water -cement ratio ((net
gallons of water per ninety four (94) pound sack of
±"
cement)) shall not exceed six (6) gallon/sack.
i'
Concrete specimens shall be prepared, cured and
tested as outlined in the Texas Department of
Transportation Bulletin C-11. Compressive strength
V-34
tests shall also be tested in accordance with ASTM C
39, "Test Method For Compressive Strength of
Cylindrical Concrete Specimens''. Flexural strength
tests shall also be tested in accordance with ASTM C
78, "Test Method For Flexural Strength of Concrete
Using a Simple Beam With Third Point Loading''.
16. Workability of Concrete
Concrete shall be uniformly plastic, cohesive and
workable. Workable concrete is defined as concrete
which can be placed without honeycombs and without
voids in the surface of the pavement. Workability
shall be obtained without producing a condition such
that free water appears on the surface of the slab
when being finished as specified. Where water appears
on the surface of the concrete after finishing and
this condition cannot be corrected,by reasonable
adjustment in the batch design, the bleeding will be
immediately corrected by one of the following
measures or a combination of two (2) or more of the
following listed measures:
a. Redesign of the batch mix
b. Addition of mineral filler to fine aggregate
C. Increase of cement content
In the event that the measures taken do not eliminate
the bleeding immediately, concrete placement
operations will be suspended, as directed by the
Engineer, and shall remain suspended, until such time
as additional trial mixes demonstrate that a non-
bleeding batch design has been achieved. Failing to
achieve a satisfactory laboratory batch design the
Contractor shall be required to use different y
materials and to submit samples thereof for
additional trial mixes and pilot beams as specified -`
in the Texas Department of Transportation Bulletin C-
11.
The mix will be designed with the intention of
producing concrete which will have a slump of one and
one-half inches (1%11) when tested in accordance
with Texas Department of Transportation Bulletin C-
11. The slump shall not be less than one inch (111)
nor more than three inches (311). The slump shall be
in accordance with ASTM C 143, "Slump of Portland
Cement Concrete''.
V-35
L:
17. Mix Design
Prior to the beginning of the concrete placement, and
thereafter before any change in source or
characteristics of any of the ingredients except
mineral filler, sufficient compression tests using
various quantities of cement and aggregates proposed
for use shall be supplied the Engineer for
consideration.
Mixes shall be designed and made in sufficient number
to represent a wide range of water -cement ratios.
These mixes shall comply with the requirements herein
prescribed for workability. From these preliminary
tests the water -cement ratio required to produce
concrete of the specified strength shall be selected
by the Engineer. The Contractor may at any time
present in writing a suggested mix design and the
Engineer shall make the tests necessary to determine
its acceptability under these specification
requirements.
For mixing the concrete to be used in making the
preliminary test specimens, the Contractor shall
furnish and operate the mixer approved for use on
this project. A minimum one (1) cubic yard batch
shall be mixed or a batch of sufficient size to
afford proper mixing, whichever is the greater. In
lieu of the above mixer and procedure, the Contractor
may furnish a portable mixer of sufficient rated
capacity to mix a minimum three (3) sack batch; in
which case, the batch mixed for the preliminary test
shall not be less than the rated capacity of the
mixer furnished.
No additional compensation will be allowed for
1" equipment, materials or labor involved in making
preliminary test specimens.
After the mix proportions and water -cement ratio
required to produce concrete of the specified
strength have been determined, placing of the
concrete may be started.
Type I and Type IA cement shall have a specified
surface area within a range of one thousand six
hundred (1,600) square centimeters per gram to one
thousand nine hundred (1,900) square centimeters per
gram. A change in the specific surface of the cement
of more than one hundred (100) square centimeters per
gram may require a new mix design.
V-36
e
y
18. Subgrade and Forms
Preparation of Subgrade.
Rolling and sprinkling shall be performed when and to
the extent directed, and the roadbed shall be
completed to or above the plane of the typical
sections shown on the plans and the lines and grades
established by the Engineer.
Drainage of the roadbed shall be maintained at all
times. Sealed or treated subgrade cut in the
preparation of the subgrade or setting of pavement
forms shall be resealed or the subgrade restored to
the original conditions as directed by the
Engineer.The subgrade shall conform to Section
5.2.A.(2) of these specifications.
The subgrade shall be maintained in a smooth,
compacted condition in conformity with the required
section and established grade until the pavement is
placed and shall be kept thoroughly wetted down
sufficiently in advance of placing any pavement to
insure its being in a firm and moist condition for at
least two inches (211) below the prepared surface.
Sufficient subgrade shall always be prepared in
advance to insure satisfactory prosecution of the
work. No equipment or hauling shall be permitted on
the prepared subgrade, except by special permission
of the Engineer, which will be granted only in
exceptional cases and only where suitable,protection
in the form of two (2) ply timber mats or other
approved material is provided.
19. Placing and Removing Forms
The subgrade under the forms shall be firm and cut
true to grade so that each form section when placed
will be firmly in contact for its whole length and
base width, and exactly at the established grade.
Forms shall be staked with at least three (3) pins
for each 10 feet (101) section. A pin shall be placed
at each side of every joint. Form sections shall be
tightly joined and keyed to prevent relative
displacement. Forms shall be cleaned and oiled each
time they are used.
Forms shall be set for a sufficient distance in
advance of the point where concrete is being placed
to permit a finished and approved subgrade length of
not less than three hundred feet (3001) feet ahead of
the mixing. Conformity of the grade and alignment of ,-
V-37
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.
V-38
forms shall be checked immediately prior to placing
concrete, and all necessary corrections made by the
Contractor. Where any forms have been disturbed or
any subgrade becomes unstable, the forms shall be
reset and rechecked. In exceptional cases, the
Engineer may require stakes driven to the grade of
the bottom of the forms. Sufficient stability of the
forms to support the equipment operated thereon and
to withstand its vibration without springing or
settlement shall be required. If forms settle and/or
,.,
deflect more than one-eighth inch (1/811) under
finishing operations, paving operations shall be
stopped and the forms shall be reset to line and
grade.
Forms shall remain in place for not less than twelve
r
(12) hours after concrete curb and gutter has been
f
placed. Forms shall remain in place for not less than
thirty six (36) hours after structural concrete has
been poured. The forms shall remain in place until
I
removal is approved by the Engineer. They shall be
�.
carefully removed in such a manner that little or no
damage will be done to the edge of the pavement. Any
damage resulting from this operation shall be
immediately repaired. After the forms have been
removed, the ends of all joints shall be cleaned, and
any honeycombed areas pointed up with approved
mortar. Immediately after pointing is completed, the
form trench, if used, shall be filled with earth from
the shoulders in such a manner as to shed water from
rainfall or curing away from the edge of the
pavement. On completion of the required curing, the
subgrade or shoulders adjacent to the pavement shall
�►-
be graded in a condition to maintain drainage.
Allowable grade revisions shall in no way affect the
governing finishing and surface requirements of the
completed pavement.
All grade revisions shall be established by the
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.
V-38
K. Concrete Mixing and Placing
1. Mixing
The aggregates, mineral filler if required, cement
and water shall be measured separately, introduced
into the mixer, and mixed for a period of not less
than fifty (50) seconds nor more than ninety (90)
seconds, measured from the time the last aggregate
enters the drum to the time discharge of the concrete
begins. The required water shall be introduced into
the mixing drum during the first fifteen (15)
seconds of mixing. The entire contents of the drum
shall be discharged before any materials of the
succeeding batch are introduced.
The Engineer may increase the minimum mixing time to
that necessary to produce thoroughly mixed concrete
based on inspection or appropriate uniformity tests.
The mixing time may be varied at any time necessary
to produce acceptable concrete.
If Ready -Mix concrete is used, the concrete shall be
discharged into the specified hauling equipment and --
delivered to the road site. If truck agitators are
used, the concrete shall be continuously agitated at
a rate of not less than one revolution per minute (1
rpm) nor more than six revolutions per minute (6
rpm's) as directed by the Engineer.
The initial batch of concrete mixed after each time
the mixer is washed out shall be enriched by
additional mortar. The additional mortar shall
consist of one (1) part of cement and three (3) parts
of sand.
2. Placing
Any concrete not placed as herein prescribed within
thirty (30) minutes after mixing shall be rejected
and disposed of as directed except as provided
otherwise herein. Except by specific written ..
authorization of the Engineer, concrete shall not be
placed when the temperature is below 35°F (2° C), the
temperature being taken by the Engineer in the shade
and away from artificial heat. The temperature
measured by the Engineer shall be the final word.
All concrete shall be placed during daylight unless
otherwise approved.
V-39
r-
Troughs, pipes, and chutes shall be used as an aid in
placing concrete when needed. Dropping the concrete
distance of more than five feet (51) or depositing a
large amount at one location shall not be permitted.
Concrete shall be placed upon clean, damp surfaces,
free from running water.
r -
r Concrete shall be placed upon properly consolidated
soil.
The Contractor shall furnish an approved enclosure,
when requested by the Engineer, such as canvas -
.covered framework, to enclose and protect all
pavement so placed, and shall maintain the
temperature of the air surrounding the concrete at
not less than 50°F (10° C) for not less than five (5)
days. When concrete is being placed in cold weather,
other than under the conditions stated above, the
Contractor shall have available a sufficient supply
of an approved covering material to immediately
protect the concrete if the air temperature falls to
32°F (0° C), or below, before the concrete has been
placed for four (4) hours. Such protection shall
remain in place during the period the temperature
continues below 32°F (0° C) or for a period of not
more than five (5) days. Neither salt nor other
chemical admixtures shall be added to the concrete to
prevent freezing. The Contractor shall be responsible
for the quality and strength of the concrete under
cold weather conditions and any concrete damage by
freezing shall be removed and replaced at his
expense. Concrete shall not be placed before sunrise
and shall not be placed later than will permit the
finishing of the pavement during sufficient natural
light.
placed only on an approved subgrade
unless otherwise indicated on plans,
the pavement shall be constructed
o concrete shall be deposited on
r sub -base. The concrete shall be
subgrade or sub -base in such manner
little rehandling as possible. Where
necessary, concrete shall be
e required depth by use of shovels.
will not be permitted. Workmen will
to walk in the concrete with any
material on their boots or shoes.
ncrete shall be rapid and
Concrete shall be distributed
consolidated and finished, the
required by the plans will be
t
V-40
to such depth that when
slab thickness
obtained at all points
Concrete shall be
or sub -base, and
the full width of
monolithically. N
frozen subgrade o
deposited on the
as to require as
hand spreading is
distributed to th
'
The use of rakes
not be permitted
earth or foreign
The placing of cc
continuous.
placed only on an approved subgrade
unless otherwise indicated on plans,
the pavement shall be constructed
o concrete shall be deposited on
r sub -base. The concrete shall be
subgrade or sub -base in such manner
little rehandling as possible. Where
necessary, concrete shall be
e required depth by use of shovels.
will not be permitted. Workmen will
to walk in the concrete with any
material on their boots or shoes.
ncrete shall be rapid and
Concrete shall be distributed
consolidated and finished, the
required by the plans will be
t
V-40
to such depth that when
slab thickness
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 forty five (45) minutes.
Retempering concrete by adding water or by other
means shall not be permitted. Concrete that is
unsuitable for placement as delivered shall be
rejected and removed from the jobsite at the
Contractor's expense.
3. Steel Reinforcement
All reinforcing steel shall conform to ASTM A 82,
"Standard Specification for Steel Wire, Plain, for
Concrete Reinforcement''. Steel wire fabric
reinforcement shall also conform to ASTM A 185,
"Standard Specification For Steel Welded Wire
Fabric, Plain, for Concrete Reinforcement'', ASTM A
496, "Standard Specification for Steel Wire,
Deformed, for Concrete Reinforcement'' and ASTM A
497,"Steel Welded Wire Fabric, Deformed for
Concrete Reinforcement''.
All reinforcing steel, including steel wire fabric .—
reinforcement, tie bars, and dowel bars shall be
accurately placed and secured in position in
accordance with specifications and with details shown
on the plans.
Reinforcement shall be supported by approved metal
chairs. y`
Reinforcing bars shall be securely tied together with
wire at alternate intersections, following a pattern
approved by the Engineer, and at all splices, and
shall be securely tied with wire to each dowel
intersected. When wire fabric is used, it shall be
securely tied with wire together at all splices and r
to each dowel intersected. The minimum length of
overlap for wire fabric shall be twelve inches
(1211). Every other wire of the fabric shall be tied
securely with the wire ties. Tie bars shall be
installed in the required position by the method and
V-41
a
device shown on the plans or by approved method and
device equivalent thereto.
.-
Wire intended for welded fabric shall be sufficiently
free of rust and drawing lubricant so as not to
interfere with electric resistance welding. Rust,
surface seams, or surface irregularities will not be
cause for rejection provided the minimum dimensions,
cross-sectional area and tensile properties of a hand
�..
wire -brushed test specimen are not less than the
requirements of ASTM A 497, "Standard Specification
for Wire Fabric, Deformed, For Concrete
Reinforcement''. Tightly adhered scale or rust which
resists removal by vigorous wire brushing need not be
E
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
c
as loss of section to the extent that the
`
reinforcement will no longer meet the physical
requirements for the size and grade of steel
�..,
a
specified. The presence of broken welds shall not
constitute cause for rejection unless the number of
broken welds per sheet exceeds one percent (1%) of
the total number of joints in a sheet, or if the
material is furnished in rolls, one percent (1%) of
the total number of joints in one hundred and fifty
square feet (150 ft.2) of fabric and, furthermore
rprovided
not more than one half (M) of the
permissible maximum number of broken welds are
located on any one wire.
r„
Where plans require an assembly of parts at pavement
joints, the assembly shall be completed, placed at
the required location and elevation, and all parts
rigidly secured in the required position by the
method and devices shown on plans. Dowel bars shall
be accurately installed in joint assemblies in
accordance with plans, each parallel to the pavement
surface and to the center line of the pavement, and
shall be rigidly secured in required position by such
means (as shown on plans) that will prevent their
displacement during placing and finishing of the
concrete.
ON A MONOLITHIC " POUR " ONLY ONE CLASS OF CONCRETE
SHALL BE USED.
V-42
4. Curing
a. Moist curing
Moist curing shall be accomplished by a covering of
burlap or other approved fabric mat used singly or in
combination. Curing mats shall be thoroughly wet when
applied and kept continously wet and in intimate
contact with the concrete surface for the duration of
the moist curing period. If allowed to dry, they will
remove moisture from the concrete surface. The burlap
or fabric mats shall be lapped a minimum of eighteen
inches (1811) at joints to prevent drying between
adjacent sheets.
b. Waterproof Paper or White Polyethylene
Waterproof paper or white polyethelene shall be
lapped a minimum of eighteen inches (1811). The paper
or polyethylene shall be adequately weighted to
prevent displacement or billowing due to the wind.
Tears or holes appearing in the paper or polyethylene
during the curing period shall be immediately
repaired to — air tightness'' by the Contractor at
no expense to the City.
c. Membrane curing
This method of curing shall be applied behind the
final finishing operation after all free water has —
disappeared from the surface. Complete and uniform
coverage at the rate of one hundred and fifty square
feet (150 ft.2) of concrete per gallon of compound
shall be required, unless the maufacturer recommends
a different rate. The compound shall be white in
color to reflect the sun. The compound shall be kept
agitated to keep the pigment from settling. The
compound shall be applied to the concrete edges
immediately after the forms are removed. Membrane
curing shall not be permitted on concrete pavement
which will be exposed to deicing chemicals within
thirty (30) days after completion of the curing
period.
5. Joints
When the placing of concrete is stopped, a bulkhead
of sufficient cross sectional area to prevent
V-43
If necessary for proper installation of the joint
sealant, excessive spalling of the joint reservior
shall be repaired to the satisfaction of the Engineer
in the manner which the Engineer prescribes.
Careful workmanship shall be exercised in the
construction of all joints to insure that the
concrete sections are completely separated by an open
., joint or by the joint materials and to insure that
the joints will be true to the outline indicated on
the plans.
Joints are to be sawed as shown on the plans and
sealed with an approved joint sealing material before
the pavement is opened to any traffic (including
construction traffic) and as soon after the
completion of the curing period as is feasible. Just
prior to sealing, each joint shall be cleaned of all
foreign material.
A. Transverse Contraction Joints
These joints shall consist of planes of weakness
created by forming or cutting grooves in the surface
of the pavement perpendicular to the centerline and
parallel to the surface at locations as shown on the
plans. The depth of the joint shall be at least one
fourth W of the depth of the slab. Dowels shall be
used as shown on the plans.
Formed grooves shall be made by depressing an
approved tool (insert) or device into the plastic
concrete. The tool (insert) or device shall remain in
place until the concrete has attained its initial set
V-44
deflection, accurately notched to receive the.load
transmission devices, or dowels if required, and
shaped accurately to the cross section of the
r
pavement shall be provided and installed as a back-up
for the joint filler and rigidly secured in the
required position to permit accurate finishing of the
r'^
concrete up to the joint. After the concrete has been
a
finished to the joint, formation of the joint seal
reservior and finishing of the joint shall be
executed. The back-up bulkhead shall remain in place
1..,
until immediately prior to the time when concrete
placing is resumed, when it shall be carefully
removed in such manner that no element of the joint
assembly will be disturbed. The exposed portion of
the joint assembly shall be free of adherent
concrete, dirt or other material at the time the
.�
placing of concrete is resumed.
If necessary for proper installation of the joint
sealant, excessive spalling of the joint reservior
shall be repaired to the satisfaction of the Engineer
in the manner which the Engineer prescribes.
Careful workmanship shall be exercised in the
construction of all joints to insure that the
concrete sections are completely separated by an open
., joint or by the joint materials and to insure that
the joints will be true to the outline indicated on
the plans.
Joints are to be sawed as shown on the plans and
sealed with an approved joint sealing material before
the pavement is opened to any traffic (including
construction traffic) and as soon after the
completion of the curing period as is feasible. Just
prior to sealing, each joint shall be cleaned of all
foreign material.
A. Transverse Contraction Joints
These joints shall consist of planes of weakness
created by forming or cutting grooves in the surface
of the pavement perpendicular to the centerline and
parallel to the surface at locations as shown on the
plans. The depth of the joint shall be at least one
fourth W of the depth of the slab. Dowels shall be
used as shown on the plans.
Formed grooves shall be made by depressing an
approved tool (insert) or device into the plastic
concrete. The tool (insert) or device shall remain in
place until the concrete has attained its initial set
V-44
and shall then be removed without disturbing adjacent
concrete.
Sawed joints shall be as specified on the plans or as
directed by the Engineer. Sawing of joints shall
begin as soon as the concrete has hardened
sufficiently to permit sawing with a minimum of
raveling or aggregate pullouts. All joints shall be
sawed in succession if possible. All joints shall be
completed before uncontrolled shrinkage cracking
occurs. Where sawed joints are used, contraction
joints shall be placed as shown on the plans and
shall be sawed as soon as sawing can be accomplished
without damage to the pavement and before twelve (12)
hours after the concrete has been placed; the exact
time to be approved by the Engineer. The remaining
contraction joints shall be sawed in a uniform
pattern as directed by the Engineer, and they shall
be completed before uncontrolled cracking of the
pavement takes place. All joints shall be completed
before permitting any traffic to use the pavement
including Contractor traffic. The saw shall be power
driven, shall be manufactured especially for the
purpose of sawing concrete, and shall be capable of
performing the work. Saw blades shall be designed to
make a clean smooth cut having a width and depth of
cut as detailed on the plans. Tracks adequately
anchored, chalk, string line or other approved
methods shall be used to provide true alignment of
the joints. The concrete saw shall be maintained in
good operating condition and the Contractor shall
keep a stand-by power saw with extra saw blades on
the project at all times when concrete operations are
under way.
If membrane curing is used, the portion of the seal
which has been disturbed by sawing operations shall
be restored by the Contractor by spraying the area
with additional curing seal.
Transverse contraction joints shall not be carried
through the curb and gutter sections.
B. Transverse Construction Joints
These joints shall be of the type shown on the plans,
shall be placed perpendicular to the centerline and
shall be used when the placing of concrete is
suspended for thirty (30) minutes or more. Planned
construction joints shall be placed at normal joint
locations. These joints shall be butt type joints
with dowels. If the emergency construction joint
V-45
i
occurs at or near the planned joint, a butt type
joint with dowels shall be used. If an emergency
construction joint occurs in the middle third of
the normal joint interval, a keyed joint with tiebars
shall be used. The tiebars shall measure %I' diameter
X 2411 length for 6" or 8" concrete slabs and 5/8''
diameter X 30" length for a 10" concrete slab.
r-
C. Transverse Expansion/Isolation Joints
This type of joint shall be located as shown on the
plans at fixed objects and unsymmetrical
I intersections.
D. Longitudinal Contraction Joints
This type of joint shall be located as shown on the
plans. These joints shall be saw cut to a depth of
one-fourth W the thickness of the slab plus one-
half inch W').
Longitudinal joints shall be sawed within twelve (12)
hours after construction of the pavement. Sawing
shall not cause damage to the pavement and the
grooves shall be cut with a minimum of spalling. No
traffic (including construction traffic) shall be
permitted on the pavement until the longitudinal
joints have been cut and sealed.
E. Longitudinal Construction Joints
This type of joint shall be of the type shown on the
plans and located as shown on the plans.
Longitudinal joints shall be sawed within twelve (12)
hours after construction'of the pavement. Sawing
shall not cause damage to the pavement and the
grooves shall be cut with a minimum of spalling. No
traffic (including construction traffic) shall be
permitted on the pavement until the longitudinal
joints are cut and sealed.
6. Joint Sealants
After the joints in the hardened concrete have been
repaired (if necessary) and cleaned to the
r,, V-46
satisfaction of the Engineer, the joints shall be
filled with W.R. Meadows " GARDOX '', Dow Corning
"88811, Dow Corning "890 SL" or approved
equivalent. Immediately prior to sealing, all joints
shall be thoroughly cleaned of all foreign material,
including membrane curing compound, and joint faces
shall be clean and surface dry when the sealant
material is applied. The joints are to be sealed
before the pavement is opened to traffic and as soon
after completion of the curing period as is feasible
unless approved by the Engineer. After the sealant is
installed it shall effectively seal the joints
against water, dirt and stones throughout repeated
cycles of expansion and contraction.
Hot applied sealant shall be stirred during heating
to prevent localized overheating. The sealant shall
be applied in accordance with manufacturers
reccomended suggestions.
The joints shall be filled by inserting the nozzle to
the bottom of the joint or backer rod as applicable
so the sealant will not settle.
The joint filling shall be done without spilling
material on the exposed surfaces of the concrete. Any
excess material on the surface of the concrete shall
be removed immediately and the pavement surface
cleaned. The use of sand or similiar material to
cover the seal shall not be permitted. Joint sealing
material shall not be placed when the ambient
temperature in the shade is less than 50°F (100C),
unless approved by the Engineer.
7. Backer Rod
The backer rod diameter shall be twenty five percent
(250W) greater than the reservior width. The backer
rod material shall be made of polyetrhylene foam,
crosslinked polyethylene foam, polyurethane foam or
other material as suggested by the manufacturer. The
material shall not be water absorbent and shall be —
compatible with the application temperature of the
sealant.
8. Expansion Joint Material
Premolded expansion joint materials, wherever used,
shall extend to the full depth of the concrete and
shall be anchored to the concrete on one side of the
V-47
w
joint by means of copper wire or nails not lighter
than No. 12 B&S gage. Such anchorage shall be
sufficient to overcome the tendency of the material
to fall out of the joint.
Bituminous premolded expansion joint material shall
conform to Item No. 433.2 (5) (c) of the Texas
Department of Transportation Standard Construction
Specifications and conform to ASTM D 1751, "Standard
�- Specification For Preformed Expansion Joint Filler
For Concrete''. Expansion joints shall be placed as shown on the plans
or as directed by the Engineer.
a 9. Spreading and Finishing
... All concrete pavement shall be consolidated by a
mechanical vibrator. As soon as the concrete has been
spread between the forms, the approved mechanical
vibrator shall be operated to consolidate: the
concrete and remove all voids. Hand manipulated
vibrators shall be used for areas not covered by the
mechanical vibratory unit. The vibrator used shall
r not be operated in any one location for more than
fifteen (15) seconds.
After finishing is completed and the concrete still
workable, the surface shall be tested for trueness
with an approved ten feet (101) steel straightedge.
The straightedge shall be operated from the side of
the pavement, placed parallel to the pavement
centering and passed across the slab to reveal any
high spots or depressions. The straightedge shall be
advanced along the pavement in successive stages of
not more than one-half (M) of its length per movement
. Practically perfect contact of the straightedge
with the surface shall be required, and the pavement
shall be leveled to this condition, in order to
insure conformity with the surface test required
after the pavement has fully hardened. Any correction
of the surface required shall be accomplished by
adding concrete if required and by operating the
longitudinal float over the area. The surface test
with the straightedge shall then be repeated. Extra
water will not be added for finishing.
r 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
V-48
a
produce the desired texture depth. There shall be no
unnecessary delays between passes. The drag shall be
wet during use and maintained clean and free from
encrusted mortar. It is the intent that the average
texture depth resulting from the number of tests
directed by the Engineer be not less than twenty-five
thousandths inch (0.02511) with a minimum
texture depth of twenty thousandths inch (0.02011)
for any one test. Should the texture depth fall below
that intended, the finishing procedures shall be
revised to produce the desired texture.
The Contractor shall have available at all times hand
brooms with stiff bristles for the purpose of
providing textures when the pavement surface is in
such a condition that the burlap drag or other
methods being employed will not provide the desired
texture.
After completion of dragging and about the time the
concrete becomes hard; the edge of the slab and
joints shall be carefully finished as directed by the
Engineer, and the pavement shall be left smooth and
true to line.
10. Tolerance in Pavement Thickness
The thickness of the pavement shall be determined by
average caliper measurements of cores tested in
accordance with ASTM C 174, "Test Method For
Measuring Length of Drilled Concrete Cores''.
Pavement thickness shall be not less than the
specified minimum thickness.
When the measurement of any core is less than the
specified minimum thickness, the actual thickness of
the pavement in this area shall be detemined by
taking additional cores at not less than ten feet
(101) intervals parallel to the centerline in each
direction from the affected location until a core is
found which is not deficient. Areas found deficient
in thickness by the City Testing Laboratory shall be
removed by the Contractor. The cores shall be
replaced with the same material of the minimum
compacted thickness specified at no cost to the
Owner.
The amount and location of the cores shall be
determined at the discretion of the Engineer.
V-49
11. Protection of Pavement and Opening to Traffic
The Contractor shall erect and maintain the
barricades and other signalization required by the
plans and such other standard and approved traffic
control devices as will exclude public traffic and
traffic of his employees and agents from the newly
placed pavement for the periods of time and at
locations hereinafter prescribed by the Engineer.
Portions of the roadway, or crossings of the roadbed
required to be maintained open for use by traffic,
shall not be obstructed by the above required
barricades and other signalization. .
The pavement shall be closed to all traffic,
including Contractor vehicles, until the concrete is
at least fourteen (14) days old if normal. Type I or
., Type II portland cement concrete is used. The
pavement shall be closed to all traffic, including
Contractor vehicles, until the concrete is seven (7)
days old if a "Fast Track'' concrete or other fast
setting concrete is used. This period of closure to
all traffic may be extended if, in the opinion of the
Engineer, weather or other conditions make it
�... advisable to provide an extension of the time of
protection.
At the end of the seven (7) days period or fourteen
(14) days period depending on the type of concrete
used as provided in the paragraph above, and as long
thereafter as ordered by the Engineer, and if so
desired by the Contractor, the pavement may be opened
for use by Contractor vehicles provided the gross
weight (vehicle weight plus load) of such vehicles
does not exceed fourteen thousand pounds (14,000#).
Such opening, however shall in no manner relieve the
Contractor from his responsibilities for the work. On
those sections of the pavement thus opened to
traffic, all joints shall first be sealed, the
pavement cleaned, earth backfill placed against the
pavement edges and the joint work approved by the
Engineer before permitting vehicles thereon.
After the concrete in any section is four (4) days or
fourteen (14) days old as in the concrete Type listed
above, or as long thereafter as ordered by the
Engineer, such section of pavement may be opened to
all traffic as required by the plans or when so
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
r" against the pavement.edges, temporary transition
f.
r
V-50
t
pavement and all other work performed as required for
the safety of traffic.
When High Early Strength Concrete, resulting from the
use of Type III or. Type IIIA cement as required by
,plans or special provisions, is used, the pavement
may be opened to all traffic after the concrete is
seven (7) days old, or as long thereafter as ordered
by the Engineer, subject to the same provisions
governing the opening after fourteen (14) days for
normal Type I and Type II concrete as above
prescribed.
Where the Contractor desires to move any equipment
not licensed for operating on public streets, on or
across any pavement opened to traffic, he shall
protect the pavement from all damage by means of two-
ply timber mats of two inch (2 11) stock or runways of
heavier material laid on a layer of earth, all as
approved by the Engineer.
The Engineer may require the opening of the pavement
to traffic prior to the minimum time specified above
under conditions of emergency which in his opinion
require such action to be in the interest of the
public. In no case shall the Engineer order opening
of the pavement to traffic within less than seventy-
two (72) hours after the last concrete in the section
is placed. The Contractor shall remove all
obstructing materials, place earth against the
pavement edges and perform all other work involved in
providing for the safety of traffic as required by
the Engineer in ordering an emergency opening. Orders
for an emergency opening of the pavement to traffic
will be issued by the Engineer in writing.
5.3. EARTH WORK
A. Subgrade Preparation for curb and gutter, street
paving (asphalt and concrete),alley returns, alley
paving, valley gutters, other miscellaneous
structures, drainage ditches and borrow ditches.
Description
Subgrade preparation shall include the removal,
hauling and disposal of flexible paving materials,
other obstructions shown on the plans or as
V-51
r
1. Excavation
designated by the Engineer and all scarifying,
pulverizing, wetting, disking, blading and rolling
with compactors to a depth of at least six inches
(611) below subgrade elevation on residential streets
and to a depth of at least twelve inches (1211) below
z
subgrade elevation on major thoroughfares and
n
collector streets. Mechanical compactors will be used
r-,
from the bottom to the finished subgrade elevation to
compact the subgrade to ninety five percent (95t)
Standard Proctor Density on residential streets
according to ASTM D 698, "Test Method For Laboratory
Compaction Characteristics Of Soil Using Standard
f
Effort'' in conformity to the line, grade and
sections as shown on the plans or as established by
the Engineer. Mechanical compactors will be used from
the bottom to the finished subgrade elevation to
compact the subgrade to one hundred percent (100%)
k!
Standard Proctor Density on thoroughfare streets
according to ASTM D 698, "Test Method For Laboratory
Compaction Characteristics Of Soil Using Standard
Effort''.
1. Excavation
Any buildings and miscellaneous structures that are
to be removed shall be demolished or removed from the
project site. All materials therefrom shall be
removed from the project site and disposed of by the
f Contractor. The remaining or existing foundations,
wells, cesspools, storm sewer inlet boxes, exposed
pipelines and all like structures shall be removed to
a depth of at least two feet (21) below the
surrounding ground elevation outside the proposed
pavement boundaries and at least three feet (31)
r" below the finished pavement grades in the proposed
pavement areas. The holes or depressions shall be
backfilled with acceptable material and properly
compacted.
V-52
When borrow sources are outside the project
boundaries, it shall be the Contractor's
responsibility to locate and obtain the supply,
subject to the Engineer's approval. The Contractor
shall notify the Engineer, at least fifteen (15) days
z
prior to beginning the excavation, so necessary
tests and measurements can be made. All unsuitable
r-,
material shall be disposed of by the Contractor. All
borrow pits shall be opened to expose the vertical
faces of various strata of acceptable material to
enable the obtaining of a uniform product. Borrow
pits shall be drained and left in a neat presentable
f
condition with all slopes dressed uniformly.
Any buildings and miscellaneous structures that are
to be removed shall be demolished or removed from the
project site. All materials therefrom shall be
removed from the project site and disposed of by the
f Contractor. The remaining or existing foundations,
wells, cesspools, storm sewer inlet boxes, exposed
pipelines and all like structures shall be removed to
a depth of at least two feet (21) below the
surrounding ground elevation outside the proposed
pavement boundaries and at least three feet (31)
r" below the finished pavement grades in the proposed
pavement areas. The holes or depressions shall be
backfilled with acceptable material and properly
compacted.
V-52
No compaction shall be required on the top four
inches (4 11) of the fill material outside the
proposed pavement areas.
In -Place field densities shall be determined in
accordance with ASTM D 2167, "Standard Test Method
For Density and Unit Weight of Soil In -Place
by the Rubber Baloon Method'' or ASTM D 2922,
"Standard Test Method For Density of Soil and Soil
Aggregate In -Place by Nuclear Methods (Shallow
Depth) " .
After the obstructions have been removed, or in
conjunction with such removal, the street bed and/or
alley return foundation and/or sidewalk foundation
shall be excavated and shaped in conformity with the
typical section and to the line and grades as shown
on the plans or as established by the Engineer.
All unstable or otherwise objectionable material
shall be removed from the subgrade and replaced with
approved material. The excavation shall be done in
such a manner as to require a minimum of fill to
bring the subgrade to the correct elevation. When the
subgrade is too low as initially excavated, the
Contractor shall place additional soil or caliche in
layers not exceeding four inches (4 11) compacted
thickness and compact each layer by wetting, disking,
blading and rolling.
2. Drainage
Drainage excavation shall consist of excavating for
drainage ditches such as intercepting, inlet or
outlet, for temporary levee construction; or for any
other type as designed or as shown. The work shall be
performed in the proper sequence with the other
construction. All material shall be disposed of as
directed. Intercepting ditches shall be constructed
prior to starting adjacent construction operations.
All necessary work shall be performed to the correct
line, grade, elevation and cross section. The
Contractor shall maintain ditches constructed on the
project to the required cross section and elevation
and shall keep them freeofdebris or obstructions
until such time as the project is accepted.
V-53
w
! 3. Scraper Work
The utilization of a scraper for excavation and
shaping of subgrade and base is permitted with
exceptions which are determined by depths of utility
lines. Unless otherwise specified by the Engineer,
the scraper shall not exceed twenty three. (23) cubic
yards capacity as rated loaded flush by the
manufacturer.
4. Compaction
Subgrade shall be compacted to appropriate Standard
Proctor Density according to ASTM D 698, "Standard
Test Methods for Moisture -Density Relations of Soil
and Soil -Aggregate Mixtures Using 5.5-1b. Rammer and
12 -in. Drop'' for all improvements except
thoroughfare and collector street paving. Subgrade
shall be compacted to one hundred percent (100°x)
Standard Proctor Density according to ASTM D 698,
"Standard Test Methods for Moisture -Density
Relations of Soils and Soil -Aggregate Mixtures Using
5.5-1b. Rammer and 12 -in. Drop '' for thoroughfare and
collector street paving.
Density tests conforming to ASTM D 2922, "Standard
Test Methods For Density Of Soil and Soil -Aggregate
In Place By Nuclear Methods'' wil•1 be performed by
City Inspectors and test rolling will be observed by
City inspectors.
Swelling subgrades (soils with plasticity indexes of
15 or more) shall be sprinkled as required to provide
not less than optimum moisture during compaction.
Other subgrade soils will be compacted at a moisture
content of plus or minus two percent (2t) from
optimum moisture or other moisture content directed
by the Engineer.
Test rolling will be accomplished with a twenty-five
(25) ton pneumatic tire roller or other pneumatic
tire roller approved by the Engineer. The Engineer
may require up to six (6) passes of the roller in
determining the condition of the subgrade.
Any soft or unstable areas found by test rolling will
be corrected by removing the soft or unstable
material and replacing it with suitable material
compacted to specified density. The areas so
corrected shall be test rolled as specified above.
V-54
r
g
5. Soil Stabilization
Properties of the subgrade may be modified by adding
portland cement, fly ash or lime to the soil as
approved by the Engineer. Prior to treating, the
subgrade shall be shaped to conform to the typical
sections and elevations shown on the plans or
established by the Engineer. The subgrade sections
may be constructed at a slightly lower elevation as
determined by the Engineer to account for "fluff''
rising caused by addition of the additive.
The completed course shall be uniformly treated, free
from loose or segregated areas, of uniform density
and moisture content, well bound for its full depth
and shall have a smooth surface. The completed course
shall be shaped to conform to the typical sections
and elevations shown on the plans or established by
the Engineer.
The treated material shall be sprinkled and rolled as
directed by the Engineer. All irregularities,
depressions or weak spots which develop shall be
corrected immediately by scarifying the areas
affected, adding or removing treated areas as
required, reshaping and recompacting at the
Contractor's expense. —
A. Soil -Cement Treatment (Road Mixed)
This item shall govern treating subgrade by the
addition of portland cement, road mixing and
compacting the treated material. All materials,
methods, equipment, etc. of this operation shall meet
the requirements of Texas Department.of
Transportation Standard Construction Specifications,
Item 275, "Portland Cement Treated Materials''.
B. Fly Ash Treatment (Road Mixed)
This item shall govern treating subgrade by the
addition of fly ash, road mixing and compacting the
treated material. Fly Ash may be either Type A or B
and shall meet the requirements of the TxDOT
"Departmental Materials Specification: D-9-8900, Fly
Ash''.
C. Lime Treatment (Road Mixed)
V-55
! This item shall govern treating subgrade by the
addition of lime, road mixing and compacting the
treated material. All materials, methods,'equipment,
etc. of this operation shall meet the requirements of
Texas Department of Transportation Standard
Construction Specifications, Item 260, "Lime
Treatment For Materials Used As Subgrade ''.
6. Street Intersections
Special care shall be exercised in grading street
intersections where asphalt dips or concrete valley
gutters are located so that the cross profiles
present a smooth riding surface and so that the
compacted base thickness will not be less than six
inches (611) or nine inches (911) as specified. The
crown section shall begin to decrease fifty feet
(501) beyond the nearest end of the radii on
residential streets. The reduced crown shall be shown
on the plans.
Wider street dip sections shall be blue topped'as
shown on the detail sheet.
7. Prosecution of the Work
The Contractor may proceed with subgrade preparation
on any schedule he may select except that, unless
hindered by factors beyond his control, not more than
seven (7) calendar days shall elapse between the time
subgrade preparation is begun and the spreading and
compacting of the base has started. Measures shall be
taken by the contractor not to leave driveways
impassable during the night hours.
8. Excess Materials
►- Materials excavated in excess of that needed in fill
and backfill behind the curb shall be wasted by the
Contractor. The Contractor shall use only topsoil to
backfill behind the curbs. The backfill shall be at a
maximum slope of 1:4 unless approved by the Engineer.
The Contractor may dispose of the surplus excavated
material in any manner not objectionable to the
public, and it is the Contractor's responsibility to
locate a suitable site for dumping the waste
excavation. In any event, the Contractor shall not
dispose of the surplus materials in any of the lake
V-56
f
p
a
areas either outside or within the city limits.
Location of disposal sites near any lake area or
flood hazard area must be approved by the Engineer.
Subgrade for Alley Paving
The preparation of the subgrade for concrete alley
paving shall be done in the same manner as other
subgrade excavation which requires scarifying,
wetting, disking, blading, rolling, and compacting.
The Contractor shall be required to excavate around
existing improvements such as gas meters, water
meters, poles, etc. Each of these obstructions shall
be the responsibility of the Contractor. Trees that
conflict with the improvements shall be removed by
the Contractor upon approval of the Engineer.
The Contractor shall shape the subgrade to the cross-
sections shown on the plans and to the lines and
grades established by the Engineer. After the forms
are set and before the reinforcing is placed, the
Contractor shall finally shape the subgrade so that
there will be a thickness of concrete of five inches
(5 11) at the centerline and seven and one-half inches
(7-1/211) at the outside edges. All areas where fill
material is required shall be compacted. The subgrade
shall be wetted and rolled to secure ninety percent
(900) Standard Proctor Density in accordance with
ASTM D 698, "Test Method For Laboratory Compaction
Characterisics Of Soil Using Standard Effort'' in the
upper six inches (611) making a firm foundation for
the alley paving. The Contractor shall be required to
shape the portion of the alley from the edge of the
concrete slab to the property line so that all
drainage in the alley will be to the invert of the
concrete slab. Excess excavated materials shall be
disposed of at any approved location.
Embankment
Description
Prior to placing any embankment, all "Preparing
Right -Of -Way" and/or "Clearing and Grubbing
operations shall have been completed on the
excavation sources and areas over which the
embankment is to be placed. Stump holes or other
small excavations in the limits of the embankment
shall be backfilled with suitable material and
thoroughly tamped by approved methods before
commencing embankment.construction. The surface of
the ground, including plowed loosened ground, or
V-57
.w
r
surface roughened by small washes or otherwise, shall
be restored to approximately its original slope by
blading or other methods and where indicated on the
plans or required by the Engineer, the ground surface
thus prepared shall be compacted by sprinkling and
rolling.
Where embankments are to be placed adjacent to or
over existing roadbeds, the roadbed slopes shall be
plowed or scarified to a depth of not less than six
inches (611) and the embankment built up in
successive layers, as hereinafter specified, to the
level of the old roadbed before its height is
increased. Then, if directed, the top of the roadbed
shall be scarified and recompacted with the next
layer of the new embankment. The total depth of the
scarified and added material shall not exceed the
permissible depth of the layer.
Trees, stumps, roots, vegetation, any organic
material or other unsuitable materials shall not be
placed in the embankment.
r"
Except as otherwise required by the plans, all
4
embankments shall be constructed in layers
approximately parallel to the finished grade of the
'.-
roadbed and unless otherwise specified each layer
shall be so constructed as to provide a uniform slope
of one-fourth inch (%I,) 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
r
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.
r Layers of embankment may be formed by utilizing
4: 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
rr in such amounts that material is evenly distributed.
i
V-58
Minor quantities of rock encountered in constructing
earth embankment shall be incorporated in the
specified embankment layers, or may be placed in
accordance with the requirements for the construction
of rock embankments in the deeper fills within the
limits of haul shown on the plans, provided such
placement of rock is not immediately adjacent to
structures. Stones or fragmentary rock larger than
four inches (411) in their greatest dimensions shall
not be allowed in the top six inches (611) of the
subgrade. Rock may be placed in the portions of
embankments outside the limits of the completed
roadbed width where the size of the rock prohibits
their incorporation in the normal embankment layers.
Rock or boulders shall not be disposed of outside the
embankment areas, except as approved by the Engineer.
Each layer of embankment shall be uniform as to
material, density and moisture content before
beginning compaction. Where layers of unlike
materials abut each other, each layer shall be
featheredged for at least one hundred feet (1001) or
the material shall be so mixed as to prevent abrupt
changes in the soil. No material placed in the
embankment by dumping in a pile or windrow shall be
incorporated in a layer in that position, but all
such piles or windrows shall be moved by blading or
similar methods.
Clods or lumps of material shall be broken and the
embankment material mixed by blading, disking, or
similar methods to create a uniform material or
create a uniform density in each layer.
Water required for sprinkling to bring the material
to the moisture content necessary for maximum
compaction shall be evenly applied and it shall be
the responsibility of the Contractor to secure a
uniform moisture content throughout the layer by such
methods as may be necessary. In order to facilitate
uniform wetting of the embankment material, the
Contractor shall water at the material source if the
sequence and methods used are such as not to cause an
undue waste of water. Such procedure shall be subject
to the approval of the Engineer.
1. Compaction
The compaction method shall require that each layer
shall be compacted to the required density by any
method, type, and size of equipment which will give
V-59
f
s
the required compaction. The depth of layers, prior
to compaction, shall depend upon the type of
sprinkling and compaction equipment used. Prior to
and in conjunction with the rolling operation, each
layer shall be brought to the moisture content
necessary to obtain the required density and shall be
kept leveled with suitable equipment to insure
uniform compaction over the entire layer.
For each layer of earth embankment and select
material, it is the intent of this specification to
provide the density as required herein, unless
otherwise shown on the plans. The required compaction
shall be ninety five percent (95%) Standard Proctor
Density conforming to ASTM D 698, "Standard Test
Method For Laboratory Compaction Using Standard
Effort''.
After each section of earth embankment or select
material is complete, tests as necessary will be made
by the Engineer. If the material fails to meet the
density specified, the course shall be reworked as
necessary to obtain the specified compaction, and the
compaction method may be altered on subsequent work
to obtain specified density. Such procedure shall be
determined by, and subject to, the approval of the
Engineer.
At any time, the Engineer may order proof rolling to
test the uniformity of compaction of the embankment
subgrade. All irregularities, depressions, weak or
soft areas which develop shall be corrected
immediately by the Contractor.
Should the subgrade, due to any reason or cause, lose
required stability, density, or finish before the
pavement structure is placed, it shall be recompacted
and refinished at the sole expense of the Contractor.
Excessive loss of moisture in the subgrade shall be
prevented by sprinkling, sealing, or covering with a
subsequent layer of granular material. Excessive loss
of moisture shall be construed to exist when the
subgrade soil moisture content is more than four
percent (4k) below the optimum for pompaction to
Standard Proctor Density conforming to ASTM D 698,
Standard Test Method For Laboratory Compaction
Using Standard Effort''.
At Culverts:
Embankments adjacent to culverts
compacted by use of the blading
used in compacting the adjoining
7
7 V-60
which cannot be
and rolling equipment
sections of
embankment shall be compacted in the manner
prescribed below.
The following requirements shall apply to the
backfilling of pipe culverts in addition to the
pertinent portions of the general requirements given
in the preceding section.
After the bedding has been prepared and the pipe
installed as required by the pertinent
specifications, selected materials from excavation or
borrow shall be placed along both sides of the pipe
equally, in uniform layers not to exceed six inches
(611) in depth (loose measurement),wetted and
thoroughly compacted so that on each side of the pipe
there shall be a berm of thoroughly compacted
materials at least as wide as the external diameter
of the pipe, except insofar as undisturbed material
obtrudes into this area. The method and degree of
compaction shall be the same as specified above.
Filling and/or backfilling shall be continued in this
manner to the elevation of the top of the pipe.
Special care shall be taken to secure thorough
compaction of the material placed under the haunches
of the pipe. All fill or backfill below the top of
the pipe shall be compacted mechanically in the same
manner and to the density prescribed above,
regardless of whether or not such material is placed
within the limits of the embankment or roadbed.In the
case of embankments, the remainder of the fill above
the top of pipe shall be placed in accordance with
the provisions for placing roadway embankment as
prescribed in the pertinent specification included in
the contract. No construction traffic shall be
permitted to cross any pipe culvert until the minimum
depth of fill above the pipe as determined by the
Engineer has been placed and consolidated.
5.4. BASE COURSE
The base course shall consist of a
inches ( 6 " ) or nine inches ( 9 " ) o
approved caliche, black base, fly
combination of caliche, fly ash or
material shaped in accordance with
sections provided in the plans an
established by the Engineer.
V-61
minimum of six
f compacted
ash base or a
black base
the typical cross -
to the grades
t
A. Hauling and Placing
Approved base material shall be hauled in vehicles of
uniform capacity to the site and dumped evenly so
that an adequate quantity of material will be placed
to provide a minimum of six inches (611) of compacted
base material on all units except major thoroughfares
streets. On these streets the Contractor will
construct nine inches (911)of compacted base
material.
B. Processing
Processing of caliche base shall be accomplished in
mulitiple lifts of three inches (311) in compacted
depth. Each lift or layer shall be thoroughly
moistened and rolled as it is cut from the windrow.
After all of the material is cut from the windrow to
the sides, it shall be cut back to the center in
lifts of three inches (311) and thoroughly moistened
and rolled again. Succeeding layers shall then be
placed similarly until the caliche base course is
completed.
Caliche base shall be compacted to ninety five
percent (95°s) Standard Proctor Density conforming to
ASTM D 698, "Standard Test Method For Laboratory
Compaction Using Standard Effort'' for all
improvements except thoroughfare street paving which
shall be compacted to one hundred percent (100%)
Standard Proctor Density conforming to ASTM D 698,
"Standard Test Method For Laboratory Compaction
Using Standard Effort".-
Density
ffort".
Density tests conforming to ASTM D 2922, "Standard
Test Methods For Density Of Soil And Soil -Aggregate
In Place By Nuclear Methods'' will be performed by
City Inspectors and test rolling for base will be
observed by City inspectors.
Caliche base shall be compacted at a moisture content
of plus or minus two percent (2t) from optimum
moisture or other moisture content as directed by the
Engineer.
The loose base material shall not be spread more than
two thousand square yards (2,000 yd.2) in advance of
the rolling operation, unless approved by the
Engineer.
4
r V-62
f
The finished caliche base shall be test rolled with a
twenty five (25) ton pneumatic tire roller or other
approved roller. The Engineer may require up to six
(6) passes of the roller in determining the condition
of the base.
All nine inch (911) compacted caliche base shall be
accomplished in three inch (311) compacted lifts. The
caliche course shall then be as required
and rolled with compactors as directed until a
uniform compaction of specified "Standard Proctor
Density" conforming to ASTM D 698, Standard Test
Method For Laboratory Compaction Using Standard
Effort'' is secured. Throughout this entire
operation, the shape of the course shall be
maintained by blading; and the surface upon
completion shall be smooth and in conformity with the
typical sections shown on the plans and to the
established lines and grade.
Traffic may be allowed to travel on the caliche base
as directed by the Engineer during construction.
During this period, the caliche base shall be
satisfactorily maintained by the use of water trucks,
blades, drags and such other equipment as may be
required. The base course shall be so maintained
until the wearing surface is placed thereon. The
surface shall not be placed on a caliche base course
that exceeds the optimum moisture by more than two
percent (2U.
Processing of asphalt stabilized base shall be as
directed by the Engineer and similar to that
described under Hot Mix Asphaltic Concrete Surface.
Lift thickness' shall be indicated by the Engineer or
as shown on the paving plans: Electronic screed
controls will be required for placing black base on
grade. The density required will be determined by the
Engineer after the material to be used has been
approved. All areas and "nests" of segregated coarse
or fine material shall be corrected or removed and
replaced with well graded material as directed by the
Engineer.
Each layer of black base may be test rolled, as
directed by the Engineer, with a twenty five (25) ton
pneumatic tire roller or other approved roller
requiring up to six (6) passes before succeeding
layers are placed. A delay in construction of a
black base mat or surface will require test rolling
and approval prior to construction of the next layer.
V-63
4
C. Base Stabilization
Properties of the base material may be modified, as
approved by the Engineer, by the addition of portland
cement, fly ash or lime.
r- Prior to treating, the base material shall be shaped
to conform to the typical sections and elevations
` shown on the plans or established by the Engineer.
The completed course shall be uniformly treated, free
from loose or segregated areas, of uniform density and
moisture content, well bound for its full depth and
shall have a smooth surface. The completed course
shall be shaped to conform to the typical sections and
elevations shown on the plans or established by the
Engineer.
The treated material shall be sprinkled and rolled as
directed by the Engineer. All irregularities,
depressions or weak spots which develop shall be
corrected immediately by scarifying the areas
affected, adding or removing treated areas as
required, reshaping and recompacting at the
Contractor's expense.
1. Portland Cement Treatment
This item shall govern treating base material, in-
place and/or in the plant, by the addition of portland
cement, mixing and compacting the treated material.
All materials, equipment, methods, etc. of this
operation shall meet the requirements of the Texas
Department of Transportation Standard Construction
Specifications, Item 275, "Portland Cement Treated
Materials (Road Mixed)" or Texas Department of
Transportation Standard Construction Specifications,
Item 276, "Portland Cement Treated Base (Plant
Mixed)" as applicable.
Cement stabilized base materials shall be compacted
according to Texas Department of Transportation Test
Method Tex -120-E.
G 2. Fly Ash Treatment
This item shall govern treating base material, in-
place and/or in the plant, by the addition of fly ash,
mixing and compacting the treated material. Fly ash
r-�
V-64
shall meet the requirements of TxDOT "Departmental
Materials Specification: D-9-8900, Fly Ash''.
Fly ash stabilized
according to Texas
Method Tex -127-E.
3. Lime Treatment
base materials shall be compacted
Department of Transportation Test
This item shall govern treating base material, in-
place or in the plant, by the addition of lime,
mixing and compacting the treated material. All
materials, methods, equipment, etc. of this operation
shall meet the requirements of the Texas Department
of Transportation Standard Construction
Specifications, Item 262, "Lime Treatment For Base
Courses (Road Mixed)" or Item 263, "Lime Treated
Base (Plant Mixed)" as applicable.
Lime stabilized base materials shall be compacted
according to Texas Department of Transportation Test
Method Tex 121-E.
4. Asphalt stabilized base
This item shall govern for the construction of a base
course being composed of a compacted mixture of
aggregate and asphalt cement mixed hot in a mixing
plant. All materials, methods, equipment, etc. of
this operation shall meet the requirements of the
Texas Department of Transportation Standard
Construction Specifications, Item 345, "Asphalt.
Stabilized Base (Plant Mix)".
Asphalt stabilized base shall be compacted according
to Texas Department of Transportation Test Method
Tex -126-E.
D. Finishing
Description
The compacted base shall be finished and shaped
immediately preceding the application of the surface
treatment. All loose or unconsolidated material shall
be removed and the surface moistened and rolled with
a steel wheel roller.
V-65
r! If the elevation of the top layer of compacted base
is one-half inch (%I,) or more below grade, the top
layer shall be scarified to a depth of not less than
four inches (411), new material added, and the layer
shall be blended and recompacted to bring it to
grade.
If the finished surface is above plan grade, it shall
be cut to grade and rerolled.
1. Failed Density or Weak Spots in Base
The finished caliche base shall be checked for
density requirements by test rolling. Materials
that fails the density requirement shall be reworked
as necessary until passing. The full depth of
caliche base shall be compacted to the extent
necessary to remain firm and stable under test
rolling. All irregularities, depressions or weak
spots which develop shall be corrected immediately
by scarifying the areas affectd, adding suitable
material as required, reshaping and recompacting by
sprinkling and rolling. If the Contractor chooses,
he may repair the weak spot by removing the material
involved and replacing it with type "C" hot mix or
asphalt stabilized base. In this case, the surface
may be applied as soon as the hot mix patch has been
compacted and cooled to ambient temperature
2. Allowable Deviation in Finish
Immediately prior to placing of surfacing, the base
shall be checked and any deviation in excess of
three-eighths inch (3/811) from the established grade
or true cross section shall be corrected as provided
above for defects. Longitudinally a straightedge ten
feet (101) long shall be used to detect any deviation
which shall be corrected as defects.
3. Thickness Control
The thickness of the base course shall be determined
by depth tests or cores taken at intervals such that
each test shall represent no more than three hundred
square yards (300 yds.2) of material. Where the
thickness is deficient by more than one-half inch
N11), the Contractor shall correct such areas at no
additional cost by excavating and replacing with new
7, V-66
material. Additional test holes may be required to
determine the limits of deficient areas. The
Contractor shall replace the base material where bores
have been taken for test purposes.
5.5. HOT MIX ASPHALTIC CONCRETE SURFACE
A. Description
This item shall consist of a compacted City of
Lubbock (C.O.L.) modified hot mix asphaltic concrete
surface course as specified, conforming to the
requirements of the Texas Department of --
Transportation Standard Construction Specifications,
Item 340, " Hot Mix Asphaltic Concrete Pavement''
using approved crushed stone aggregate, constructed _
over a compacted base course and a compacted
subgrade.
The base course and subgrade shall be stabilized as
shown on the plans.
The base course shall be primed and a tack coat
applied as required.
The surface course shall be constructed in lifts with
each lift not to exceed two inches (211) in compacted
thickness. Each lift (coarse) shall be composed
of a compacted mixture of aggregate and asphalt
cement mixed hot in a mixing plant.
1. Sampling and Testing Hot Mix Asphaltic. Concrete for
Compaction
Hot mix asphaltic concrete will be accepted on a lot
basis. A lot will consist of one thousand (1000)
tons or each days production and will be divided into
three (3) equal sublots. Pavement density will be
determined by taking the average density for each
lot, from the three (3) sublots, using the average
Maximum Theoretical Density, taken from trucks
delivering hot mix asphaltic concrete to the site.
The samples will be tested in accordance with ASTM D
2041, "Standard Test Method For Theoretical Maximum
Specific Gravity And Density Of Bituminous Paving
Mixtures''.
V-67
r—�
r
Each lot of compacted pavement will be accepted, with
respect to density, when the average field density is
within the below listed specifications. Four (4)
field density determinations will be made for each
lot. Cores taken from the pavement will be used to
test the field density. The density of the cored
samples will be determined in accordance with ASTM D
2726, "Standard Test Method For Bulk Specific
Gravity And Density Of Compacted Bituminous Mixtures
Using Saturated Surface -Dry Specimens''.
Density Specifications
Based on Maximum Theoretical Density
Minimum = 93.0%
Optimum = 96.01c
Maximum 9.7.5%
Each lot of compacted pavement will be accepted, with
respect to density, when the average field density is
equal to or greater than ninety six percent (96%) of
the maximum theoretical density of the laboratory
prepared specimens.
Sliding scale pay factors for asphalt pavements are
listed as follows:
Average Percent Density Percent
Payment
96.0
to
97.5
100
95.0
to
95.9
95
94.0
to
94.9
90
93.0
to
93.9
75
Less
than
93.0
Reject
If the mixture produced does not have the specified
qualities, it shall be adjusted until it does. The
pavement shall be constructed on the previously
completed and approved subgrade, base, existing
pavement, bituminous surface or in the case of a
bridge, on the prepared floor slab, as herein
specified and in accordance with the details shown on
the plans.
V-68
Coarse and fine aggregate shall be sampled in
accordance with ASTM D 75, "Practice For Sampling
Aggregate''.
Mineral filler shall be sampled in accordance with
ASTM C 183, "Sampling And Amount of Testing of
Hydraulic Cement''.
- The Contractor shall furnish documentation to the
Engineer verifying that the aggregates meet
specification requirements.
2. Temperature Requirements
A. November 1st until April 1st
1. The asphaltic mixture shall not be placed when the
air temperature is below 55° F (13° C) and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 50° F (100 C)and rising.
B. April 2nd until October 31st
1. The asphaltic mixture shall not be placed when the
air temperature is below 50° F (100 C) and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 45° F (7° C) and rising.
The air temperature shall be taken in the shade away
from artificial heat by the City Inspector or he may
use the National Weather Service Bureau hourly report
(Telephone No. (806)762-0141)).
The asphaltic mixture shall not be placed upon a wet
surface or when the surface temperature of the
underlying course is less than 45° F (7° C).
The Engineer may use his discretion to require a
cover over the asphaltic mixture when being hauled
from the plant to the job site.
If the temperature of a load of asphaltic concrete
measured while passing through the lay down machine
is 25° F (14° C) less than the mixing temperature,
the load may be rejected by the Engineer and payment
will not be made for the rejected material.
V-69
3. Preparation of Base and Bordering Areas
The compacted base upon which the hot mix asphaltic
concrete surface is to be placed shall be prepared
and cleaned, as required by the Engineer, before the
prime coat is applied.
,,. 4. Prime Coat
The prime coat shall consist of an application of
twenty-five hundredths (0.25) gallon of MC asphalt
per square yard of surface. The asphalt shall meet
[; all requirements of the Texas Department of
Transportation Standard Construction Specifications,
Item 300, "Asphalts, Oils and Emulsions''.
5. Tack Coat
Before the asphaltic mixture is laid, the surface
upon which the tack coat is to be placed shall be
cleaned thoroughly by a power broom to the
satisfaction of the Engineer.,.
The surface shall be given a uniform application of a
tack coat using a mixture of slow setting emulsified
asphalt (SS -1 or SS -1h) and water at a 1:1 ratio.
The liquid asphalt shall conform to ASTM D 244,
"Standard Method of Testing Emulsified Asphalts"
and meet all requirements of Texas Department of
Transportation Standard Construction Specifications,
Item 300, "Asphalts, Oils and Emulsions''.
All material tests shall be performed within thirty
(30) days from the date of emulsion shipment. The
water to be used in the mixture shall be distilled.
The tack coat shall be applied at a rate of one tenth
(0.10) gallon of diluted material per square yard of
surface. Application is to be made with a sprayer
approved by the Engineer.
Where the mixture will adhere to the surface on which
it is to be placed without the use of a tack coat,
the tack coat may be eliminated by the Engineer.
All contact surfaces of curbs
joints shall be painted with a
the asphaltic material meeting
tack coat.
V-70
and structures and all
thin uniform coat of
the requirements for
The tack coat shall be rolled with a pneumatic tire
roller as directed by the Engineer.
6. Transporting Asphaltic Concrete
The asphaltic mixture, prepared as specified above
shall be hauled to the work site in tight vehicles
previously cleaned of all foreign material. The —
dispatching of the vehicles shall be arranged so that
all material delivered may be placed, and all rolling
shall be completed during daylight hours. The inside
of the truck body may be given a light coat of oil, --
lime slurry or other material satisfactory to the
Engineer, if necessary, to prevent the mixture from
adhering to the truck body. In cool weather or for —
long hauls, canvas covers and insulating of truck
bodies may be required. Vehicles of the semi -trailer
type are prohibited.
Hauling over freshly placed material shall not be
permitted until the material has been compacted and
allowed to cool to atmospheric temperature.
7. Placing
Generally the asphaltic mixture shall be dumped and
spread on the approved prepared surface with the
specified spreading and finishing machine in such
manner that when properly compacted the finished
pavement will be smooth, of uniform density and will
meet the requirements of the typical cross sections
and the surface tests. During the application of
asphaltic material, care shall be taken to prevent
splattering of the adjacent pavement, curb and
gutter, and structures. All splattered and overrun
concrete shall be cleaned by the Contractor at his
expense.
The surface course shall be laid in a compacted layer
with a minimum compacted thickness of one and one-
half inches (1%").
A level up course, one-half inch (M") or more in —
thickness, shall require the use of black base or a
coarse grade of hot mix approved by the Engineer. It
shall be spread and compacted to lines and grades as
established by the Engineer.
Unless otherwise directed, placement of the mixture
shall begin along the centerline of a crowned section
V-71
r
or on the highside of areas with a trasverse slope.
The mixture shall be placed in consecutive adjacent
strips having a minimum width of twelve feet (121)
except where the edge lanes require less width to
complete the area.
When the asphaltic mixture is placed in a narrow
strip along the edge of an existing pavement, or used
to level up small areas of an existing pavement or,
placed in small irregular areas.where the use of a
finishing machine is not practical, the finishing
machine may be eliminated when authorized by the
Engineer, provided a satisfactory surface can be
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 a maximum of
one-quarter inch W11) above the edge of the flush
structure.
8. Joints
All joints shall present the same texture density,
and smoothness as other sections of the course. The
joints between old and new pavements or between
successive day's work shall be carefully made to
insure a continuous bond between old and new sections
of the course.
The transverse edges of old pavement and, if required
by the Engineer, the successive days pavement shall
be sawed with an approved concrete saw to expose an
even vertical surface for the full thickness of the
course. All contact surfaces of previously
constructed pavement shall be painted with a thin
uniform coat of hot bituminous material before the
fresh mixture is placed.
The roller shall not pass over the unprotected end of
the freshly laid mixture except when necessary to
form a transverse joint. The transverse joint shall
be made by means of placing a bulkhead or tapering
the course. If tapering the course is used, the edge
shall be cut back to its full depth and width on a
straight line to expose a vertical face. In both
methods all contact surfaces shall be given a tack
coat before placing any fresh mixture against the
joint. Transverse joints in one (1) layer shall be
offset by a minimum of two feet (21) from the
transverse joints in the previous layer. Transverse
V-72
joints in adjacent lanes shall be offset a minimum of
ten feet (101).
The longitudinal joint in one (1) layer shall offset
that in the layer immediately below by at least one
foot (11). The joint in the top layer shall be at
the centerline of the pavement. Longitudinal joints
which are irregular,damaged or defective in any
manner shall be cut back to expose a clean, sound
surface for the full depth of the course. All
contact surfaces shall be given a tack coat prior to
placing any fresh mixture against the joint.
9. Compacting
As directed by the Engineer, the pavement shall be
compacted thoroughly and uniformly to the required
density. Compaction shall be completed before the
mixture cools below 185°F (850C).
Rolling with the three wheel and tandem rollers shall
start longitudinally at the sides and proceed toward
the center of the pavement, overlapping on successive
trips by at least one half (M) the width of the rear
wheels unless otherwise directed by the Engineer.
Alternate trips of the roller shall be slightly
different in length. On super -elevated curves,
rolling shall begin at the low side and progress
toward the high side unless otherwise directed by the
Engineer. Rolling with a pneumatic roller shall be
done as directed by the Engineer. Rolling shall be
continued until the required compaction is obtained
and all roller marks are eliminated. One (1) tandem
roller, two (2) pneumatic rollers and at least one
(1) three wheel roller, as specified above, shall be
provided for each job. Additional rollers shall be
provided if needed.The motion of the roller shall be
slow enough at all times to avoid displacement of the
mixture. If any displacement occurs,it shall be
corrected at once by the use of rakes and of fresh -.
mixture where required. The roller shall not be
allowed to stand on pavement which has not been fully -r
compacted. To prevent adhesion of the surface to the
roller, the wheels shall be kept thoroughly moistened
with water, but an excess of water will not be
permitted. All rollers must be in good mechanical
condition. Necessary precautions shall be taken to
prevent the droppings of gasoline,diesel, oil, grease
or other foreign matter on the pavement, either when
the rollers are in operation or when standing.
V-73
is
When indicated on the plans or permitted by the
Engineer the pavement may be compacted to the
required density by the use of compacting equipment
other than that specified herein.
Hand tamping. The edges of the pavement along curbs,
headers and similar structures, and all places not
accessible to the roller, or in such positions as
will not allow thorough compaction with the roller,
shall be thoroughly compacted to the required density
with lightly oiled tamps.
Rolling with the trench type roller shall be required
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 ten feet' (10')
straight edge placed parallel to the centerline of
the roadway or tested by other equivalent and
acceptable means, except as provided herein, the
maximum deviation shall not exceed one-eighth inch
(1/8" ) in ten feet (101), and any point in the
surface not meeting this requirement shall be
corrected as directed by the Engineer. When placed on
existing surfaces, the one-eighth inch (1/811)
deviation in ten feet (101)requirement may be waived
by the Engineer.
11. Surface Density Tests
If the Contractor or supplier wishes to use a
material or location not previously approved by the
City of Lubbock, he shall request approval in writing
from the Engineer not less than sixty (60) days prior
roll 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
rtesting shall be evaluated and final approval given
by the City Engineer.
In those instances where irregularities occur and the
limits of the specification are exceeded for
aggregate, black base or hot mix, appropriate
V-74
corrections shall be required at no expense to the
City.
12. Tolerance in Pavement Thickness
The thickness of the pavement shall be determined by
average caliper measurements of cores tested in
accordance with ASTM Cr174.
Pavement thickness shall be not less than the
-specified minimum thickness.
When the measurement of any core is less than the
specified minimum thickness, the actual thickness of
the pavement in this area shall be detemined by --
taking additional cores at not less than ten feet
(101) intervals parallel to the centerline in each --
direction from the affected location until a core is
found which is not deficient. Areas found deficient
in thickness by the City Testing Laboratory shall be
removed by the Contractor. The cores shall be
replaced with the same material of the minimum "-
compacted thickness specified at no cost to the
Owner.
The amount and location of the cores shall be
determined at the discretion of the Engineer.
13. Asphalt Seal Coat
Hot mix asphaltic concrete surface courses shall be
sprayed with a layer of emulsified asphalt after the
hot mix surface has cooled to below 70° F (21° C) to
seal the hot mix. The emulsion shall be sprayed
before the pavement is opened to traffic. Concrete
curb and gutter and other concrete shall be protected
from splattering. Emulsion sprayed on the curb and
gutter and other concrete shall be removed
immediately by the Contractor at his expense.
The emulsified asphalt shall consist of a 1:1 mixture
of an SS -1 or SS -1h liquid anionic asphalt and
distilled water. The emulsified asphalt is to.meet
the requirements of the Texas Department of
Transportation Standard Construction Specifications,
Item 300, "Asphalts, Oils and Emulsions''.
The emulsion shall be applied with an approved
sprayer at a rate of one-tenth (0.10) gallon of
diluted material per square yard of surface.
V-75
d
a
7
g 14. Equipment
x.
Spreading and Finishing Machine.
The spreading and finishing machine shall be of a
type approved by the Engineer. It shall be capable
of producing a surface that will meet the
requirements of the typical cross section and the
surface test, when required. It shall have adequate
power to propel the delivery vehicle in a
satisfactory manner when the mixture is dumped into
the finishing machine. The finishing machine shall be
equipped with a flexible spring and/or hydraulic type
hitch sufficient in design and capacity to maintain
contact between the rear wheels of the hauling
equipment and the pusher rollers of the finishing
machine while the mixture is being unloaded. The
finishing machine shall be operated in a low gear, or
as directed by the Engineer, at a speed to produce a
surface that will meet the requirements of the
typical cross section and surface test.
Any vehicle which the finishing machine cannot push
{ or propel in such a manner as to obtain the desired
lines and grade without resorting to hand. finishing
shall not be allowed to dump directly into the
finishing machine. Vehicles dumping into the
1 finishing machine shall be mechanically and/or
automatically operated in such a manner that
overloading the finishing machine being used cannot
occur and the required lines and grade will be
obtained without resorting to hand finishing.
Dumping of the asphaltic mixture in a windrow and
then placing the mixture in the finishing machine
with loading equipment will be approved by the
Engineer,provided that the loading equipment is
constructed and operated in such a manner that
substantially all of the mixture deposited on the
roadbed is picked up and placed in the finishing
machine without contamination of the mixture by
foreign material. The loading equipment will be so
designed and operated that the finishing machine
being loaded will obtain the required line, grade and
surface without resorting to hand finishing. Any
operation of the loading equipment resulting in the
accumulation and subsequent shedding of this
accumulated material into the asphaltic mixture shall
not be permitted.
V-76
Asphalt Distributor.
The distributor shall consist of a truck mounted
insulated tank with controls for setting the rate at `r
which the asphalt is applied. The distributor shall
be equipped with one (1) or more heaters which shall
be used to bring the asphalt emulsion to spray -
application temperature. Attached to the spray bar
shall be a circulating system with an engine driven
pump.
To ensure uniformity of spread, the spray bar shall
be set and maintained at the proper height above the
pavement surface. a second application shall be `
required, if in the opinion of the Engineer, it is
required to cover any surface which was missed with
the first application. --
A hand spray unit shall be included to apply emulsion Y
to areas that cannot be reached with the spray bar. A
wooden or metal guide shall be used as a shield to
protect the concrete or any other surface other than
the pavement from being sprayed unintentionally.
Forms.
The use of forms will not be required except where
necessary to support the edges of the pavement during
rolling. If the pavement will stand rolling without
undue movement, binder twine or small rope may be
used to align the edges.
Motor Grader.
The motor grader, if used, shall be a self-propelled
power motor grader. The grader shall be equipped with
the following: pneumatic tired wheels, a blade length
of not less than twelve feet (121) and a wheel base
of not less than sixteen feet (161). The motor grader
shall be tight and in good operating condition and;
approved by the Engineer.
Pneumatic Tire Rollers.
The pneumatic tire roller shall be an acceptable
self-propelled roller mounted on pneumatic tired
wheels, with the weight capable of being varied
uniformly from two hundred seventy five (275) pounds
V-77
per inch of roller width of tire tread to five
hundred fifty (550) pounds per inch of roller width
of tire tread, so constructed as to be capable of
being operated in both a forward and a reverse
direction and shall have suitable provision for
moistening the surface of the tires while operating.
All tires of the same roller shall be smooth tread of
equal size and diameter and shall be arranged in such
a manner that the gap between the tires of one axle
will be covered by the tires of the other axle.
The pressure of each tire shall be adjusted as
directed by the Engineer and this pressure shall not
vary by more than five (5) pounds per square inch.
Two Axle Tandem Roller.
This roller shall be an acceptable power driven
tandem roller weighing not less than eight (8 ) tons.
Three Wheel Roller.
This roller shall be an acceptable power driven three
(3) wheel roller weighing not less than ten (10)
tons.
Trench Roller
This roller shall be an acceptable power driven
trench roller equipped with sprinkler for keeping the
wheels wet and adjustable road wheel so that the
roller may be kept level during rolling. The drive
shall be not less than twenty inches (2011) wide. The
roller under working conditions shall produce three
hundred twenty five (325) pounds per linear inch of
roller width and be so geared that a speed of one and
eight -tenths miles per hour (1.8 MPH) is obtained in
low gear.
Straightedges and Templates.
When directed by the Engineer, the Contractor shall
provide acceptable ten feet (101) straightedges for
surface testing. Satisfactory templates shall be
provided by the Contractor as required by the
Engineer.
V-78
All equipment shall be maintained in good repair and
operating condition and shall be approved by the
Engineer.
The Contractor shall furnish such suitable machinery,
equipment, and construction forces as may be
necessary, in the opinion of the Engineer, for the
proper prosecution of the work, and failure to do so
shall be just cause for the Engineer to withhold all
estimates which have or may become due. The Engineer
may also elect to suspend work until the Contractor
complies with his decisions.
15. Opening to Traffic
The pavement shall be opened to traffic when directed
by the Engineer. All construction traffic allowed on
the pavement shall comply with City of Lubbock
Ordinance(s) and State of Texas traffic laws.
If the surface ravels, corrugates or shoves, it shall
be the Contractor's responsibility to correct this
condition immediately at his expense.
5.6. CLEANUP
Within three (3) days after completion of any Sub -
Unit of paving the Contractor shall clean, remove
rubbish and temporary structures from the street,
restore in an acceptable manner all property, both
public and private, which has been damaged during the
prosecution of the work, and leave the site of the
work in a neat and presentable condition throughout.
The cost of the "cleanup" shall be included as a part
of the cost of the various items of work involved,
and no direct compensation will be made for this
work. This work shall be done before final acceptance
of the Sub -Unit will be considered.
The cleanup shall include the sloping, filling and
shaping of the area between the curb and property _
line. This area shall be filled with top soil, free
of rocks and other debris. If the ground behind the
curb is higher than the top of the curb, the
Contractor will be required to cut this area down to
provide a smooth, even slope between the property
line and the curb at a maximum slope of 1:4 unless
approved by the Engineer.
V-79
r
r�
l 5.7. PROTECTION OF EXISTING UTILITIES
A. Adjustment of Valves and Manholes
City Forces shall place water valve boxes, sanitary
sewer manholes and storm sewer manholes to finished
grade after the base material has been finished to
grade for asphaltic paving or subgrade has been
finished for concrete paving. The Contractor shall
allow the City Forces at least three (3) days to do
this work after finishing the base and before
application of the prime coat, tack coat, hot mix
asphaltic surface or concrete paving. It shall be the
responsibility of the Contractor to notify the Water
and Sewer Department forty eight (48) hours after the
curb and gutter has been completed so that the City
Forces can properly schedule their work. In all
alleys the City Forces shall set the valve boxes and
manholes to grade after the forms are in place. Any
variation in this procedure that causes expense to
the City shall have the approvalofthe Engineer, and
such expense shall be borne by the Contractor.
B. Installation, Adjustments, and Protection of
Utilities and Traffic Installations
The plans show only approximate locations of
utilities as obtained from the various utility
companies and shall not relieve the Contractor from
familiarizing himself with all underground utilities.
It is not implied that all existing utilities are
shown on the plans. The City of Lubbock does not
assume any responsibility for any utility line(s)
which are not shown on the plans or which are shown
in the incorrect location.
The utility companies will attempt to move all
utilities that can be reasonably relocated prior to
the beginning of construction; however, this does not
relieve the Contractor from any damage that he might
do to any utility property. In case of any damage,
the Contractor shall immediately notify the City
Inspector and the appropriate utility company at the
following phone number:
City Water and Sewer 767-2588
•, Lubbock Power and Light 767-2555
t'
V-80
f
j i
City Traffic Shop
Energas Traffic Shop
Southwestern Public Service
Southwestern Bell Telephone
Cox Cable of Lubbock
City Traffic Engineering
767-2140
741-0231
796-3250
741-5151
793-4683
767-2132
Plans for contract projects will be delivered to all
utility companies at least two (2) weeks prior to the
opening of bids. As a general rule, these projects
will have been staked for construction.
The utility companies shall relocate all items
necessary, locate and flag all meters, valves,
manholes, underground cables, etc., prior to the date
the Contractor is to begin construction.
After the subgrade is completed on alley paving
projects, and after the base is completed on all
street paving projects, all manholes, valve boxes,
etc., will be set to finished grade by the utility
companies. The site shall be left in a clean
condition.
On all projects, including private contracts, the
Contractor -shall exercise care not to damage any
sanitary sewer pipe or manholes, storm sewer pipe,
manholes or headwalls, or telephone cables or
manholes, water or gas lines, valve boxes , meter
boxes, nor any other pipe, pole or utility. If
necessary, the Contractor shall call the department
or company concerned and make arrangements for
adjusting the manhole, valve box, meter box,or other
utility to grade. On all projects for which he is
awarded a contract, the Contractor will be
responsible during the construction period for any
damages to manholes, valve boxes, meter boxes, and
other utilities.
Should any item be damaged during the process of
construction, the Contractor is to notify the
affected utility company and the City Construction
Inspector immediately. The utility company shall
immediately repair the damaged item. Any bills for
damage will be sent through the City of Lubbock
Department of Engineering. The Department of
Engineering will process all bills and fix
V-81 41
f-
responsibility for damage and govern the extent of
repair.
Private contracts do not normally have plans. Utility
companies will be furnished cut sheets and notified
of impending construction by letter. Other items such
as adjustments, damages, etc. will be handled the
same as for bid let contract projects.
The utility companies shall schedule their work
directly with the Contractor. When utility
adjustments commence before the contract is awarded,
it will be the responsibility of the utility company
to barricade the project as necessary. When utility
adjustments commence after construction has begun,
the utility company shall supply and install extra
barricading as needed. All barricading, signing, and
other traffic control as necessary shall be in
accordance with the Texas MANUAL OF UNIFORM TRAFFIC
CONTROL DEVICES.
The sequence of utility adjustments has been mutually
agreed upon by the utility companies in the City of
Lubbock. Unless otherwise agreed upon by the City and
the utility companies involved, the sequence of
installation of underground utilities shall be as
follows:
Tit JIi_v
Sewer
Electric (Primary)
Electric (Secondary)
Telephone
T.V. Cable
Water
V-82
4
Y
First
Second
Third
Fourth (last if no power
or T.V. )
Fifth
Sixth
Gas
Seventh
Traffic Engineering Eighth
On all projects, including private paving contracts,
the Contractor shall not place curb and gutter or
base material at points where underground utilities
cross or propose to cross until such utilities have
been adjusted or installed.
5.8. CONCRETE REMOVAL
A. Description
This item shall govern for cutting, breaking,
removing, storing and disposing of existing portland
cement concrete.
B. Construction Methods
Existing portland cement concrete shall be removed
from locations shown ori the plans and from locations
as necessary.
In areas where only a portion of the existing concrete
is to be removed, the existing concrete shall be saw
cut and removed neat to the lines shown on the plans
or established by the Engineer. If the concrete to be
removed breaks in a location other than the sawcut 1
then a new full width and depth sawcut shall be made
behind the break'to make a neat line. Any existing
concrete which is to remain in place and is damaged by
the removal operations shall be replaced, at the
Contractors expense. �-
All concrete shown on the plans to be salvaged, shall
be broken into pieces not larger than twenty four
inches (2411) in any dimension, unless otherwise
specified. Reinforcing steel to be removed shall be
cut.
When shown on the plans, broken concrete to be
salvaged shall be loaded, hauled and neatly stored at
V-83
designated sites as shown on the plans, or used as
directed by the Engineer.
Concrete to be removed but not specified for salvage
shall be disposed of by the Contractor at locations
approved by the Engineer. Concrete to be removed from
the project site need not be broken smaller than
twenty four inches (24 11) in dimension.
Removal of concrete pavement, fillets, sidewalks,
F' driveways, and all other miscellaneous concrete
flatwork shall be measured by the square yard,
regardless of its thickness.
5.9. GROUND COVER FOR EROSION CONTROL
A. Sodding for erosion control
(1) . Sodding
This item shall meet all the requirements of the
Texas Department of Transportation Standard
Construction Specifications, Item 162, "Sodding
For Erosion Control".
(2). Fertilizer
This item shall meet all the requirements of the
Texas Department of Transportation Standard
Construction Specifications, Item 166,
"Fertilizer I I . The fertilizers) shall be a
standard commercial fertilizer supplied separately
or in mixtures. The fertilizer shall have an
analysis of 16-20-0 or 16-8-8; the figures
representing the percentages of total nitrogen,
available phosphoric acid and water-soluble
potash.
B. Seeding for erosion control
(1). Seeding
This item shall meet all the requirements of the
Texas Department of Transportation Standard
l
V-84
f�
Construction Specifications, Item 164, "Seeding
For Erosion Control".
(2) Fertilizer
This item shall meet all the requirements of the
Texas Department of Transportation Standard
Construction Specifications, Item 166,
"Fertilizer''. The fertilizer(s) shall be a
standard commercial fertilizer supplied separately
or in mixtures. The fertilizer shall have an
analysis of 16-20-0 or 16-8-8; the figures
representing the percentages of total nitrogen,
available phosphoric acid and water-soluble
potash.
5.10. IRRIGATION SYSTEMS
The Contractor shall be required to posess an
irrigator's license issued by the Texas Board of
Irrigators or he shall employ such a licensed
irrigator to construct the irrigation system. The
irrigation system shall be installed and maintained --
under the direct supervision of the licensed
irrigator who must be on the site at all times during
this work.
A. Excavation and Trenching
Unless otherwise shown on the plans, trenches shall
be at a depth to provide for a minimum of eighteen F.
inches (1811) of cover for all lines Common trenches
shall be utilized wherever feasible.
B. Pipe and Valve Assembly
Pipe and fittings shall be thoroughly cleaned of all
dust, dirt and moisture before assembly. Solvent
shall be applied with a non -synthetic bristle brush.
All connections between plastic pipe and metal valves
shall be made with threaded fittings and plastic.
adapters.
Pipe used to replace portions of an existing
sprinkler system(s) shall be replaced with pipe of
the same diameter and material as the piping removed..
V-85
V
tr^
1"
The minimum requirements for the pipe material shall
be Class 200 PVC conforming to ASTM D2241.
Fittings for pipes under 3 inches in diameter shall
be manufactured from the same materials as the pipe
with a minimum pressure rating not less than that
r� specified for the pipe. Fittings shall be socket
j fittings conforming to ASTM C1466 and shall be
solvent welded with cement conforming to ASTM D2564.
Fittings for pipes larger than 3 inches in diameter
shall be manufactured from the same materials as the
pipe with a minimum pressure rating of not less than
that specified for the pipe. Fittings shall be bell
and spigot type with elastomeric rings conforming to
ASTM D3139.
C. Sprinkler heads
Spray -type sprinklers shall be pop-up type for full
circle or part circle coverage as required by the
layout. The pop-up height shall be a minimum of 2
inches (211). Metallic parts shall be made of
stainless steel or brass. The sprinkler housing shall
be made of molded, seamless plastic, or brass
construction. The sprinkler shall be mounted at
finished grade or up to M'' below finished grade.
- Impact -type sprinklers shall be pop-up type for full
circle or part circle coverage as required by the
layout. The pop-up height shall be a minimum of 2
«- inches (2 ") . Metallic parts shall be made of
rstainless steel or brass. The sprinkler case shall be
made of molded, seamless plastic, or brass
construction. The impact head shall be made of molded
plastic or brass construction, as applicable. The
sprinkler shall be mounted at finished grade or up to
%11 below finished grade.
D. Closing of Pipe and Flushing of Lines
The lines shall be plugged or capped immediately
after installation to prevent the entrance of
materials which would obstruct the pipe. The caps or
plugs shall be left in place until removal is
required to complete the installation. All water
lines shall be thoroughly flushed before installing
heads or valves.
V-86
E. Hydrostatic Tests
All preliminary testing shall be accomplished in the
presence of the Engineer or City Representative. All
piping to be tested shall be center loaded with small
amounts of backfill to prevent arching or slipping
while under pressure. A continuous and static water
pressure of 100 PSI minimum shall be applied after
all welded plastic joints have been allowed to cure
for at least twenty four (24) hours. With all valves
closed, the preliminary testing for all main and
lateral lines shall be preformed for a minimum of two
(2) consecutive hours. For final approval, the lines
shall remain under designated static pressure for a
period of forty eight (48) hours without leaks.
All tests shall be performed with all couplings •-
exposed and in the presence of the Engineer or City
Representative.
F. Backfill and Compaction
The excavations and trenches shall be with layers of
clean soil, free of rocks larger than two inches
(2 " ) in diameter to within four inches (4 " ) of ....
final grade. Each layer shall not exceed eight inches
(8 11) of loose depth and shall be compacted to a
density equal to the surrounding undisturbed soil The _
upper four inches (4 11) shall be filled with topsoil.
5.11. SALVAGING AND REPLACING BASE
A. Description
"Salvaging and Replacing Base" shall consist of removing the
existing base material where shown on plans, such temporary --
storage as is necessary, and the replacement of this
material on the prepared roadbed as herein specified and in
conformity with the typical sections shown on plans and to
the lines and grades as established by the Engineer
ice.' ►7
Mob
B. Construction Methods
1.Salvaging Existing Base
The existing base, including any bituminous mat not
shown on the plans to be salvaged, shall first be
cleaned of all dirt or other objectionable material by
blading, brooming or other approved methods, then
scarified to the width and depth as may be required to
provide the estimated amount of salvaged material per
station as shown on the plans. Subgrade shall be
reworked, if necessary, as directed by the Engineer.
Any bituminous mat encountered shall be broken into
particles not more than two inches by two inches by
two inches (2" X 211 X 2 ") in size, and incorporated
uniformly with the existing base. The material thus
salvaged shall be placed in stockpiles or windrows in
approved areas until sufficient subgrade has been
prepared to receive the salvaged material; then, if
the Contractor so elects, the remaining old base
material as salvaged material may be placed directly
upon the prepared subgrade as directed by the
Engineer, thus eliminating the necessity of
stockpiling. It shall be the responsibility of the
Contractor that all the available material shall be
salvaged and replaced and shall be kept reasonably
free of soil from the subgrade or roadbed during the
salvaging and replacing operations. When material is
windrowed or stockpiled, it shall be so placed not to
interfere with traffic, proper drainage or the general
progress of the work.
2.Preparation of Subgrade
Description
V-88
( a
Subgrade preparation shall include the removal,
hauling and disposal of excess earthwork, flexible
t`
paving materials, obstructions shown on the plans or
as designated by the Engineer and all scarifying,
pulverizing, wetting, disking, blading and rolling
with compactors to a depth of at least six inches
(611) on residential streets and to a depth of twelve
inches (1211) on major thoroughfares and collector
,.,
streets. Mechanical compactors will be used from the
bottom to the finished sub -grade elevation to compact
the subgrade to ninety five percent (95%) Standard
Proctor Density on residential streets according to
ASTM D 698, "Test Method For Laboratory Compaction
Characteristics Of Soil Using Standard Effort'' in
conformity to the line, grade and sections as shown
�-
on the plans or as established by the Engineer.
V-88
( a
Mechanical compactors will be used to compact the
subgrade to 100% Standard Proctor Density on
thoroughfare streets according to ASTM D 698, "Test —
Method For Laboratory Compaction Characteristics Of
Soil Using Standard Effort''.
After the obstructions have been removed, or in
conjunction with such removal, the street or alley
bed, alley return foundation and/or sidewalk
foundation shall be excavated and shaped in ...
conformity with the typical sections and to the line
and grades as shown on the plans or as established by
the Engineer.
All unstable or otherwise objectionable material
shall be removed from the subgrade and replaced with
approved material. The excavation shall be done in
such a manner as to require a minimum of fill to
bring the subgrade to the correct elevation. When the
subgrade is too low as initially excavated, the
Contractor shall place additional soil or caliche in
layers not exceeding four inches (4 11) compacted
thickness and compact each layer by moistening and
rolling.
3.Replacement of Salvage Material
The salvage material shall be in accordance with
Section V, Item 2 "Earth Work'' of these
specifications.
5.12. SALVAGING AND STOCKPILING BASE MATERIAL
A. Description
This item shall consist of salvaging base material
from places shown on the plans or as directed by the
Engineer and of stockpiling that material where shown
on the plans or as directed by the Engineer.
B. Construction Methods
Trash, wood, brush, stumps and other objectionable
material at the storage site shall be removed and
disposed of as directed by the Engineer prior to the
beginning of work required by this item. The base
material, including any asphalt mat, which may not be
shown on the plans, shall be cleaned of all dirt or --
V-89
4
other objectionable material. Asphaltic materials
shall be broken into pieces not more than two inches
(211) in size in any dimension and incorporated
j
uniformly with the salvaged base material. Material to
be salvaged shall be worked into stockpiles or
windrows and loaded by approved equipment into
approved hauling equipment for hauling to the
d_.
stockpile site. It shall be the responsibility of the
Contractor that all the available material shall be
salvaged and kept reasonably free of soil from
subgrade or road bed during the salvaging operations.
The operation shall be conducted in such manner as not
to interfere with traffic, drainage or the: general
requirements of the work. After the material is
deposited in the stockpile area, it shall be'worked
into a neat compact stockpile.
5.13. PREFABRICATED and PAINT -TYPE PAVEMENT MARKINGS
A. Description
This item shall consist of furnishing and installing
Type I retroreflective preformed pavement markings
and Type II paint -type pavement markings in
accordance with this provision and in reasonably
close conformity with the dimensions and lines shown
on the plans or established by the Engineer. The
materials and equipment used in this item shall
conform to the Texas Department of Transportation
Standard Construction Specifications, Item 666,
" Reflectorized Pavement Markings'' and/or Texas
Department of Transportation Standard Construction
Specifications, Item 668, "Prefabricated Pavement
Markings'' as applicable.
B. Materials
The preformed markings shall consist of white or
yellow films with pigments selected and blended to
conform to standard highway colors through the
expected life of the film. Glass beads shall be
incorporated to provide immediate and continuing
retroflection.
The size, quality and refraction index of the glass
beads shall be such that the performance
requirements for the markings shall be met. The
M - bead adhesion shall be such that beads are not
�,,
V-90
easily removed when the material surface is
scratched with a thumbnail.
The film shall have glass bead retention qualities
such that when a two inch x six inch (2" x 611)
sample is bent over a one-half inch (1/211) diameter
mandrel, with the two inch (211) dimension
perpendicular to the mandrel axis, microscopic
examination of the area on the mandrel shows no more
than ten percent (100i) of the beads with entrapment ..
by the binder of less than forty percent (400).
Preformed words and symbols shall conform to the
applicable shapes and dimensions as outlined in the
"Texas Manual on Uniform Traffic Control Devices for
Streets and Highways," dated 1980, or as modified.
The preformed markings shall be capable of being
adhered to asphaltic concrete or portland cement by
means of a pre -coated pressure sensitive adhesive.
A primer may be used to precondition the pavement
surface. The preformed marking film shall mold
itself to pavement contours by the action of
traffic. The pavement marking films also shall be
capable of application on new, dense and open
graded asphalt concrete wearing courses during the
paving operation in accordance with the ---
manufacturer's instructions. After application,
the markings shall identify proper solvents and/or
primers (where necessary) to be applied at the time
of application, all equipment necessary for proper
application, and recomemndations for application
that will assure the materials shall be suitable
for use for one (1) year after the date of receipt.
C. Classification
The markings shall be general purpose high
durability retroflective pliant polymer film without
liner backing for preformed longitudinal and
transverse markings. Words and symbols are required
to have linear backing for proper shipping and
handling.
D. Requirements
1. Composition
The retroreflective pliant polymer pavement marking
film shall consist of a mixture of high quality
V -9l
polymeric materials, pigments and glass beads
distributed throughout its base cross sectional
area, with a reflective layer of beads bonded to
I the top surface.
2. Reflectance
The white and yellow films shall have the following
initial minimum reflectance values at two-tenths
degree (0.20) and five -tenths degree (0.50)
observation angles respectively and eighty six and
zero tenths degree (86.00) entrance angle as
measured in accordance with the testing
procedure of the Federal Test Method Standard 370.
The photometric quantity to be measured shall be
specific luminance (SL), and shall be expressed as
millicandelas per square foot per foot candle. The
metric equivalent shall be expressed as
millicandelas per square meter per lux. The test
distance shall be fifty feet (501) or fifteen and
two-tenths (15.2) meters. The sample size shall be a
two feet x two and five -tenths feet (2.0' x 2.51)
rectangle or sixty-one hundredths meter X seventy-
six hundredths meter (0.61 meter x 0.76 meter).
The angular aperture of both the photoreceptor and
light projector shall be six (6) minutes of arc.
The reference center shall be the geometric center
of the sample, and the reference axis shall be taken
perpendicular to the test sample.
Observation White Yellow
Angle 0.2 0.5 0.2 0.5
SL 550 380 410 250
3. Acid Resistance
The beads shall show resistance to corrosion of their
surface after exposure to a one percent (1%) solution
by weight of sulfuric acid. The one percent (1%) acid
solution shall be made by adding five and seven -tenths
(5.7) cubic centimeters of concentrated acid into one
r i V-92
thousand (1000) cubic centimeters of distilled water.
CAUTION: always add the concentrated acid into the "
water, not the reverse'. The test shall be
performed as follows:
Take a one inch x two inch (1" x 211) sample, adhere
it to the bottom of a glass tray and place just
enough acid solution to completely immerse the
sample. Cover the tray with a piece of glass to
prevent evaporation and allow the sample to be exposed
for twenty four (24) hours under these conditions.
Then decant the acid solution (do not rinse, touch, or
otherwise disturb the bead surfaces) and dry the sample
while adhered to the glass tray in a 150° F (66° C)
oven for approximately fifteen (15) minutes.
Microscopic examination (20 power) shall show no more
than fifteen percent (15U of the beads having a
formation of a very distinct opaque white (corroded)
layer on their entire surface.
4. Reflective Retention
To have a good, effective performance life, the glass
beads must be strongly bonded and not be easily
removed by traffic wear.
The following test(s) shall be employed to measure
reflectivity retention:
Taber Abraser Simulation Test
Using a Taber Abraser with an H-18 wheel
and a one hundred and twenty five (125)
gram load, the sample shall be inspected
at two hundred (200) cycles, under a
microscope, to observe the extent and
type of bead failure.
No more than fifteen percent (15%) of
the beads shall be lost due to popout
and the predominate mode of the failure
shall be "wear down"'of the beads.
V-93
i'
5. Skid Resistance
The surface of the retroreflective pliant
polymer film shall provide an initial minimum
skid resistance value of 45 BPN when tested
according to ASTM E 303, "Method of Measuring
r- Surface Frictional Properties Using The British
Pendulum Tester''.
6. Tensile Strength and Elongation
The film shall have a minimum tensile strength
of one hundred and fifty pounds per square inch
(150 PSI) of cross-section when tested according
to ASTM D 638, "Test Method For Tensile
Properties of Plastics'', except that a sample
six inch x one inch (6 x 111) shall be tested at
a temperature between 70°F (21° C) and 80° F (27
° C) using a jaw speed of ten inches to twelve
inches (10" to 1211) per minute. The sample
shall have a minimum elongation of seventy five
percent (75t) at break when tested by this
method.
7. Thickness
The film without adhesive shall have a
minimum thickness of six one-hundredth inch
(0.0611).
8. Effective Performance Life
The film, when applied according to the
recommendations of the manufacturer, shall
provide a neat, durable marking that will not
flow or distort.due to temperature if the
pavement surface remains stable. Although
reflectivity is reduced by wear, the pliant
polymer shall provide a cushioned, resilient
substrate that reduces bead crushing and loss.
The film shall be weather resistant and, through
normal traffic wear, shall show no fading,
lifting, shrinkage, significant tearing, roll
back or other signs of poor adhesion, which will
significantly impair the intended usage of the
marking for a period of one (1) year after
installation.
�,, V-94
E. Installation:
1. Newly Paved Asphaltic Concrete Surface
These markings shall be applied when directed by
the Engineer after application of the fog seal
emulsion. The markings shall be applied prior to
opening the road to public traffic. Methods as
recommended by the manufacturer shall be used.
2. Newly Paved Portland Cement Concrete Surface
These markings shall be applied before the road
surface is opened to public traffic. The
surface shall be cleaned, blasted, and primed. --
Methods as recommended by the manufacturer,
shall be used.
3. Existing Road Surface
When markings are applied to existing road
surfaces application shall be made in accordance
with the manufacturer's recommendation.
General Note: The City of Lubbock Traffic Engineering
Department shall be contacted when the surface temperature
is below 59°F (15° C) to determine whether primer shall be
used for proper installation of preformed markings.
F. Method of Measurement
Linear pavement markings shall be measured in linear
feet, complete -in-place for the width specified.
Word and symbol pavement markings shall be measured
in units of each.
V-95
G. Basis of Payment
Retroreflective preformed pavement markings shall be
paid for at the contract unit price as bid, which
price shall be full compensation for cleaning and
preparing the pavement surface, furnishing and
placing all materials and for all materials, labor,
tools, equipment and incidentals necessary to
complete the work.
Payment will be made under:
Payment Item
Paint -type Pavement Marking, linear (width)
Preformed Pavement Marking, linear (width)
Preformed Pavement Marking, words/symbols
V-96
Pay Unit
Linear Foot
Linear Foot
Each
7
r
ew
r
i
82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS
PROJECT NO. 9288
REINFORCED CONCRETE STORM SEWER
PIPE AND MANHOLES
This item shall consist of reinforced concrete pipe and
manholes of the types, classes, sizes and dimensions required
on the plans, furnished and installed at the places designated
on the plans and profiles, or by the Engineer in accordance
with these specifications and with the lines and grades given.
All standard specifications and quality standards; i.e., ASTM,
TxDOT, ANSI, AASHTO, etc. which are made a portion of these
specifications by reference shall be the latest edition and
revision thereof.
2. MATERIALS
r The pipe and manholes shall be of the type called for on the
i' plans or in the proposal and shall be in accordance with the
following appropriate requirements. The Contractor shall
supply certification from the manufacturer that the pipe and
manholes provided will meet the specified requirements.
;- 0 . -. .. - - .-
Reinforced concrete pipe, either precast or cast in place,
shall conform to the requirements of AASHTO M-170 or ASTM C-
76. Pipe shall be Class III unless otherwise noted.
u•
Mortar for connections to other drainage structures shall be
composed of 1 part, by volume, of portland cement and 2
parts of mortar sand. The portland cement shall conform to
the requirements of ASTM C-150, Type I. The sand shall
conform to the requirements of ASTM C-144. Hydrated lime
may be added to the mixture of sand and cement in an amount
equal to 15%5 of the weight of cement used. The hydrated
lime shall meet the requirements of ASTM C-6.
�. - . „-. �� �. -
Preformed bituminous gaskets for
shall conform to the requirement
(GSA -FSS), and shall be Ram-Nek o
SS - 1
concrete non -pressure pipe
s of Fed. Spec. SS -S-00210
r approved equal.
Manhole barrel, cone and extension sections shall be
constructed of precast concrete. A plant inspection may be
required for production facility inspection and to review
record-keeping for material certification. The manufacturer
must provide certification that all materials used for
manufacturing meet with the following ASTM Specifications.
Aggregates
Cement
Sampling Specimens
Reinforcing
Sand and Mortar
Precast concrete sections for manhole
C-478 specifications. Compressive
must verify concrete strengths meet
Aggregate shall,be crushed limestone
ASTM C-33 specifications.
ASTM
C-33
ASTM
C-150
ASTM
C-39
ASTM
C-185
ASTM
C-144
s shall conform to ASTM
strength test results
or exceed 4,000 psi.
and shall conform to
Joints, excepting grade rings, shall be tongue and groove or
an equivalent male and female type joint as approved by the
Engineer. All joints shall be effectively jointed to
prevent leakage and infiltration. All connections between
wall sections shall be joined with Conseal Joint Sealant or
approved equal to provide a watertight manhole. This
sealant will be provided by supplier and will be considered
an essential part of each shipment.
All cones and adjusting rings shall maintain a clear 24"
opening. Adjusting rings shall be reinforced with the same
percentage of steel as risers and tops and will also meet
ASTM C-478 specifications. Adjusting rings, as well as all
precast concrete manhole products, shall be smooth, uniform
in size and dimensions, consistent in components throughout
and free of voids or honeycombs.
All manholes shall be designed to withstand H-20 AASHTO
loading. They shall also have lifting holes that do not
protrude through manhole wall; one full inch of concrete
thickness must remain between lift hole and outside wall of
manhole.
Manhole frames and covers shall be of good quality gray iron
casting and conform to ASTM A-48, having a clear opening of
not less than 22 inches. The casting shall be designed with
a full bearing ring so as to provide a continuous seat
SS 2
r
E between frame and cover. The cover shall be furnished with
lifting ring cast into the cover in such manner as to
prevent water leaking through. Frame and cover shall have a
weight of not less than 275 pounds. The manhole ring and
cover shall be Western Iron Works #40 or approved equal.
The cover shall include lettering, City of Lubbock, Texas.
All equipment necessary and required for the proper
construction of storm sewers, manholes and culverts shall be
on the project, in first-class working condition, and
approved by the Engineer before construction is permitted to
start.
If precast concrete pipe or manhole sections is used, the
Contractor shall provide appropriate hoisting equipment to
handle the pipe or sections while unloading and placing it
in its final position without damage to the pipe.
The Contractor shall provide hand tampers and pneumatic
tampers to obtain the required compaction of the pipe bed,
the manhole bed and the backfill, as specified.
The Contractor shall do all excavation to the depth shown on
the plans.
Where rock, or soil containing rocks or gravel, hard pan or
other unyielding foundation material is encountered in
trench excavation, the pipe shall be bedded in accordance
with the requirements of one of the classes of bedding but
with the following additions: The hard unyielding material
shall be excavated below the elevation of the bottom of the
pipe or pipe bell to a depth of at least 8 inches or 1/2
inch for each foot of fill over the top of the pipe,
whichever is greater, but not more than three-fourths the
nominal diameter of the pipe. The cushion shall consist of
a fine compressive material, such as silty clay or loam,
lightly compacted, and shaped as required for the specified
class of bedding. The cost of furnishing and placing the
cushion material shall be included in the bid price per
linear foot of pipe in place. The bottom of the trench
shall be excavated to a horizontal section as far as
practicable.
r
SS - 3
Excavated material not required or acceptable for backfill
shall be disposed of by the Contractor as directed by the
Engineer. Excavation shall not be carried below the
required depth; but when it is, the trench shall be
backfilled at the Contractor's expense with material
approved by the Engineer and compacted to the density of the
surrounding earth material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full
width of the trench and replaced with sand or with approved
granular material. The Engineer shall determine the depth
of removal of unstable soil, and the amount of backfill
necessary. The backfill shall be compacted and shaped to a
firm but slightly yielding condition to form the bed for the
pipe.
Grades for pipe shall be as shown on the drawings. No
changes in grade will be made unless so directed by .the
Engineer.
The minimum width of the trench at the top of the pipe, when
placed, shall be a width which will permit the proper
construction of joints and compaction of backfill around the
pipe. The sides of the trench shall be vertical, unless
otherwise approved by the Engineer. The maximum allowable
width of the trench shall not exceed the widths shown below
unless otherwise approved by the Engineer.
NOMINAL SIZE
MINIMUM
TRENCH
WIDTH
MAXIMUM
AT TOP
TRENCH
OF PIPE
WIDTH
OF PIPE
Less than 18"
AT PIPE
Pipe
SPRINGLINE
O.D. +
12"
Pipe
O.D. +
18"
18" thru 36"
Pipe
O.D. +
18"
Pipe
O.D. +
24"
37" thru 60"
Pipe
O.D._+
24"
Pipe
O.D. +
30"
The width of the trench above the top of the pipe may be as
wide as necessary for shoring, bracing or proper
installation of the pipe. Excavation in paved areas shall
be confined to a minimum practical width. As far as
pavement repair over the storm sewer is concerned, the
maximum payment width is the width of the trench at the top
of the pipe + 2' (Type A). or + 1' (Type B), whichever is
appropriate. If the Contractor chooses or allows the trench
to become larger, payment width shall be limited as stated
above.
The bed for pipe shall be so shaped that at least the lower
quarter of the pipe circumference shall be in continuous
contact with the bottom of the trench.
SS - 4
IN
k The excavation for the manhole shall be essentially the same
as that for the piping. The excavation shall be large
r enough to work in, but not overly so. The sides of the
excavation shall be vertical unless otherwise approved by
the Engineer. The maximum payment for the pavement repair
of manholes shall be limited to the O.D. of the manhole
sections + 61.
The Contractor shall do such trench bracing, sheathing or
shoring necessary to perform and protect the excavation as
° required for safety and conformance to governing laws. The
bracing, sheathing, or shoring shall not be removed in one
operation but shall be done in successive stages to prevent
overloading of the pipe during backfilling operations. The
cost of the bracing, sheathing, or shoring and the removal
of same, shall be included in the unit price bid per foot
�. for the pipe.
C. Installing Pipe
The Contractor shall provide the necessary mason's lines and
supports to insure installation of the pipe to line and
grade, as shown on the drawings. The Contractor's
facilities for lowering precast pipe into the trench shall
be such that neither the pipe nor the trench will be damaged
or disturbed.
The Engineer shall inspect all precast pipe before it is
laid, and reject any section that is damaged by handling or
is defective to a degree which will materially affect the
function and service of the pipe.
Installing the precast pipe in the finished trench shall be
started at the lowest point and is laid upgrade. For tongue
and groove precast pipe, the grooved end shall be laid
upgrade.
The pipe shall be firmly and accurately installed to line
f" and grade so that the invert will be smooth and uniform.
f
The pipe shall be protected from water during placing and
until the concrete, in cast -in-place pipe, or the mortar, in
the joints of precast or cast in place pipe, has thoroughly
set.
i
Pipe shall not be laid or installed on frozen ground.
Pipe which is not true in alignment, or which shows any
settlement after laying or installing, shall be taken up and
re-laid or re -installed without extra compensation.
SS 5
The Contractor shall provide, as may be necessary, for the
temporary diversion of surface water flow in order to permit
the installation of the pipe under dry conditions.
The mortar shall be
and filling between
Mortar that is not
been added shall be
not be permitted.
of the desired consistency for caulking
the pipe and the drainage structures.
used within 45 minutes after water has
discarded. Retempering of mortar shall
Pipe joints for precast concrete pipe shall be of the tongue
and groove type. The joints shall be of a water tight
joint. Each joint shall be sealed with a preformed
bituminous gasket as specified. The gasket shall be
installed as recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches
thick and not less than l (one) foot greater diameter than
the outside diameter of the manhole riser section. Concrete
shall be Class A (See Section M -2.E.) at a minimum 3000 psi.
Concrete placement shall conform to ACI and good
construction practices. Concrete shall be consolidated and
struck -off to a horizontal surface within the forms or
pouring rings.
Field poured concrete bases shall be reinforced as detailed
on the Plans or as shown in the Standard Details. The
manhole shall be constructed to ASTM C-891 standards.
Precast reinforced concrete bases shall be of the size and
shape detailed on the Plans or as shown in the Standard
Details.
Manhole barrels shall be assembled of precast riser
sections. Riser sections shall be placed vertically with
tongues and grooves properly keyed.
Invert channels shall be smooth and semi -circular in shape
conforming to the inside of the adjacent sewer section.
Changes in direction of flow shall be made with a smooth
curve of as large a radius as the size of the manhole will
permit. Changes in size and grade of the channels shall be
SS 6
C" -
made gradually and evenly. The invert channels may be
formed directly in the concrete of the manhole base or may
be half -pipe laid in concrete. The floor of the manhole
outside the channel shall be smooth and shall slope toward
the channel not less than one inch per foot, nor more than
r two inches per foot.
All connections between the riser or base sections and the
sewer pipe shall be joined in such a manner as to make the
manholes watertight. Preformed rubber waterstop gaskets
cast into the riser or base section are acceptable.
Preformed flexible plastic sealing compounds similar or
equal to "Ram-nek" or "Kent Seal" are also acceptable,
provided acceptable watertightness is achieved.
Flat top sections may be used on shallow lines where
standard cone sections will not conform to specified
elevations.
Cone shaped top section shall be assembled on top of the
manhole barrel with tongues and grooves properly keyed.
Adjusting rings may be used for adjusting the top elevation,
except that the total height of the adjusting rings shall
not exceed 12 inches at any manhole. Each manhole shall
have a minimum of 6 inches of grade adjustment.
Rings shall be set to the elevations shown on the Pians or
established by the City's Inspector. Concrete shall be
placed around and under the ring to provide a seal and
properly seat the ring at the required elevation. Concrete
shall be rounded -off in accordance with the Standard
Details.
The finished manhole is expected to be as watertight as the
pipe system it is incorporated into.
All connections between riser sections, bases and tops shall
be sealed with preformed flexible plastic joint sealing
compound. Application of primer and sealing compound shall
be accomplished in conformance with the manufacturer's
recommendations. Grade of materials, quantity of materials
and application temperatures recommended by the manufacturer
shall govern. Sealing compound similar or equal to "Ram-
nek" or "Kent Seal" shall be used.
SS - 7
All trenches and excavations shall be backfilled within a
reasonable time after the pipes and manholes are installed,
unless other protection is directed. The backfill material
shall be selected granular material from excavation or
borrow; material which is placed at the sides of the pipe
and manhole and 'I foot over the top shall be material which
can be readily compacted. It shall not contain stones
retained on a 2 -inch sieve, frozen lumps, chunks of highly
plastic clay, or any other material which is objectionable
to the Engineer. The Material shall be moistened or dried,
if necessary, to be compacted by the method in use.
Backfill material shall be approved by the Engineer.
The backfill shall be placed in loose layers not to exceed 6
inches in depth along each side of the pipe and manhole.
Special care shall be taken to secure thorough compaction
under the haunches and at the sides of the pipe and manhole.
This backfill shall be brought up evenly on each side of the
structure to an elevation of 1 foot over the top of the
pipe, or such greater elevation as directed by the Engineer.
Backfilling shall be done in a manner to avoid injurious top
or side pressures on the pipe and manhole. Backfill shall
be compacted to 95% (min.) Standard Proctor Density.
At the Contractor's option, and at no additional cost to the
City, flowable fill or cement stabilized caliche backfill
material (3 -sacks of cement per cubic yard of caliche) may
be used in lieu of compacted backfill around the pipe,
.provided it can be shown to the Engineer's satisfaction,
that during the pour the pipe is not disturbed or moved in
any way. If the pipe is disturbed, compacted fill will be
required to 1' over top of the pipe, then the flowable
fill/3-sack may be used. Also, as a no -additional -cost
option, compacted gravel embedment may be used around the
pipe to 1' above the pipe. The gravel shall be crushed
stone with irregular surfaces and comply with the folowing
gradation requirements:
SS - 8
Retained
by Weight
1" Sieve
0
7/8"
Sieve
0
- 2
3/4"
Sieve
15
- 35
5/8"
Sieve
55
- 100
3/8"
Sieve
95
- 100
No.
10 Sieve
99
- 100
SS - 8
k
Movement of construction machinery over a culvert pipeline
or manhole shall be at the Contractor's risk. Any damage
r shall be replaced at the expense of the Contractor.
K. Cleaning and Restoration o
After the backfill is completed, the Contractor shall
dispose of all surplus material, dirt and rubbish from the
site. Surplus dirt may be deposited in embankment,
shoulders, or as ordered by the Engineer. The Contractor
shall restore all disturbed areas to their original
condition.
After all work is completed,
tools and other equipment,
clear and in good condition.
the Contractor shall remove all
leaving the entire site free,
Performance of the work described in this section is not
payable directly but shall be considered as a subsidiary
obligation of the Contractor covered under the contract unit
price for the pipe.
Prior to final approval of the drainage system, the Engineer
accompanied by the Contractor's representative, shall make
thorough inspection, by an appropriate method, of the entire
,. installation. Any indication of defects in material or
workmanship, or obstruction to flow in the pipe system,
shall be further investigated and corrected. Defects due to
the Contractor's negligence shall be corrected by the
Contractor without additional compensation and as directed
E' by the Engineer.
VI 4r • � • M� r �i y}M� 1M
The footage of pipe to be paid for shall be the number of
f" linear feet of pipe in place, completed and approved to be
measured along the centerline of the pipe from end or inside
face of structure to the end or inside face of structure,
whichever is applicable. The several classes, types and sizes
shall be measured separately.
The depths of the manholes shall
the manhole ring to the invert in
This depth minus the 6' base depth
feet of manhole.
SS - 9
be measured from the top of
the center of the manhole.
shall be the extra vertical
5. BASIS OF PAYMENT
Payment will be made at the contract unit price per linear --
foot for each kind of pipe of the type, class, size and depth
of cut designated. Also for the number of manholes at base
depth and the extra vertical feet of manhole. Theseprices ..
shall be full compensation for furnishing all materials and
for all preparation, excavation and installation of these
materials, and for all labor, equipment, tools and incidentals
necessary to complete the item.
i`
1
82ND STREET, KINGS PARK AND CASEY
PARK DRAINAGE IMPROVEMENTS'
PROJECT NO. 9288
CONCRETE DRAINAGE STRUCTURES
r
F
r
CONCRETE DRAINAGE STRUCTURES
1.DESCRIPTION
This item shall consist of either plain or reinforced concrete
headwalls, wingwalls, catch basins, inlet boxes and
miscellaneous drainage structures constructed in accordance
with these specifications, at the specified locations and
conforming 'to the lines, grades and dimensions shown on the
plans or required by the Engineer.
�.., 2. MATERIALS
A.
Plain and reinforced concrete used in structures,
connections of pipes with structures, and the support of
structures or frames shall conform to the requirements of
these specifications. Concrete used for this item shall be
Class C.
B. Castingg
The castings shall conform to the following requirement:
Gray iron castings shall meet the requirements of ASTM A-48.
All castings shall conform to the dimensions shown on the
plans and shall be designed to support H -20-S16 loadings.
The Contractor shall provide certification from the casting
manufacturer that the castings furnished will meet the
loading, material and usage requirements.
The manhole frame and solid lid or frame and grate shall be
manufactured by Western Iron Works, Inc., Neenah Foundry
Company, or approved equal. The manhole frame shall have a
clear opening of not less than 22 inches. If the lid is
less than 150 pounds (nominal), it shall be bolted to the
frame with stainless steel bolts. The frames and covers
shall be designed to prevent the lid or grate from being
dislodged by traffic but which will allow easy removal for
access to the structure. The grate shall be bicycle safe.
3. CONSTRUCTION METHODS
The Contractor shall do all excavation for structures and
structure footings to the lines and grades or elevations,
shown on the plans, or as directed by the Engineer. The
excavation shall be of sufficient size to permit the placing
of the full width and length of the structure or structure
DS -1
f
footings shown. The elevations of the bottoms of footings,
as shown on the plans, shall be considered as approximate
only; and the Engineer may order, in writing, changes in
dimensions or elevations of footings necessary to secure a
satisfactory foundation.
Boulders, logs, miscellaneous concrete or any other
objectionable material encountered in excavation shall be
removed. All rock or other hard foundation material shall
be cleaned of all loose material and cut to a firm surface
either level, stepped or serrated, as directed by the
Engineer. All seams or crevices•shall be cleaned out and
grouted. All loose and disintegrated rock and thin strata
shall be removed. When concrete is to rest on a surface
other than rock, special care shall be taken not to disturb
the bottom of the excavation, and excavation to final grade
shall not be made until just before the concrete or
reinforcing is to be placed.
The Contractor shall do all bracing, sheathing or shoring
necessary to implement and protect the excavation and the
structure as required for safety or conformance to governing
laws. The cost of bracing, sheathing or shoring shall be
included in the unit price bid for the structure.
Unless otherwise provided, bracing, sheathing or shoring
involved in the construction of this item shall be removed
by the Contractor after the completion of the structure.
Removal shall be effected in a manner which will not disturb
or mar finished masonry. The cost of removal shall be
included in the unit price bid for the structure.
After each excavation is completed, the Contractor shall
notify the Engineer to that effect; and concrete or
reinforcing steel shall be placed after the Engineer has
approved the depth of the excavation and the character of
the foundation material.
Concrete structures shall be built on prepared foundations,
conforming to the dimensions and form indicated on the
plans. The construction shall conform to the requirements
of these specifications. Any reinforcement required shall
be placed as indicated on the plans and shall be approved by
the Engineer before the concrete is placed.
All invert channels shall be constructed and shaped
accurately so as to be smooth, uniform and cause minimum
resistance to flowing water. The interior bottom shall be
sloped downward toward the outlet.
DS -2
IM
C. Tn nd Outlet Pinea
Inlet and outlets pipes shall extend through the walls of
the structures for a sufficient distance beyond the outside
surface to allow for connections but shall be cut off flush
with the wall on the inside surface, unless otherwise
directed. For concrete structures, the mortar shall be
placed around these pipes so as to form a tight, neat
connection.
D. Placement and T a _m _n - of Clastinasq
All castings shall be placed in the positions indicated on
"^ the plans or as directed by the Engineer, and shall be set
`.. true to line and to correct elevation. If frames or grates
are to be set in concrete or cement mortar, all anchors or
�^ bolts shall be in place and position before the concrete or
r mortar is placed. The unit shall not be disturbed until the
mortar or concrete has set.
After the frames have been set in final poition and the
concrete or mortar has been allowed to harden for 7 days,
then the covers shall be placed in the frames.
After a structure has been completed, the area around it
shall be filled with approved material, in horizontal layers
not be exceed S inches in loose depth, and compacted to the,
density required in these specifications, as determined by
AASHTO T-99. Each layer shall be deposited all around the
structure to approximately the same elevation. The top of
the fill shall meet the elevation shown on the plans or as
directed by the Engineer.
Backfill shall not be placed against any structure until
permission is given by the Engineer. In the case of
concrete, such permission shall not be given until the
concrete has been in place 7 days, or until tests made by
the laboratory under supervision of the Engineer established
that the concrete has attained sufficient strength to
provide a factor of safety against damage or strain in
withstanding any pressure created by the backfill or the
methods used in placing it.
Backfill shall not be measured for direct payment.
Performance of this work shall be considered as a subsidiary
obligation of the Contractor covered under the contract unit
price for the structure involved.
After the backfill is completed, the Contractor shall
p
dispose of all surplus material, dirt and rubbish from the
P
k
DS -3
s
site. Surplus dirt may be deposited in embankments,
shoulders or as ordered by the Engineer. The Contractor
shall restore all disturbed areas to their original
condition.
After all work is completed, the Contractor shall remove all
tools and equipment, leaving the entire site free, clear and
in good condition.
4. METHOD OF MEASUREMENT
The number of concrete drainage structures shall be measured
by the unit as shown on the plans and as listed in the
proposal.
5..BASIS OF PAYMENT
The accepted concrete drainage structures will be paid for at
the concrete unit price bid per each, complete and in place.
This price shall be full compensation for furnishing all
materials and for all preparation, excavation, backfilling and
placing of the materials; furnishing and installation of such
specials and connections to pipes and other structures as may _
be required to complete the item as shown on the plans; and
for all labor, equipment, tools and incidentals necessary to
complete the structure. _
DS -4
82ND STREET, KINGS PARK, AND CASEY PARK
DRAINAGE IMPROVEMENTS
PROJECT NO. 9288
MISCELLANEOUS DETAILS
MISCELLANEOUS DETAILS
I. TILLING AND SOD PLACEMENT
1. DESCRIPTION
This item shall consist of soil preparation, sod placement (reseeding), and watering as
stated on the plans or as directed by the Engineer in accordance with these
specifications.
2. MATERIALS and CONSTRUCTION METHODS
A. Sod
The sod for this project shall be that which is located on site at Casey Park and, is
determined by the Engineer, to be useful for placing on the new slopes as shown on
the plans.
B. Tilling
Those areas determined to have sod useful for this project shall be tilled a minimum
of 2 inches using proper equipment to break up the sod into a size that is easily
manageable, no larger than 4 inches, or as approved by the Engineer.
Once tilled, the sod will be removed and stockpiled on site where the existing soil is
not planned to be disturbed.
C. Water
The entire surface shall be watered as directed by the Engineer prior to reseeding
the area.
D. Reseeding
The sod shall be placed and spread evenly along the slopes of the new channel where
the existing soil has been disturbed. It shall be placed so that it is uniform and there
are no large chunks exposed or turned up.
3. MAINTENANCE OF RESEEDED AREA
The Contractor shall protect the reseeded area against use by using warning signs, as
approved by the Engineer. The Contractor shall mow, water as directed, and
I otherwise maintain the reseeded areas in a satisfactory condition until final inspection
and acceptance of the work or until a stand of grass is established.
t:
IV -1
It will be required that the Contractor establish a good stand of grass of a density
satisfactory to the Engineer. If at the time when the contract has been otherwise
completed it is not possible to make an adequate determination of the uniformity and _-
density of such stand of grass, payment for the unaccepted portions of the areas
seeded will be withheld until such time these requirements have been met.
The Contractor will be responsible for repairing surfaces gullied or otherwise
damaged before and after reseeding.
4. METHOD OF MEASUREMENT
The quantity of reseeding shall be paid by the square yard measured on the ground
surface, as shown on the plans, completed and accepted.
5. BASIS OF PAYMENT
Payment shall be made at the contract unit price per square yard or fraction thereof,
which price and payment shall be full compensation for furnishing and placing all —
material, preparation of slopes, and for all labor, equipment, tools, and incidentals
necessary to complete the work prescribed in this item.
IV -2
82ND STREET, KINGS PARK, AND CASEY PARK
DRAINAGE IMPROVEMENTS
PROJECT NO. 9288
MEASUREMENT AND PAYMENT
r
7
r MEASUREMENT AND PAYMENT
` GENERAL
This drainage project consists of drainage improvements at three separate locations.
The first improvement consists basically of the construction of curb inlet boxes for
stormwater collection, associated lateral storm sewer pipe and associated mainline storm
sewer pipe for stormwater outfall into an existing lake in the Lakeridge Country Club
Estates Golf Course.
The second improvement consists basically of the construction of a concrete drainway in
an existing drainage channel located in the Kings Park Addition.
The third improvement is located at Casey Park. These improvements consist of a
concrete drainage channel between 70th Street and South Loop 289 and the repair of five
separate drainage channels in the portion of Casey Park located between 66th Street and
70th Street.
The nomenclature used in referring to the first, second, and third drainage improvements
is not intended to determine the order of construction of the three drainage improvements.
The unit price bid on each item, as stated in the bid proposal, shall include furnishing all
labor, machinery, equipment and materials necessary or incidental to complete the
various items of work in accordance with the plans and specifications of this contract.
The cost of construction for items required, whether or not shown on the plans or in the
specifications, for which no separate method of payment is made shall be considered to
be subsidiary to the items in the bid proposal and shall be paid under the existing bid
items.
82ND STREET DRAINAGE IMPROVEMENTS
ITEM # 1 - CONCRETE CURB AND GUTTER REMOVAL
This item shall govern for the removal and disposal of all concrete curb and gutter as
specified.
Measurement shall be made along the face of the curb and shall be made of the actual
length of curb and gutter removed as specified.
Payment shall be made at the unit price bid per linear foot of curb and gutter removed as
specified. It shall be the Contractor's sole responsibility to notify the Engineer or City
Representative prior to removal to enable measurements to be made. The unit price bid
shall be full compensation for all specified curb and gutter removal; including loading,
hauling, sawcutting, disposal at a site suitable for dumping this type waste material,
manipulations, labor, tools, equipment and incidentals necessary for the completion of the
work as specified.
ITEM # 2 - CONCRETE SLAB REMOVAL
This item shall govern for the removal and disposal of all concrete slabs; irregardless of
thickness; to include valley gutters, fillets, toewalls as necessary, sidewalks, residential
drives, commercial drives, drainage channels, drainage valleys, riprap, pavement, or other
slabs as specified.
Measurement shall be made of the actual surface area of concrete slab removed as
specified.
Payment shall be made at the unit price bid per square yard for concrete slab removal as
specified. It shall be the Contractor's sole responsibility to notify the Engineer or City
Representative prior to removal to enable measurements to be made. The unit price bid
per square yard shall be full compensation for all labor, materials and equipment required
for concrete removal, sawcutting, loading, hauling and disposal at a suitable site for
dumping this type of waste materials including all incidentals necessary for completion of
the work as specified.
ITEM # 3 30" CONCRETE CURB AND GUTTER
This item shall govern for all curb and gutter constructed to match existing curb and
gutter sections as specified.
Measurement shall be made of the actual length of the face of the curb and gutter
constructed as specified.
Payment shall be made at the unit price bid per linear foot of curb and gutter constructed
as specified. The unit price bid shall be full compensation for all subgrade preparation
under and behind the curb and gutter including all excavation and fill, backfilling,
blading, tamping, wetting, rolling, compacting, loading, hauling and disposal of all
excess excavated material or fill material at a site suitable for disposal of this type of
waste materials, removing and disposing of all obstructions noted on the plans or as
become necessary; for furnishing and placing all materials, including concrete, premolded
expansion joint material and joints, sawcutting, and for all manipulations, labor, tools,
equipment and incidentals necessary for the completion of the work as specified.
ITEM # 4 4" CONCRETE FLATWORK (BRUSHED/SMOOTH
FINISHED SURFACE)
This item shall govern for all conventional surface finished concrete flatwork; to include
residential drives and conventional surface finish sidewalks and etc. constructed as
specified.
Measurement shall be made of the actual surface area of four inch (4") concrete slab
constructed as specified.
Payment shall be made at the unit price bid per square yard of four inch (4") concrete slab
constructed as specified. The unit price bid shall be full compensation for all subgrade
preparation, including furnishing and installing a one inch (1") sand cushion on the
finished subgrade, labor, materials, jointing and equipment required for concrete and
concrete installation, backfilling, loading, hauling and disposal of all excess materials at a
suitable site for dumping of this type waste materials including all incidentals necessary
for completion of the work as specified.
ITEM # 5 - 4" CONCRETE FLATWORK (EXPOSED AGGREGATE
FINISHED SURFACE)
This item shall govern for all exposed aggregate surface finished concrete flatwork
constructed as specified.
Measurement shall be made of the actual surface area of four inch (4") concrete slab
constructed as specified.
Payment shall be made at the unit price bid per square yard of four inch (4") concrete slab
constructed as specified. The unit price bid shall be full compensation for all subgrade
preparation, including furnishing and installing a one inch (I") sand cushion on the
finished subgrade, labor, materials, jointing and equipment required for concrete and
concrete installation, backfilling, loading, hauling and disposal of all excess materials at a
r., suitable site for dumping of this type waste materials including all incidentals necessary
for completion of the work as specified.
ITEM # 6 - 6" CONCRETE FLATWORK
This item shall govern for all 6" concrete slabs constructed as specified.
Measurement shall be made of the actual surface area of the six inch (6") concrete slabs
constructed as specified.
Payment shall be made at the unit price bid per square yard of six inch (6") concrete slabs
constructed as specified. The unit price bid shall be full compensation for all subgrade
preparation; including furnishing and installing a one inch (1") sand cushion on the
finished subgrade; applying all water required for finishing; loading, unloading, storing,
hauling and handling all concrete ingredients, including six inches (6") of Class "C"
i
r
concrete as specified, including all freight and royalty; for mixing, placing, forming,
furnishing and cleaning all concrete; for furnishing and placing all reinforcement; for
furnishing and installing all steel wire and devices; for placing, holding and supporting
the steel bars; for furnishing and installing all steel dowel rods; for furnishing and
installing all expansion joint material; for furnishing and installing all curing compounds;
including loading, hauling and disposal of all excess materials at a suitable site for
dumping of waste materials; including all manipulations, labor, equipment, appliances,
tools, traffic provisions, barricades, flagmen and other incidentals necessary for
completion of the work as specified.
ITEM # 7 CONCRETE SLAB JOINT SAWING AND
SEALING BEHIND CURB AND GUTTER
This item shall govern for the sawing and sealing of all transverse and longitudinal
contraction and construction joints in the slab as specified.
Measurement shall be made of the actual length of the sawed joints as specified.
Payment shall be made at the unit price bid per linear foot.
The unit price bid shall be full compensation for the sawing and cleaning of all
contraction and construction joints shown on the plans or as determined by the Engineer
as necessary, including furnishing and filling the sawed joints with a W. R. Meadows
type joint filler material or approved equivalent; and for all manipulations,labor,
equipment, tools, appliances, traffic provisions, barricades, flagmen and other incidentals
necessary to complete the work as specified.
ITEM NO.8 - CONCRETE PAVEMENT JOINT SAWING AND
SEALING
This item shall govern for the sawing and sealing of all transverse and longitudinal
contraction and construction joints in the eight inch (8") concrete pavement as specified.
Measurement shall be made of the actual length of the sawed joints as specified.
Payment shall be made at the unit price bid per linear foot.
The unit price bid shall be full compensation for the sawing and cleaning of all
contraction and construction joints shown on the plans or as determined by the Engineer
as necessary, including furnishing and filling the sawed joints with a W. R. Meadows
type joint filler material or approved equivalent; and for all manipulations,labor,
equipment, tools, appliances, traffic provisions, barricades, flagmen and other incidentals
necessary to complete the work as specified.
ITEM NO.9 8" CONCRETE PAVEMENT
ITEM # 10 - ASPHALT PAVING (3 -SACK CEMENT STABILIZED
CALICHE BASE AND 1%" HOT MIX ASPHALTIC
CONCRETE SURFACE)
This item shall govern for all asphaltic paving constructed as specified.
Measurement shall be made of the actual surface area of the asphaltic paving constructed
as specified.
Payment shall be made at the unit price bid per square yard of asphaltic paving
constructed as specified. The unit price bid shall be full compensation for all work,
including all flexible pavement removal,salvage, hauling and disposal; to consist of hot
mix asphaltic concrete surface and base removal; to include furnishing and placing new
3 -sack cement stabilized caliche base, 1 %z" TxDOT Type "C" hot mix asphaltic concrete
surface with 3% latex and 1% hydrated lime, prime coat, tack coat, and a 1:2 dilute
emulsion at the rate of 0.10 gallons of diluted emulsion per square yard; all necessary
earthwork and subgrade preparation, including hauling and delivering, spreading, mixing,
blading, sprinkling, compacting, rolling, hauling and placing all materials, sawcutting
existing pavement, wasting all excess materials at a site suitable for dumping of this type
waste materials and all manipulations, labor, tools, equipment and other incidentals
necessary to complete the work as specified.
This item shall govern for all eight inch (8") concrete pavement as specified.
II
Measurement shall be made of the actual area of eight inch (8") concrete slab constructed
as specified. Payment shall be made at the unit price bid per square yard of eight inch (8")
pavement as specified. The unit price bid shall be full compensation for all subgrade
preparation; including furnishing and installing one inch (1") sand cushion on the
r
finished subgrade; applying all water required for finishing, loading, unloading, storing,
"C"
hauling and handling all concrete ingredients, including eight inches (8") of Class
concrete asspecified �includin all freight and royalty for mixing, forming, lacin ,
�--
furnishing, placing and cleaning all concrete; for furnishing and installing all
reinforcement; for furnishing and installing all steel wire and devices for placing, holding
and supporting the steel bars; for furnishing and installing all steel dowel rods; for
furnishing and installing all expansion joint material; for furnishing and installing all
curing compound(s); and for all manipulations, labor, equipment, appliances, tools, traffic
provisions, barricades, flagmen and other incidentals necessary to complete the work as
j'
specified.
ITEM # 10 - ASPHALT PAVING (3 -SACK CEMENT STABILIZED
CALICHE BASE AND 1%" HOT MIX ASPHALTIC
CONCRETE SURFACE)
This item shall govern for all asphaltic paving constructed as specified.
Measurement shall be made of the actual surface area of the asphaltic paving constructed
as specified.
Payment shall be made at the unit price bid per square yard of asphaltic paving
constructed as specified. The unit price bid shall be full compensation for all work,
including all flexible pavement removal,salvage, hauling and disposal; to consist of hot
mix asphaltic concrete surface and base removal; to include furnishing and placing new
3 -sack cement stabilized caliche base, 1 %z" TxDOT Type "C" hot mix asphaltic concrete
surface with 3% latex and 1% hydrated lime, prime coat, tack coat, and a 1:2 dilute
emulsion at the rate of 0.10 gallons of diluted emulsion per square yard; all necessary
earthwork and subgrade preparation, including hauling and delivering, spreading, mixing,
blading, sprinkling, compacting, rolling, hauling and placing all materials, sawcutting
existing pavement, wasting all excess materials at a site suitable for dumping of this type
waste materials and all manipulations, labor, tools, equipment and other incidentals
necessary to complete the work as specified.
ITEM # 11 - ASPHALT PAVING (61' CALICHE BASE AND 11/2"
HOT MIX ASPHALTIC CONCRETE SURFACE)
This item shall govern for all asphaltic paving constructed as specified.
Measurement shall be made of the actual surface area of the asphaltic paving constructed
as specified.
Payment shall be made at the unit price bid per square yard of asphaltic paving
constructed as specified. The unit price bid shall be full compensation for all work,
including all flexible pavement removal,salvage, hauling and disposal; to consist of hot
mix asphaltic concrete surface and base removal; to include furnishing and placing new
6" caliche base, 1'/z" TxDOT Type "C" hot mix asphaltic concrete surface with 3% latex
and 1 % hydrated lime, prime coat, tack coat, and a 1:2 dilute emulsion at the rate of 0.10
gallons of diluted emulsion per square yard; all necessary earthwork and subgrade
preparation, including hauling and delivering, spreading, mixing, blading, sprinkling,
compacting, rolling, hauling and placing all materials, sawcutting existing pavement,
wasting all excess materials at a site suitable for dumping of this type waste materials and
all manipulations, labor, tools, equipment and other incidentals necessary to complete the
work as specified.
ITEM # 12 - ASPHALT PAVING TIE ( HOT MIX ASPHALTIC
CONCRETE SURFACE)
This item shall govern for all asphaltic paving surface removal and replacement as
specified.
Measurement shall be made of the actual surface area of asphaltic paving surface repaired
as specified.
Payment shall be made at the unit price bid per square yard of asphaltic paving surface
repaired as specified. The unit price bid shall be full compensation for all work, including
all flexible pavement removal,salvage, hauling and disposal; to consist of hot mix
asphaltic concrete surface removal; to include furnishing and placing 1'/s" TxDOT Type
"C" hot mix asphaltic concrete surface with 3% latex and 1% hydrated lime, prime coat,
tack coat, and a 1:2 dilute emulsion at the rate of 0.10 gallons of diluted emulsion per
square yard; all necessary earthwork and subgrade preparation, including hauling and
delivering, spreading, mixing, blading, sprinkling, compacting, rolling, hauling and
placing all materials, sawcutting existing pavement, wasting all excess materials at a site
suitable for dumping of this type waste materials and all manipulations, labor, tools,
equipment and other incidentals necessary to complete the work as specified.
ITEM # 13 - 24" CLASS III REINFORCED CONCRETE STORM
SEWER PIPE (0'-6' CUT TO FLOWLINE))
This item shall govern for all twenty four inch (24") Class III reinforced concrete storm
sewer pipe installed at the depth as specified.
Measurement shall be made by the linear foot measured between the ends of the pipe
barrel along the flowline exclusive of premanufactured pipe bends and end treatments.
Payment shall be made at the unit price bid per linear foot of twenty four inch (24") Class
III storm sewer pipe installed and backfilled as specified.
The unit price bid shall be full compensation for all excavation, supplying and placement
of embedment and specified backfill, tamping, wetting, loading, hauling, removal and
disposal of all excess excavated material and backfill outside the special flood hazard
area, removing and disposing of all obstructions as become necessary; for furnishing and
installing all materials, including jointing of pipe and ties to existing storm sewer pipe,
appurtenances or structures; and for all manipulations, labor, tools, equipment and
incidentals necessary for the completion of the work as specified.
�.
ITEM # 14 - 24" CLASS III REINFORCED CONCRETE STORM
SEWER PIPE (6'-8' CUT TO FLOWLINE)
This item shall govern for all twenty four inch (24") Class III reinforced concrete storm
sewer pipe installed at the depth as specified.
Measurement shall be made by the linear foot measured between the ends of the pipe
barrel along the flowline exclusive of premanufactured pipe bends and end treatments.
Payment shall be made at the unit price bid per linear foot of twenty four inch (24") Class
III storm sewer pipe installed and backfilled as specified.
The unit price bid shall be full compensation for all excavation, supplying and placement
of embedment and specified backfill, tamping, wetting, loading, hauling, removal and
�.,
disposal of all excess excavated material and backfill outside the special flood hazard
area, removing and disposing of all obstructions as become necessary; for furnishing and
installing all materials, including jointing of pipe and ties to existing storm sewer pipe,
appurtenances or structures; and for all manipulations, labor, tools, equipment and
incidentals necessary for the completion of the work as specified.
ITEM # 15 - 24" CLASS IV REINFORCED CONCRETE STORM
SEWER PIPE (0'-4' CUT TO FLOWLINE)
r
This item shall govern for all twenty four inch (24") Class IV reinforced concrete storm
sewer pipe installed at the depth as specified.
Measurement shall be made by the linear foot measured between the ends of the pipe
barrel along the flowline exclusive of premanufactured pipe bends and end treatments.
Payment shall be made at the unit price bid per linear foot of twenty four inch (24") Class
IV storm sewer pipe installed and backfilled as specified.
The unit price bid shall be full compensation for all excavation, supplying and placement
of embedment and specified backfill, tamping, wetting, loading, hauling, removal and
disposal of all excess excavated material and backfill outside the special flood hazard
area, removing and disposing of all obstructions as become necessary; for furnishing and
installing all materials, including jointing of pipe and ties to existing storm sewer pipe,
appurtenances or structures; and for all manipulations, labor, tools, equipment and
incidentals necessary for the completion of the work as specified.
ITEM # 16 - 24" CLASS IV REINFORCED CONCRETE STORM
SEWER PIPE (4'-6' CUT TO FLOWLINE)
This item shall govern for all twenty four inch (24") Class IV reinforced concrete storm
sewer pipe installed at the depth as specified.
Measurement shall be made by the linear foot measured between the ends of the pipe
barrel along the flowline exclusive of premanufactured pipe bends and end treatments.
Payment shall be made at the unit price bid per linear foot of twenty four inch (24") Class
IV storm sewer pipe installed and backfilled as specified.
The unit price bid shall be full compensation for all excavation, supplying and placement
of embedment and specified backfill, tamping, wetting, loading, hauling, removal and
disposal of all excess excavated material and backfill outside the special flood hazard
area, removing and disposing of all obstructions as become necessary; for furnishing and
installing all materials, including jointing of pipe and ties to existing storm sewer pipe,
appurtenances or structures; and for all manipulations, labor, tools, equipment and
incidentals necessary for the completion of the work as specified.
ITEM # 17 - REINFORCED CONCRETE STORM SEWER INLET
BOX (4' CURB OPENING)
This item shall govern for all reinforced concrete storm sewer curb inlet boxes with a 4'
curb opening and constructed as specified.
Measurement shall be made per each complete curb inlet box.
Payment shall be made at the unit price bid per each curb inlet box constructed and
backfilled or installed and backfilled as specified. The Contractor is to bid precast or cast
in place concrete inlet boxes and specify type bid on bid proposal.
The unit price bid shall be full compensation for all excavation, supplying and placement
of embedment and backfill, tamping, wetting, loading, hauling, removal and disposal of
all excess excavated material and backfill at a site suitable for disposal of this type waste
materials, removing and disposing of all obstructions as become necessary; for furnishing
and installing all materials including tieing to appurtenances or structures; and for all
r
manipulations, labor, tools, equipment and incidentals necessary for the completion of the
work as specified.
ITEM # 18 - REINFORCED CONCRETE STORM SEWER INLET
BOX (6' CURB OPENING)
This item shall govern for all reinforced concrete storm sewer curb inlet boxes with a 6'
curb opening and constructed as specified.
Measurement shall be made per each complete curb inlet box.
Payment shall be made at the unit price bid per each curb inlet box constructed and
backfilled or installed and backfilled as specified. The Contractor is to bid precast or cast
in place concrete inlet boxes and specify type bid on bid proposal.
The unit price bid shall be full compensation for all excavation; supplying and placement
of embedment and backfill, tamping, wetting, loading, hauling, removal and disposal of
all'excess excavated material and backfill at a site suitable for disposal of this type waste
materials, removing and disposing of all obstructions as become necessary; for furnishing
and installing all materials including tieing to appurtenances or structures; and for all
manipulations, labor, tools, equipment and incidentals necessary for the completion of the
work as specified.
ITEM # 19 - TxDOT TYPE "B" REINFORCED CONCRETE
HEADWALL
This item shall govern for the construction, furnishing and placing of headwalls as
specified and at the location(s) shown.
Measurement shall be made per each and will include the toewall and the apron; and for
precast units, the curb.
Payment shall be made at the unit price bid per each headwall and wingwalls constructed
! and backfilled or installed and backfilled as specified. The Contractor is to bid precast or
cast in place concrete headwall and wingwalls and specify type bid on bid proposal.
�— The unit price bid shall be full compensation for all excavation, supplying and placement
of embedment and backfill, tamping, wetting, loading, hauling, removal and disposal of
all excess excavated material and backfill at a site suitable for disposal of this type waste
materials, removing and disposing of all obstructions as
become necessary; for furnishing and installing all materials including tieing to
appurtenances or structures; and for all manipulations, labor, tools, equipment and
incidentals necessary for the completion of the work as specified.
ITEM # 20 - 3 SACK CEMENT STABILIZED BACKFILL
This item shall govern for all pipe trench backfill to pavement subgrade elevation and to
extend to the face of each curb on 82nd Street.
Measurement shall be made per cubic yard for the volume specified exclusive of the
volume of the pipe.
Payment shall be made at the unit price bid per cubic yard for 3 sack cement stabilized
backfill furnished and installed as specified.
The unit price bid shall be full compensation for all supplying and placement of backfill,
tamping, wetting, compaction, loading, hauling, removal and disposal of all excess
backfill outside the special flood hazard area, removing and disposing of all obstructions
as become necessary; for furnishing and installing all materials, removal of all formwork;
and for all manipulations, labor, tools, equipment and incidentals necessary for the
completion of the work as specified.
ITEM # 21 - TRAFFIC MARKINGS
This item shall govern for all four inch (4") permanent pavement markings as specified.
Measurement shall be made lump sum of four inch (4") permanent pavement markings
installed as specified.
Payment shall be made at the unit price bid per lump sum of four inch (4") permanent
pavement markings installed as specified: The unit price bid shall be full compensation
for furnishing and installing all materials needed for pavement marking, including paving
repair as necessary; for all manipulations, labor, tools, equipment and incidentals
necessary to complete the work as specified.
ITEM # 22 - TRAFFIC CONTROL PLAN
This item shall govern for providing, installing, moving, replacing, maintaining, cleaning
and removing upon completion of work all traffic control devices and for handling traffic
as indicated on the plans or as required by the Engineer.
Measurement shall be made on the lump sum basis.
Payment of this item shall be made at the unit price bid per lump sum and paid
proportionally throughout the expected length of the project as applicable; with the
balance to be paid at the end of the construction project should the construction period
end prior to the expected project length.
The unit price as bid shall be full compensation for all signalization, including loading,
hauling, placing and maintaining all barricades, cones, signs, pavement markings,
delineators, lights, flags, drums and other signalization devices as required; including all
manipulations, labor, tools, equipment and other incidentals as necessary to complete the
the work as specified.
r
7
ITEM # 23 - TRENCH SAFETY
This item shall consist of the minimum requirements for trench protection work and is
not intended to limit the scope of the Contractor's safety program. All trench protection
work shall conform to the requirements set forth in the 1990 Occupational Safety and
Health Administration (OSHA) regulations.
Measurement shall be made per linear foot of storm sewer pipe installed at a depth
requiring trench protection as determined by OSHA. Payment shall be made at the unit
price bid per linear foot of storm sewer pipe installed at a depth requiring trench
protection as determined by OSHA. The unit price bid shall be full compensation for all
trench safety work required by OSHA and/or other governing organizations.
KINGS PARK DRAINAGE IPMROVEMENTS
ITEM # 24 - 4" CONCRETE RIPRAP
This item shall govern for all 4" concrete riprap constructed as specified.
Measurement shall be made of the actual surface area of four inch (4") concrete riprap
constructed as specified.
Payment shall be made at the unit price bid per square yard of four inch (4") concrete
riprap as specified. The unit price bid shall be full compensation for all subgrade
preparation, including furnishing and installing a one inch (1 ") sand cushion on the
finished subgrade, labor, materials, jointing and equipment required for concrete and
concrete installation, backfilling, loading, hauling and disposal of all excess materiaTs at a
suitable site for dumping of this type waste materials including all incidentals necessary
for completion of the work as specified.
This item shall govern for all 4" concrete riprap constructed as specified.
ITEM # 25 - 6" CONCRETE DRAINAGE CHANNEL
This item shall govern for all 6" concrete slabs constructed as specified.
` Measurement shall be made of the actual surface area of the six inch (6") concrete slabs
,., constructed as specified.
Payment shall be made at the unit price bid per square yard of six inch (6") concrete slabs
constructed as specified. The unit price bid shall be full compensation for all subgrade
preparation; including furnishing and installing a one inch (1") sand cushion on the
finished subgrade; applying all water required for finishing; loading, unloading, storing,
hauling and handling all concrete ingredients, including six inches (6") of Class "C"
concrete as specified, including all freight and royalty; for mixing, placing, forming,
furnishing and cleaning all concrete; for furnishing and placing all reinforcement; for
furnishing and installing all steel wire and devices; for placing, holding and supporting
the steel bars; for furnishing and installing all steel dowel rods; for furnishing and
installing all expansion joint material; for furnishing and installing all curing compounds;
including loading, hauling and disposal of all excess materials at a suitable site for
dumping of waste materials; including all manipulations, labor, equipment, appliances,
tools, traffic -provisions, barricades, flagmen and other incidentals necessary for
completion of the work as specified.
CASEY PARK DRAINAGE IMPROVEMENTS
ITEM #26 - CONCRETE CHANNEL FLATWORK (VARIABLE
THICKNESS)
This item shall govern for all reinforced concrete slabs of variable thickness from five
inches (5") to seven and one-half inches (7.5") constructed as specified. Measurement
shall be made of the actual surface area of the reinforced concrete slabs constructed as
specified. Payment shall be made at the unit price bid per square yard of reinforced
concrete slabs constructed as specified. The unit bid price shall be full compensation for
all excavation as shown on the plans; subgrade preparation; applying all water required
for finishing; loading, unloading, storing, hauling and handling all concrete ingredients,
including the variable thickness of five inches (5") to seven and one-half inches (7.5") of
Class "C" concrete as specified, including all freight and royalty; for mixing, placing,
forming, furnishing and cleaning all concrete; for furnishing and placing all
reinforcement; for furnishing and installing all steel wire and devices; for placing,
holding and supporting the steel bars; for furnishing and installing all steel dowel rods;
for furnishing and installing all expansion joint material; for furnishing and installing all
curing compounds; including loading, hauling and disposal of all excess materials at a
suitable site for dumping of waste materials; including all manipulations, labor,
equipment, appliances, tools, traffic provisions, barricades, flagmen and other incidentals
necessary for completion of the work as specified.
ITEM #27 - REMOVE CONCRETE STRUCTURES
This item shall govern the removal of concrete structures of various sizes and thickness as
shown on the plans. Measurement shall be made for each structure removed and ,
disposed of properly. Payment shall be made for each structure removed and disposed of
in a proper location. The unit bid price shall be full compensation for all specified
concrete structure removal; including loading, hauling, sawcutting, disposal at a site
suitable for dumping this type waste material, manipulations, labor, tools, equipment and
incidentals necessary for the completion of the work as specified.
r ITEM #28 -REINFORCED CONCRETE WINGWALLS
This item shall govern for the construction, furnishing and placing of wingwalls as
specified and at the location(s) shown on the plans. Measurement shall be made per each
and will include the connections made to the existing headwalls and to the concrete
channel. Payment shall be made at the unit price bid per each wingwall constructed and
backfilled or installed and backfilled as specified. The unit price bid shall be full
compensation for all excavation, supplying and placement of embedment and backfill,
tamping, wetting, loading, hauling, removal and disposal of all excess excavated material
and backfill at a site suitable for disposal of this type waste materials, removing and
disposing of all obstructions as become necessary; for furnishing and installing all
materials including reinforcing steel as required; doweling into existing headwalls; and
for all manipulations, labor, tools, equipment and incidentals necessary for the
completion of the work as specified.
ITEM #29 - TILLING AND SOD REPLACEMENT
This item shall govern the removal and replacement of sod located within Casey Park.
Measurement shall be made per square yard as placed on the new slopes along the
drainage channel as shown on the plans. Payment shall be made per square yard, or
fraction thereof, completed and accepted. The unit bid price shall be full compensation
for all materials, labor, tools, equipment, and incidentals necessary for the tilling,
watering, and reseeding of sod as shown on the plans. The unit bid price will also be full
compensation for the materials, labor, tools, equipment, and incidentals necessary for
maintenance of the reseeded area until such time that the area has been completed and
accepted as described herein.
r
6
a
SPECIAL CONDITIONS
SPECIAL CONDITIONS
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
C Contract unless it is expressly provided otherwise.
If applicable unit prices are contained in the agreement,
established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices, the Local Public Agency
may order the Contractor to proceed with desired additions to
the work as a result of supplementary projects, the value of
such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the
Contract; provided that in case of a unit price contract the
net value of all additions does not increase or decrease the
original total bid contract amount shown in the Agreement by
more than twenty-five percent (25`s).
Except for the purpose of affording protection against any
emergency endangering health, life, limb or property, the
Contractor shall make no change in the materials used or in
the specified manner or construction and/or installing the
improvements or supply additional labor, services or
materials beyond that actually required for the execution of
the Contract, unless in pursuance of a written order from the
Local Public Agency authorizing the Contractor to proceed
with the change. No claim for an adjustment of the contract
price will be valid unless so ordered.
If the Contractor proposes to incorporate "Fast Track''
concrete construction into the project, he will be required
to demonstrate his ability to successfully perform such
construction. Documentation of the Contractor's successful
experience with "Fast Track'' concrete pavement or similar
construction shall be provided by the Contractor. No such
work shall be permitted until required documentation is
provided and verified by the City Engineer.
SC -2
5.
M
The successful General Contractor and all
successfulSubcontractors which are involved with any aspect
of this contract project shall attend the project
PRE -CONSTRUCTION CONFERENCE.
The Superintendent and/or his assistants will not be allowed
to serve two (2) or more functions simultaneously, such as
operating machinery and acting as Superintendent at the same
time. The Superintendent must be free of individual
responsibilities to enable him to give the entire project his
constant attention to facilitate the progress thereof.
The construction covered by these contract documents and
plans shall be fully completed within one hundred (100)
working days from the date specified in the Notice to Proceed
issued by the City of Lubbock Engineering Department to the
successful bidder or the date specified in the written
approval to begin construction at an earlier date, whichever
comes first.
The Contractor shall do all such work as may be necessary to
maintain detours and facilities for safe public travel. The
Contractor shall maintain in passable condition such
temporary roads and structures as may be deemed necessary by
the Engineer to accommodate public travel. Temporary
approaches and crossings of intersecting highways shall be
provided and maintained in a safe and passable condition at
all times, as determined by the Engineer, at the Contractor's
entire expense.
The safety of the public and the convenience of traffic shall
be regarded as of prime importance. It shall be the sole
responsibility of the Contractor to provide for ingress and
egress to private property at all times. Ingress and egress
SC -3
At night or at other times, all equipment not in use shall be
stored in such manner and at such locations as not to
interfere with the safe passage of traffic. The Contractor
shall provide and maintain flaggers at such points and for
such periods of time as may be required to provide for the
safety and convenience of the public and of the Contractor's
personnel, as directed by the Engineer. Flaggers shall be
English speaking, courteous, well informed, physically and
mentally able to effectively perform their duties in
safeguarding and directing traffic and protecting the work,
and shall be neatly attired and groomed at all times when on
duty. When directing vehicular and/or pedestrian traffic,
flaggers shall use standard attire, flags and signals and
follow the flagging procedures set forth in the Texas Manual
on Uniform Traffic Control Devices for Streets and Highways.
\ \ \ it ► • • U \ U 1 . • \
The Contractor shall have the sole responsibility for
providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all
barricades, warning signs, barriers, drums, cones, lights,
signals and other such type devices for handling traffic
control as indicated in the plans or as directed by the
Engineer. All barricades, warning signs, barriers, flares,
cones, lights, signals and other such type devices shall
conform to details shown on the plans and as directed by the
Texas Manual on Uniform Traffic Control Devices. At the time
of the initial setup of the traffic control plan or at the
time of major phase changes, one hundred percent (100°x) of
each traffic control device shall be classified as
"acceptable '' according to the American Traffic Safety
Services Association in the manual titled "Quality Standards
for Work Zone Traffic Control Devices''. Throughout the
SC -4
to private property shall be provided as specified in the
plans or directed by the Engineer.
r
The Contractor shall plan and execute his operations in a
manner.that will cause minimum interference with traffic.
The Contractor shall secure written approval from the City
Traffic Engineer and Project Engineer of his proposed plan of
r"
operation, sequence of work and methods of providing for the
safe passage of traffic before the Contractor begins any
operations. If at any time during construction the approved
�-
plan does not accomplish the intended purpose, due to weather
or other conditions affecting the safe handling of traffic,
the Contractor shall immediately make necessary changes
PM
therein to correct the unsatisfactory conditions.
At night or at other times, all equipment not in use shall be
stored in such manner and at such locations as not to
interfere with the safe passage of traffic. The Contractor
shall provide and maintain flaggers at such points and for
such periods of time as may be required to provide for the
safety and convenience of the public and of the Contractor's
personnel, as directed by the Engineer. Flaggers shall be
English speaking, courteous, well informed, physically and
mentally able to effectively perform their duties in
safeguarding and directing traffic and protecting the work,
and shall be neatly attired and groomed at all times when on
duty. When directing vehicular and/or pedestrian traffic,
flaggers shall use standard attire, flags and signals and
follow the flagging procedures set forth in the Texas Manual
on Uniform Traffic Control Devices for Streets and Highways.
\ \ \ it ► • • U \ U 1 . • \
The Contractor shall have the sole responsibility for
providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all
barricades, warning signs, barriers, drums, cones, lights,
signals and other such type devices for handling traffic
control as indicated in the plans or as directed by the
Engineer. All barricades, warning signs, barriers, flares,
cones, lights, signals and other such type devices shall
conform to details shown on the plans and as directed by the
Texas Manual on Uniform Traffic Control Devices. At the time
of the initial setup of the traffic control plan or at the
time of major phase changes, one hundred percent (100°x) of
each traffic control device shall be classified as
"acceptable '' according to the American Traffic Safety
Services Association in the manual titled "Quality Standards
for Work Zone Traffic Control Devices''. Throughout the
SC -4
duration of the project, the number of acceptable devices may
decrease to seventy five percent (75t) of the initial
quantity, as a result of damage and/or deterioration during
the course of the work. Unacceptable devices or situations
that are found on the jobsite shall be replaced immediately
or the situation corrected immediately as directed by the
Engineer. Any situation where there are more than two (2)
adjacent channelizing devices missing or substantially out of
alignment will cause an unacceptable situation. BARRICADES,
WARNING SIGNS, BARRIERS, AND SUCH TYPE DEVICES SHALL HAVE
FLASHING (WARNING) LIGHTS ATTACHED AND FUNCTIONING PROPERLY
IN ACCORDANCE WITH THE MANUAL OF UNIFORM TRAFFIC CONTROL
DEVICES. Pavement tape, paint or raised pavement markers will
be unacceptable if more than ten percent (10%) or fifty
continuous feet (50') of solid line is missing.
The Contractor shall retain full responsibility to comply
with the requirements of the Texas Manual of Uniform Traffic
Control Devices.
The Contractor shall provide special signs not covered by the
contract documents or plans as needed to protect the
traveling public against special conditions or hazards,
provided however, that such signs are first approved by the
Engineer.
Upon completion of the work, all barricades, warning signs,
barriers, drums, cones, lights, flares, signals and other
such type devices and evidence thereof shall be removed by
the Contractor.
All advance signing and all barricading shall be in place
before construction operations are begun and during the
entire time construction operations are in progress.
Obstructions or hazards at the workplace shall be clearly
marked and delineated at all times.
All holes, trenches or other hazardous areas shall be
adequately protected by barricades, lights or other
protective devices. Trenches shall be covered or protected
with an orange plastic construction fence of height and
gage thickness as approved by the Engineer.
If pedestrian walkways are blocked, pedestrian control shall
conform to "Typical Sidewalk and Curb -Lane Closure for
Pedestrian Control- as directed by Figure 6-4.1, Texas
Manual of Uniform Traffic Control Devices.
The Texas Manual of Uniform Traffic Control Devices shall be
followed in all cases.
SC -5
a
r�
8. PROSECUTION OF WORK
�r^
In areas of hot mix paving, not more than three (3) calendar
days
I
shall elapse between the time subgrade preparation is
`
begun and the time of spreading and compaction of the
flexible base material without approval of the Engineer.
j�
In areas.of portland cement concrete paving, not more than
five (5) calendar days shall elapse between the time
subgrade preparation is begun and the portland cement
concrete paving is poured, joints sawed, and the surface
finished without approval of the Engineer.
t
l
At no time during the period of construction shall driveways
and/or alleys be left impassable between the night hours of
6:00 p.m. to 6:00 a.m., except during paving, curb and
gutter, driveway and/or alley reconstruction.
The Contractor is responsible for all communications with
adjacent property owners during construction, especially if
the project may limit or deny access to their properties.
The Contractor shall maintain continual access to adjacent
properties. Complete denial of access to an adjacent property
will only be considered by the Engineer if the adjacent
property owner is agreeable to such denied access.
No free water will be supplied by the City of Lubbock for
this project.
No fire hydrant connection except the standard City of
Lubbock fire hydrant connection shall be used. This
connection shall be furnished by the Water Department and
will be picked up by the Contractor at the Water Meter and
Customer Service Department located at 600 Municipal Drive
after he has received a permit and has made a deposit on the
meter, valve and fittings. The permit will be valid only for
the length of each project. The Contractor securing the
permit will be responsible for the above equipment. If
repairs on any of the equipment are required when they are
returned by the Contractor due to misuse, freezing, vandalism
or other damage not the fault of the equipment, the
Contractor securing the permit will be billed for the repair.
Should the meter, valve or fittings be stolen, the Contractor
securing the permit will be billed for the replacement value.
SC -6
If a connection is made on a faulty hydrant, a report of the
faulty hydrant shall be made to the Water Meter and Customer
Service Department (775-2604).
The loading rack shall be equipped with a valve which will be
pad -locked at all times except when the Contractor's truck is
loading. The valve on the loading rack shall be used by the
Contractor and at no time will the Contractor use the fire
hydrant valve. The padlock on the rack valve shall be
furnished by the Contractor. The Contractor shall not use
any fire hydrants for water loading unless there is an
authorized rack and meter on the fire hydrant.
Should a violation of the use of the fire hydrant be
observed, the Contractor will be notified of the violation.
Should the Contractor not comply immediately in correcting
the violation, the City of Lubbock will terminate the permit.
Should the fire hydrant receive damage during use due to the
Contractor's employee or equipment, the Contractor shall
repair the damage or pay to have it repaired to as good a
condition as it was prior to its use by the Contractor and
also to the satisfaction of the Director of Water Utilities.
Should pavement or curb and gutter in the vicinty of a fire
hydrant be damaged during the use of the fire hydrant, or if
the pavement or curb and gutter fails due to the use of the
fire hydrant, either while the fire hydrant is in use or
after it is in use, the Contractor shall replace the damaged
pavement or curb and gutter to the satisfaction of the
Engineer.
Meters shall be returned at the end of this project and the
Contractor will be billed for the water used. After the
billing for water consumption and meter and valve repairs
have been paid, the City of Lubbock Water Department will
refund the balance of the deposit, if any,
A. The Contractor will need special permission to be
permitted to work on weekends or legal holidays and shall
do no work on any contract item before daylight or later
than one hour after sundown, except as directed and
approved by the -Engineer. No work will be allowed between
December 1st and January 1st unless approved by the
Engineer.
SC -7
t
r'
i B. No work will be allowed by the Contractor on Lakeridge
Country Club property until October 1,1998.
C. All contract work across and in 82nd Street must be
complete by November 1, 1998.
D. A 1:2 dilute treatment of MS -1 emulsified asphalt and
water or SS -1 emulsified asphalt and water
at a rate of one-tenth (0.10) gallon of diluted mixture
per square yard of surface will be applied to the
asphaltic concrete surface within ten (10) days of the
placement of the asphaltic concrete surface.
E. Temperature Requirements;. The temperature readings
to be used for construction activities will be determined
by the Engineer. The temperature will be taken on the
jobsite by the City Representative or he will elect to use
the temperature as reported by the National Weather
Service on an hourly report (local NWS telephone number is
762-0141).
(A) HMAC —November 1st until April 1st
1. The asphaltic mixture shall not be placed
�^ when the air temperature is below 55°F (13° C)
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 50°F (100i C) and
rising.
(B) HMAC - April 1st till November lst
1. The asphaltic mixture shall not be plaited
when the air temperature is below 500F� (10° C).
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 45°F (70) and
rising.
i
(C) Asphalt Stabilized Base
1. The asphaltic mixture shall not be placed
when the air temperature is below 450 (7° C)and
falling.
i
2. The asphaltic mixture may be placed when the
air temperature is above 40° F (4° C) and rising.
SC -8
The Engineer may use his discretion to require a cover
over the asphaltic mixture when being hauled from the
lant to the job site.
P
(D) Portland Cement Concrete
1. The portland cement concrete may not be placed
until the air temperature is at least 35° F (2° C).
See City of Lubbock Details of Construction for
additional restrictions.
F. Unless otherwise approved by the Engineer, the minimum
temperature of asphalt materials immediately after
placement by the laydown machine will be 300° F (1490 C)
for asphaltic concrete surface and 275° F (135° C) for
asphalt stabilized base.
G. Standby rollers shall be located at the job site for
immediate use if needed.
H. Proof rolling will be required on subgrade, caliche base,
black base, embankment or surface. After rain showers or
nuisance water discharge, if deemed necessary by the
Engineer, each item that was approved will be re -rolled.
The proof rolling will be performed using a self-propelled
twenty five (25) ton pneumatic roller with certified
weight certificate.
I. Preliminary approval,,by the Engineer, of aggregate at the
pit and crusher location shall be required, prior to
delivery to the plant. Final approval of the stockpile
material, at the hot mix plant or concrete plant, or
stockpile locations will be required by the Engineer,
after which no additional aggregate will be added to the
approved stockpile prior to entering the mixing plant.
J. During the period of construction the Contractor will not
use private driveways for turning or parking his
equipment. Any damage to sidewalks, driveways, slabs, curb
and gutter or any miscellaneous concrete structure or
paving surface will be replaced at the Contractor's
expense.
K. Before any portion of,any street is closed to traffic the
Contractor shall be required to have a sufficient quantity
and the correct type of equipment on the jobsite to
adequately start and complete the construction. At no time
shall any section of the closed area be left more than
three (3) calendar days without some type of work being
performed. If there is a shortage of equipment required to
SC -9
Ph"
sufficiently work on all areas of the closed section then
the Contractor shall immediately provide additional
equipment as necessary at his expense.
It is the intent of these requirements to construct the
improvements listed in this contract with the least
inconvenience to the property owners and the traveling
public, and to construct the improvements in the least
possible amount of time.
The Contractor shall familiarize himself with the existing
obstructions including sidewalks, trees, poles, etc., prior
to construction. It shall be the Contractor's responsibility
to remove these obstructions at the direction of the Engineer
except that the utility companies will move their equipment
at no cost to the Contractor. The Contractor will receive no
compensation for any delay caused by the Utility Companies in
relocating or removing their equipment.
The Contractor will bear the cost of all material tests on
hot mix design and concrete design. The City of Lubbock shall
bear the cost on tests during construction such as density on
caliche base, gradation on concrete and paving aggregates and
density and asphalt extraction tests on hot -mix and black
base.
(A) Caliche Bast -
Before caliche base materials can be used on any public
right of way, independent laboratory test reports not
older than forty five (45) days shall be submitted to the
Engineer for approval. New test reports shall be required
every forty five (45) days or as required by the Engineer
before this material can be used on City of Lubbock
contract projects. During the construction period, tests
which fail will require re -testing by the City of Lubbock
Lab at the contractor's expense.
SC -10
(B) Cnnn-rptp Mix De i
• - - .• ••
The Contractor or concrete supplier shall submit a mix
design on the crushed stone and gravel no less than
twenty (20) days prior to beginning the concrete
operation for approval by the Engineer.
Contractors or Concrete Suppliers that supply
concrete for any contract, new subdivision construction,
street or alley use permits will be required
to submit to the City Engineer a concrete mix
design at least every forty-five (45)
days for approval. Any contractor or concrete.
supplier that does not have a current mix design
on file with the City Engineer will not be
permitted to furnish concrete for any project within
the City of Lubbock limits until a mix design is
received.
The City of Lubbock Testing Laboratory will make
test cylinders and/ or beams during the construction
period. When test cylinders or beams fail to meet the
required strength at the 7 days or 28 days break, the
concrete in question will be cored by the City of Lubbock
Testing Laboratory within three (3) days after the 7 days
or 28 days break. If the core samples fail to meet the
required strength, the concrete will be rejected and
removed. The cost of coring concrete that fails on the
core test(s) will be charged to the Contractor or
Concrete Supplier. After the mix design is submitted and
approved by the Engineer, no changes in the design
or materials will be permitted without written approval
of the Engineer.
(C) Cement
n
A certified mill test on each car or transport shall be
required.
(D) Asphalt
A certified laboratory test shall be required onall
liquid asphalt.
(E) D -n.i y Tp -qt' -(F;)
The City of Lubbock Testing. Laboratory shall provide
density tests on the base or subgrade. The City of
Lubbock Testing Laboratory will be the final authority on
all tests.
SC -11
�► •:
The Contractor shall not award any work to any Subcontractor
without prior written approval of the Owner, which approval
will not be given until the Contractor submits to the Owner a
written statement concerning the proposed award to the
1^ Subcontractor, which statement shall contain any and all such
information as the Owner may require.
The Contractor shall be as fully responsible to the Owner for
the acts and omissions of his Subcontractors, and of persons
either directly or indirectly employed by them, as he is for
the acts and omissions of persons directly employed by him.
The Contractor shall cause appropriate provisions to be
inserted in all subcontracts relative to the work to bind
Subcontractors to the Contractor by the terms of the General
Conditions and other contract documents insofar as applicable
to the work of Subcontractors and to give the Contractor the
same power as to regard terminating any subcontract that the
Owner may exercise over the Contractor under any provision of
the contract documents.
Nothing contained in this contract shall create any,
contractual relation between any Subcontractor and the Owner
and said Subcontractor will look exclusively to the
Contractor for any payments due the Subcontractor.
All Subcontractors shall have at least 1 (one) copy of all
plans, cut sheets, specifications and other project contract
documents and drawings on the jobsite at all times.
1 � k, I wRICRUM►
The Contractor's attention is directed to the fact that
pipelines and other underground installations as may be shown
on the plans have been taken from the best available
information. There may be other pipelines or installations.
The Contractor shall save harmless the City from any and all'
suits or claims resulting from damage by his operations to
any pipeline or underground installation.
The Contractor is responsible for contacting all utilities
prior to construction, for location of all utility lines and
facilities.
It is the Contractor's responsibility, during the period of
street construction, to insure that all utility cuts in the
limits of street construction have been properly backfilled,
compacted and the top six inches (611) backfilled with 3 -sack
concrete. It is not the intent to require the Contractor to
SC -12
t, ;
provide for the utility cut repair but for the individual
utility company making the cut to provide their own repairs.
In the case of a City of Lubbock underground installation,
the Contractor may be required, at the Engineer's option, to
repair the cut with 3 -sack cement stabilized caliche at the
unit price bid.
Construction work under this contract requiring an inspector
will not be performed on weekends or holidays unless at least
one of the following conditions exist:
(A) The project being constructed is essential to
the City of Lubbock's ability to provide the
necessary services to its citizens.
(B) Delays in construction are due to factors
outside the control of the Contractor. The
Contractor is approaching the penalty provi-
sions of the contract and the Contractor can
show he has made a diligent effort to
complete the contract within the allotted time.
Before construction work requiring an inspector is to be
performed on weekends or holidays, the Contractor shall
notify the Owner's Representative not less than three (3)
full working days prior to the weekend or holiday he desires
to perform work and obtain written permission from the
Owner's Representative to do such work. The final decision
on whether to allow construction work requiring an inspector
on weekends or holidays shall be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the
site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life,
the Contractor shall immediately commence work regardless of
the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to
property or life.
No work will he allowed owed from Decamber 18t through JanuaryI st
unless approved by the ngineer.
SC -13
i,
re
16 . PAR T T AT . 'PAYMRNT
On or before the tenth (10th) day of each month, the
{� Contractor shall submit to the Owner's Representative an
application for partial payment. The Owner's Representative
shall review said application for partial payment and the
•" progress of the work made by the Contractor and if found to
be in order shall prepare a certificate for partial payment
showing as completely as practical the total value of the
.- work done by the Contractor up to and including the last day
of the preceding month. The Owner shall pay the Contractor on
or before the fifteenth (15th) day of the current month the
total amount of the work done the preceeding month less five
percent (516) of the amount thereof which shall be retained
until final payment, and further, under the terms of this
agreement.
Neither the final payment nor certificate nor any provision
in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he
shall remedy defects due thereto and pay for any damage to
other work resulting therefrom, which shall appear within a
period of one (1) year from date of the final completion of
the project. The Owner or the Owner's Representative shall
give written notice of observed defects with reasonable
promptness.
Ii ► o) -aram is 16 u I Zworol.-Wwwou a DU•►
The project completion will be based on working days allowed
instead of calendar days allowed.
Any places in these documents referring to the number of
calendar days to complete the project are hereby revised and
termed the number of workina days to complete the project.
A working day is defined as a calendar day, not including
Saturdays, Sundays, or designated City of Lubbock holidays,
in which weather or other conditions not under the control of
the Contractor will permit the performance of the principal
unit of work underway for a continuous period of not less
than seven (7) hours between 7:00 a.m. and 6:00 p.m. For each
Saturday or designated City of Lubbock holiday on which the
Contractor chooses to work and has the proper authorization
to work, one (1) day will be charged against the contract
SC -14
r
working time when weather conditions will permit at least
seven (7) hours of work as delineated above. Work on Sunday
will not be permitted except in cases of extreme emergency.
If Sunday work is permitted, working time will be charged on
the same basis as week days.
The Contractor shall complete the work within the number of
working days stated in these documents. For the purpose of
computation, working days will be considered to begin on the
effective date stated in the "Notice to Proceed"
unless the Contractor is not allowed to begin work on
that date due to factors beyond his control as determined by
the Engineer. In that event, time charged against the project
will begin on the date the Contractor could first work a
minimum of seven (7) continuous hours.
The Engineer shall furnish the Contractor a monthly statement
showing the number of working days charged during the month,
the total number of working days allowed in the contract, and
the working days remaining in the contract. The Contractor
shall be allowed ten (10) calender days in which to protest
the correctness of the statement. This protest shall be in
writing, adressed to the Engineer and shall show cause. The
Engineer shall then have ten (10) calender days to
investigate and respond in writing. Not filing a protest
within the allowed ten (10) calender days for any statement
will indicate the Contractor's approval of the time charges
as shown on that period's time statement and future
consideration of that time statement will not be permitted.
If the satisfactory completion of the contract will require
unforseen work or work and materials in greater amounts than
set forth in the contract, additional working days or
suspension of time charge shall be allowed the Contractor
equal to the time which, in the opinion of the Engineer, the
work as a whole is delayed. The Contractor shall submit this
time extension request in writing to the Engineer. The
Engineer will then have ten (10) calender days to respond.
If the Contractor fails to complete the contract in the
working days specified plus any permitted time extensions,
the stated liquidated damages will be charged for each
working day or portion of a working day thereafter.
19. T TOTTTDATEn DAMAGES
If the Contractor or Subcontractor(s) should fail, neglect,
or refuse to complete the work within the time herein
specified, or any proper time extension thereof granted by
the Owner, then the Owner shall permanently withold from the
Contractor's total compensation the sum of $200 (TWO
HUNDRED DOLLARS) per each working day after the stipulated
completion date of this project as liquidated damages for the
SC -15
t
breach of this contract.
is
c
f
1
r
SC -16
4