HomeMy WebLinkAboutResolution - 5180 - Contract - Midwest Concrete Inc - Concrete Reconstruction - 05/09/1996RESOLUTION NO.5180
May 9, 1996
Item #24
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 Midwest Concrete, Inc. of
Lubbock, Texas, to furnish and install all materials and services as bid for the Concrete
Reconstruction, attached hereto and which shall be spread upon the minutes of the Council and
as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if
fully copied herein in detail.
Passed by the City Council this
ATTEST:
Betty . -Johnson, City Secretary
APPROVED AS TO CONTENT:
L�-q d "
Victor Kil, Purchasi m ng Manager
APPROVED AS TO FORM:
Attorney
DGv:jsWDWEST2.RES
ccdocs/Apri130, 1996
1996.
518'
CITY OF LUBBOCK
SPECIFICATIONS FOR
BUILDING MAINTENANCE RUPROVEMENTS
BID #13548
ore
.�
1916p
CD 0
Z
Z
0
0
CD
CITY OF LUBBOCK
Lubbock, Texas
r
NO 0-01
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
(6061767-3000
MAILED TO VENDOR:
CLOSE DATE:
NEW CLOSE DATE:
BID #13548 - BUILDING MAINTENANCE MROVEMENTS
April 17,1996
April 17,1996 @ 2:00 P.M.
April 23, 1996 @ 2:00 P.M.
ADDENDUM #1
The following items take precedence over specifications for the above named bid. Where any item called
for in the bid documents is supplemented here, the original requirements, not affected by this addendum,
shall remain in effect.
1. The closing date for this bid has been changed from April 17, 1996 at 2:00 PM to the new
closing date of April 23, 1996 at 2:00 PM.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield
Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806)767-2164
PLEASE RETURN ONE COPY WITH YOUR BID.
r
" • It MIN 1,
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: BUILDING MAINTENANCE IMPROVEMENTS
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13548
PROJECT NUMBER: 9100.9211
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITION
NOTICE TO BIDDERS
r
NOTICE TO BIDDERS
BID #13548
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the
Purchasing Manager, Municipal Building, 1625 13th Street., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the
1 17th day of Anri1,1996, 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:
"BUILDING MAINTENANCE IlViPROVEMENTS"
t 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 9th day of Mav,1996, at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to refect any or all bids and waive arty
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 5100,000 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, as the rating of the bond company is a factor that will be considered in determination
of the lowest responsible bidder.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check
issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the
order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will
r' enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
I 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
7 considered in the preparation of the bid submitted. There will be a pre-bid conference on 11th day of April, at 10:00 o'clock a.m.,
in the Purchasing Conference Room L-04, Lubbock, Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to
in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the
requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
�t
f
i
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 LUBB
PURCHASIN
O G MANA ,
Bid documents may be obtained upon request from the Purchasing Department at 162513th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164.
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
r 1. SCOPE OF WORK
f
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the BUILDING MAINTENANCE IMPROVEMENTS.
2. CONTRACT DOCUMENTS
G'"' All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
i
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
r• of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. BIDDER INOUMMS
No bidder shall request any information verbally. All written requests for additional information or clarification concerning
this bid must be addressed to:
RON SHUFFIELD
SENIOR BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806)767-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 60 si 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.
F- 6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
AM
f"
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified
8. MATERIALS AND WORKMANSHIP
i
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 fall 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.
r' 9. GUARAN'T'EES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
r and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which
f shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
10. PLANS FOR THE CONTRACTOR
,.,,. The contractor will be furnished one set of plans and specifications, and related contract documents for his use during
construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
i
11. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies,
machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the
work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its
certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
�'' and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
{
4
i"
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, Testas,
:w 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.
t" 15. EXPLOSIVES
I
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all rases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given 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 insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
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
0
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.
I 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
r
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
r
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per
diem wages included in these contract documents.
20. PROVISIONS CONCERNING ESCALATION CLAUSES
1 Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
�,. decreases in the cost of materials, labor or other. items required for the project will be rejected and returned to the bidder
I without being considered.
r
21. PREPARATION FOR BID
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly 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
r materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy
f 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.
1.
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.
rA
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.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
ft
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE: Lubbock, Texas
DATE: April 17, 1996
PROJECT NUMBER 13548 - BUILDING MAINTENANCE iMrROVEMENTS
Bid of Midwest Concrete ,Inc . (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 forbids for the construction of a Building M a i n t a n r e
Improvements Bid #13548
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 any any required bonds, according to the
acoinpanying 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 60 slit working days thereafter as stipulated in the specifications
and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (two
hundred dollars) for each working day in excess of the time set forth hereinabove for completion of this project, all as more fully set
forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 21 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
{
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for 5% percent Dollars
( ) or a Bid Bond in the sum of Dollars (S ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days
after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
k made available to him for his inspection in accordance with the Notice to Bidders.
(Seal iiliidder is a Corporation)
ATTEST:
Secretary
r,
Authorized Signature
Steve Holbert
(Printed or Typed Name)
Midwest Concrete, Inc.
Company
P.O. Box 3964
Address
Lubbock
Lubbock
City,
County
Texas
79452
State
Zip Code
Telephone:(8066)
745-3848
-"o
Fax Number�
T4-5-3885
E7iloIT "A"
BID #13548
BUILDING MAINTENANCE D2ROVEMENTS
PART No. 1- MUNICIPAL SQUARE ALLEY RECONSTRUCTION
Total
Estimated Unit Amount
Item Quantities price Bid
No. & Units Description of Items
1. 50 Removal and replacement of existing concrete curb including
Lin. Ft. disposal and jointing, complete per lin. ft.
SERVICES:
8.00
MATERIALS:
0 0 --0 0 )
TOTAL:
-0-
2. 50
Concrete curb and gutter removal and disposal
Lin. Ft.
complete per lin. ft.
SERVICES:
400.00 )
MATERIALS:
TOTAL:
3. 50
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:
MATERIALS:
TOTAL:
4. 415 Concrete slab removal and disposal, including pavement,
Sq. Yds. walk, valley gutters, fillets and alley aprons, complete per
sq. yd.
SERVICES:
MATERIALS:
TOTAL:
($ 10. n ) (S 5 )
($_ 8 . oo
($ 1 tq . o_)
(S
8.00
) ($--4
0 0 --0 0 )
(S
-0-
) ($
-0- )
(S
8.00
) (S
400.00 )
(S 5.00 ) (S 250.00 )
($ 7.00 ) (S 350.00 )
($12.00 ) (S 600.00 )
(S
19.00
) (S
7.885. )
($
-0-
) ($
-0- )
(5
19.00
) ($_7-1885.
)
Bid Proposal - Building Maintenance Improvements
Page 2
Estimated
Item Quantities
No. & Units
5.
6.
Description of Items
350 Sawing of contraction and longitudinal joints, to include
Lin Ft. sealing joints with W. R. Meadows" Sof-Seal" or approved
equivalent sealant, complete per lin. &
SERVICES:
MATERIALS:
TOTAL:
15 Four inch (4") Class "A" concrete ilatwork including all
Sq. Yds. necessary earthwork and subgrade preparation, installed
complete per sq. yd.
Total
Unit Amount
Price Bid
(s
1.50
) (S 525.00
)
(S
1.50
) (S 525.00
)
(S
3.00
) (51050.00
)
SERVICES:
(s
11.25
) ($ 168.75 )
MATERIALS:
(s
9.00
) ($ 135. 0 0 )
TOTAL:
(S
20.25
) (S 303-75 )
7. 480 Six inch (6") Class "C" concrete pavement reinforced with
Sq. Yds. 6" x 6" w 2.9 x w 2.9 (6 gauge) welded wire mesh, including
all necessary earthwork and subgrade preparation, and all
jointing, installed complete per sq. yd.
SERVICES:
(S
15.00
) (S
7,
200 . )
MATERIALS:
(s
MATERIALS:
($
12.00
) (S
5,
760.-)
100.00
) ($1,000.00)
TOTAL:
($
27.00
) (s
12,960.
)
8. 10 Brick pavement repair in street, to consist of brick removal
Sq. Yds. and replacement to match existing type and color and surrounding
grade on a Class "A" concrete base and sand cushion, to include
Portland cement in the joints, installed complete per sq. yd
SERVICES:
(S
50.00
) (S
500.00 )
MATERIALS:
(s
50.00
) (S
500.00 )
TOTAL:
($
100.00
) ($1,000.00)
4 '
uilding Maintenance Improvements
.1 proposal -B
age 3
�i
I r„gm
Estima
Quantities
&. Units
10
Sq. Yds.
SERVICES'
MATERIALS:
TOTAL:
Description of Items
Asphaltic pavement repair. to include asphaltic surface
removal, and hot mix asphaltic concrete, type C' ,with three
percent (3%) latex polymer (SBR) and one percent (10/0)
hydrated lime to match existing grade, tack coat, prime coat,
emulsion, complete per sq. yd.
Total
Unit Amount
price Bid
($10.00
) (S100.0_-)
($10.00--)
($10�_)
($20.00)
($20_),
PART N0.2 -FIRE
STATION NO. 11 FLOOR RECONSTRUCTION
sal, including pavement,
Concrete slab removal and and a aprons, complete per
10. Sq. `yam valley gutters, fillets and alley
Sq. Yds.
sq. yd. tS 2 2.00 ) ($11 2 20 _ )
SERVICES: 0
MATERIALS:($22.00--) ($11__0 _ )
TOTAL:
11.
7 12.
75
Lin. Ft.
SERVICES:
MATERIALS:
Sawing of contraction and longitudinal joints, to include
preformed expansion joint material and sealing with W'11 -
Meadows "Gardoe or approved equivalent sealant complete
per lin. ft.
($
2.00
) (S-1-5-0-1
00 )
($
1.50_)
($11
_10)
($
3.50
) ($
26_)
TOTAL,
510 Seven inch (7") Class "C" re reinfoncrete rcing at hes (lb reinforced with one-half
Sq. Yds. inch (1/2") diameter stce de
on center each way, including all necessary e ebgra
preparation and earthwork, installed comp per ul yd. (s24.00 ) ($_12,24-0-)
SERVICES: ($24.00 ) (S12,2_40-)
MATERIALS: (,48-00.) ($ 24,480.)
TOTAL:
TOTAL SERVICES
TOTAL MATERIALS
TOTAL BID (Items 1 through 13) 709636.25
ALTERNATE BID:
PART NO. i - MUNICIPAL SQUARE ALLEY RECONSTRUCTION
Total
Unit Amount
Estimated
Price Bid
Item Quantities Description of Items
No. & Units
Electrical conduit(s) installation including all necessary earthwork
14A. 80 de preparation, installed complete, per lin. ft.
Lin. Ft. and subgra p Para
SERVICES:
MATERIALS:
TOTAL:
TOTAL SERVICES 1200-00
TOTAL MATERIALS
1600.00
TOTAL BID (Items 1 through 14A) 2800-00
($
15.00
) ($
12�00.0_0 )
($
20.00
) (S
1600-00) — -
(S
Bid Proposal - Building Maintenance Improvement
) (S
280�0.00)
Page 4
7
Total
Estimated
unit Price
Amount
Bid
F,
Item Quantities Description of Items
I
No. & Units
and replacement as per plans.
Drainage structure removal
13. Lump Sum complete per lump sum.
1`
(S 5625.00)
(s5625_-00')
►o-
SERVICES:
(� 3750_-00
-00) 50.00 )
) (S-_-
MATERS:
($ 9375 _-00
) (S 9375 _-00 )
f�
TOTAL:
TOTAL SERVICES
TOTAL MATERIALS
TOTAL BID (Items 1 through 13) 709636.25
ALTERNATE BID:
PART NO. i - MUNICIPAL SQUARE ALLEY RECONSTRUCTION
Total
Unit Amount
Estimated
Price Bid
Item Quantities Description of Items
No. & Units
Electrical conduit(s) installation including all necessary earthwork
14A. 80 de preparation, installed complete, per lin. ft.
Lin. Ft. and subgra p Para
SERVICES:
MATERIALS:
TOTAL:
TOTAL SERVICES 1200-00
TOTAL MATERIALS
1600.00
TOTAL BID (Items 1 through 14A) 2800-00
($
15.00
) ($
12�00.0_0 )
($
20.00
) (S
1600-00) — -
(S
35.00
) (S
280�0.00)
LIST OF SUBCONTRACTORS
1.
2.
3.
4.
5.
6.
7.
S.
9.
10.
Y
Minority Owned
Yes No
0 ❑
0 0
❑ 0
0 .❑
0 ❑
0 0.
❑ 0
❑ ❑
0 ❑
❑ 0
7
CNA INSURANCE COMPANIES
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we Midwest Concrete, Inc.
Lubbock, Texas
, Principal,
and American Casualty Company of Reading, PA Surety, are held and firmly bound unto
City of Lubbock, Lubbock, Texas , Obligee,
In the sum of Five Percent of Greatest Amount Bid
P"
Dollars ($ (5Z) )
I for the payment of which we bind ourselves, our legal representatives, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract
for
Bid 113548 — Building Maintenance
NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within
such time as may be specified, enter into the contract in writing and give such bond or bonds as
may be specified in the bidding or contract documents with surety acceptable to Obligee; or if
Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of
c such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to
remain in full force and effect.
Signed, sealed and dated April 1, 1996
�.+ G•23054•C
w CNA
For AR the Commitments You Make'
Midwest Concrete, Inc.
American Casualty CoManY of Reading, PA
(Surety)
by
Attorney -in -Fact
Continental Casualty Company
CNA
For All tla,CommitnNmlafrim Malo•'
AN ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and havin its principal office in the City of Chicago, and State of Illinois, does herebymake, constitute
and appoint Linda Attawav, im Sampson, Sue Tipton, Dae Mouser, Doris Davis, Individually
Of Lubbock Texas
Its true and lawful Attorney-in-fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
In Unlimited Amounts -
I
i
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX—Execution of Documents
Section 3. Appointment of Attomey-in-fact. The President or a Vice President may, from time to time, appoint by writtencertificates
attorneys4n-fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
instruments of like nature. Such attomeys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall
have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seat of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 7th day of �Uly , 19 93
�.. CONTINENTAL CASUALTY COMPANY
usu,�
State of Illinois 1 zr c�sa.,r
County of Cook { ss • ��'c�•1�"'�"I�•
�u SEAt
„, J. E. Purtell Vice President.
On this %thday of July 19 93 before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument
is such corporate seal; that It was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
r.. m
Do'i
a
UV.A
Linda C. Dempsey o blit.
My Commission Expires Octo er 19, 1994
CERTIFICATE
1, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorne ein above set forth
is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors, set forth
111 in said Power of Attorneya still in force. In testimony whereof I have hereunto sub d my name and affixed the s� f f the said
Company this � day of "4',LL 19 7G,
r
V`sw�l� �
a
Robertl. Ayo Assistant Secretary
SEAL t
Form 1.23142-8 INV. NO. G -57443-B
PAYMENT BOND
r
.•
BOND CHECK
BEST RATING
tIUN D TEXAS
DA Y
i
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that N.r1 A4- JZC, - (hereinafter called the Principal(s), as
Principal(s), and
(here�ed the Su1et3'(s), as Surety(s), are held an firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the a liars (� U3 lawful money of the United States for the
payment whereof, the said pal and Surety ind themselves, and their heirs, administrators, exceutors, 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 day of
19__, to
I 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.
r
�. 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 1 day of
19.
Surety Pnncipal
MWO_ :1P__ S
By:
(Title)
PIN
MWO_ :1P__ S
By:
(Title)
Th undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
y� r& , -) an agent resident m Lubbock County to whom any requisite notices may be delivered and on whom service
of procds may be had in matters arising out of such suretyship.
Surety
Approved as to form:
!^ * 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
w
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
i
�^ Continental Casualty Company
CNA
For All the Com m it nwmth \'ou Make -
A N ILLINOIS CORPORATION
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the
laws of the State of Illinois, and having its principal office in the City of Chicago, and State of Illinois, doeshereby make. constitute
and appoint Linda Attawav, Tim Sampson, Sue Tipton, Dale Mouser, Doris Davis, Individually
of Lubbock, Texas
Its true and lawful Attorney-in-fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings
and other obligatory instruments of similar nature
In Unlimited Amounts -
and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of
Directors of the Company.
"Article IX—Execution of Documents
Section 3. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, a point by writtencertificates
attorneys -in -fact to act in behalf of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory
Instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall
r have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given
to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957.
"Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any
power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary
and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing
such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified
r
by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
bindino on the Company."
1. In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its
corporate seal to be hereto affixed on this 7th day of July , 19 93
�sw`,` CONTINENTAL CASUALTY COMPANY
State of Illinois 1 = �o If
County of Cook ( ss 0
r� SEAL
"" J. E. Purtell Vice President.
On this 7th day of July 19 93 before me personally came
J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview, State of Illinois; that he is
a Vice -President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows
the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name
thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
Do'i
v,
NOTARY 0
Pusuc X it
x Linda C. Dempsey :above
blic.
CERTIFICATE My Commission Expires Octo er9, 1994
I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorn rein set forth
is still in force, and further certify that Section 3 of Article IX of the By -Laws of the Company and the Resolution of the Board of Directors, set forth
in said Power of Attorney are Still,' force. In testimony whereof I have hereunto subscrl name and affixed the sea the said
Company this � , day of. I sf/ 19
r�P tl�SlyI�a
i cc* A?#
�V SEAL
0897
Robert f. Ayo
Assistant Secretary
Form 1.23142-B INV. NO. G -57443-B
7
PERFORMANCE BOND
BOND CHECK
BEST RATING �..
LICEN D I TEXAS
CHAT y ��
r
a
i.
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $ 100,000)
KNOW ALL MEN BY THESE PRESENTS; that (hereinafter called the Principal(s), as Principal(s), and
040 - ( A
(hemfter called the S ), as urety(s), are held y bound unto,ity of Lubbock (hereinafter called the Obligee), in
th
paye�ia liars (S�' f�3(� �) lawfiil money of the United States for the
ment whereof, the said and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the _ day of
19___, to
9
i
7: and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THMREFORE, 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 h l force and effect.
PROVIDED, HOWEVER,that this bond is executed r
a 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 ((6 day of
Um hl -L t gl"PAJ14 I
Surety Princi
t �
i
* By:
(Title)
i
By:
(Title)
is !Ft- 40:1
T e undersigned surety compa� represents that itis duly qualified. to do business in Texa.�, and hereby designates
�^ gent resident in Lubbock County to whom airy requisite notices maybe delivered and on whom service of
t p maybe had in matters arising out of such suretyship.
(Title) RNP.y-ZA
Approved as to Form
City of Lubbock
By:
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.
CERTIFICATE OF INSURANCE
-17
w'
R
gcD
a
rr
Prt%jDUCER
ALAN HENRY INSURANCE
1! 0. BOX 2399
LUBBOCK, TX 79408-2399
(^6) 792-3771
11 JRED
MIDWEST CONCRETE, INC.
P.O. BOX 3964
LUBBOCK, TX 79452
DATE M/DD
..::::::::••:::::::::.......;.........:::..•:«:::.•::•:.:.;:.,..;•,;•:;::i<> 05/16/96
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIG14TS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY HOUSTON GENERAL LLOYDS
COMPANY TWCIF
COMPANY
C
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.
g
FIREDAMAGE (Any one fire) $ 50,000
TYPE OF INSURANCE
POLICY NUMBER
AUTOMOBILE
X
X
X
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
09/15/96
LTR
BODILY INJURY
(Per pera)n) $
BODILY INJURY
(Per a=Ident) $
PROPERTY DAMAGE $
DATE (MM/DD/YY)
DATE (MM/DD/YY)
i
GARAGE LIABILITY
ANY AUTO
r
GENERALLUABILJTY
AUTO ONLY - EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
GENERAL AGGREGATE $
1,000,000
AGGREGATE S
A
l
X
COMMERCIAL GENERAL LIABILITY
1MPL9391904-03
EACH OCCURRENCE $ 1,000,000
09/15/95
09/15/96
PRODUCTS - COMP/OP AGG $
500,000
'
02/01/96
CLAIMS MADE rx� OCCUR
X WC A U-
R
EL EACH ACCIDENT $ 1,000,000
ELDISEEASE - POLICY LIMIT $ 1,000,000
EL DISEASE - EA EMPLOYEE S 11000,000
PERSONAL & ADV INJURY $
500,000
OWNER'S & CONTRACTOR'S PROT
EACH OCCURRENCE $
500,000
C-.,CRIPTION OF OPERATIONSA.00ATIONS/VEHICLES/SPECUIL ITEMS
BUILDING MAINTENANCE IMPROVEMENTS - BID #13548
RTIFICATEHOLDER IS NAMED AS ADDITIONAL INSURED AND GRANTED
WAIVER OF SUBROGATION.
CITY OF LUBBOCK
P.O. BOX 2000
h LUBBOCK, TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED
FIREDAMAGE (Any one fire) $ 50,000
MED EXP (Any one person) $ 5,000
Y"
t
AUTOMOBILE
X
X
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
OSAUT9452176-03
09/15/95
09/15/96
COMBINED SINGLE LIMIT $
1,000,000
BODILY INJURY
(Per pera)n) $
BODILY INJURY
(Per a=Ident) $
PROPERTY DAMAGE $
i
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE S
A
EXCESS LIABILITY
X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
SUM9451966-01
09/15/95
09/15/96
EACH OCCURRENCE $ 1,000,000
AGGREGATE S 1,000,000
S
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THEPFOPRIETOWX INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: E XCL
TSF119895-01
02/01/96
02/01/97
X WC A U-
R
EL EACH ACCIDENT $ 1,000,000
ELDISEEASE - POLICY LIMIT $ 1,000,000
EL DISEASE - EA EMPLOYEE S 11000,000
OTHER
C-.,CRIPTION OF OPERATIONSA.00ATIONS/VEHICLES/SPECUIL ITEMS
BUILDING MAINTENANCE IMPROVEMENTS - BID #13548
RTIFICATEHOLDER IS NAMED AS ADDITIONAL INSURED AND GRANTED
WAIVER OF SUBROGATION.
CITY OF LUBBOCK
P.O. BOX 2000
h LUBBOCK, TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED
t
r
d
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
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 bid/proposal.
ilia LY dIQ,Li GQ�U C��
Agent (Signature) I Agent (Print)
r"
Name of Agent/Broker:
Ag P 0 ,99
Address of entlBroker: �
City/State/Zip:
Agent/Broker Telephone #: (.Pd k ) °?Qd - Sf7'7/
Date:
I1 Wf
CONTRACTOR'S NAME: / 1 ch l �
(Print or Type )
CONTRACTOR'S ADDRESS: '4 6-�
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
Manazer for the City of Lubbock at (806)767-2165.
BID #13548 - BUILDING MAINTENANCE IMPROVEMENTS
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on proper
reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to
beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of coverage showing coverage for all persons providing services on the
project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of
the project;
(S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor
knew or should have known, of any change that materially affects the provision of coverage of any person
providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are required to be
covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be
printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common
to the worker population. The text for the notices shall be the following text provided by the commission on the
sample notice, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see reverse) be
covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or
providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an
employee."
+` "Call the Texas Workers' Compensation Commission at S 12/440- 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
r- provide coverage." and
i
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of arty
coverage agreements for all of its employees providing services on the project, for the duration of the
proles;
(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 overage ends during the
duration of the project;
(F) retain all required certificates of overage on file for the duration of the project and for one year
thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the
person knew or should have known, of any change that materially affects the provision of overage of any
person providing services on the project; and
(I) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) -
(H), with the certificate of overage to be provided to the person for whom they are providing services. 0
CONTRACT
7
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGRE)MENT, made and entered into this 9th day of May, 1996, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
t OWNER, and MIDWEST CONCRETE. INC. of the City of Lubbock. County of Lubbock. and the State of Tens, 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 # 13548 - BUILDING MAINTENANCE E"ROVEMENTS - $73,436.25
F
ti
r
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 aocordance with the bid
submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account
thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written.
...;;�,.
FATTEST:
CONTRACTOR
MIDWEST CONCRETE, INC.
By:
I zip 1 •
f COMPLETE ADDRESS:
Midwest Concrete, Inc.
P.O. Box 3964
Lubbock, Texas 79452
r
GENERAL CONDMONS OF THE AGREEMENT
r
• o�
GENERAL CONDITIONS OF THE AGREEMENT
Whenever the word Owner, or the expression Party of the Fust Part, or First Party, are used in this contract, it shall be
e understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
�. to mean the person, persons, co -partnership or corporation, to -wit: MMWEST CONCREM INC. who has agreed to
perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to,
City of Lubbock, under whose supervision these contract documents, including plans and specifications, were prepared, and
LARRY HERTEL CITY ENGINEER, who will inspect constructions; or to such other representative, supervisor, or
inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement,
Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any),
Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
5.P�R_P_RETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like
import shall mean approved by or acceptable or satisfactory to the owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address
known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all
furnish satisfactory
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required,
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all
Coaccom lis layout
sh this
work in a manner acceptable to the Owner's Representative. The Owner's Representative will check
the of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not
relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. 1CMD G OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed project will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed All stakes, marks, etc., shall be =di lly preserved by the Contractor, and in case of careless destruction or
removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at contractor's expense.
3
L ,
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is fiulher
agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any
action on the contract, and to any rights of the Contractor to receive any money under this contract.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is fimushed and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
r subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions,
.. and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
` the terms or obligations herein contained.
f
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent
19. CONSTRUCTION PLANT
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 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 reasonable times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in
accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such
errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or, such other
applicable organization as may be required by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for
observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
F
Neither observations by the Owner or Owners Representative, nor inspections, tests, or approvals made by Owner, Owner's
r" Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
�.. 22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
F Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract. It is further agreed that any remedial action contemplated ar hereinabove set forth shall be at
rmo Contractor's expense.
` 23. CHANGES AND ALTERATIONS
The Contractor farther agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the
beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the
increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for
any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
rR 24. EXTRA WORK
I
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided
under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor for performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then
the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used
r.. on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
w,
PM
L
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 1000/a, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall
cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any
orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an
adjustment in the construction time, he shall make written request to the Owner's Representative for a written order
authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to
the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
work after making written request for written order and shall keep adequate and accurate account of the actual field cost
thereoi', as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other
contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances
necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's
Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents,
he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully
understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with
these plans and specifications. It is further understood that any request for clarification must be submitted no later than five
days prior to the opening of bids.
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 his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend,
indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
y
i .
R
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
r failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent
Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the
Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the
Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $250.000 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, $250.000 Combined Single Limit. This
policy shall be submitted prior to contract execution.
r
C.
Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $250.000 Combined Single Limit,
to include all owned and nonowned cars including. Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (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.
L 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 0406.096) - includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of airy 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.
r
a
4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of
the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage
with the governmental entity showing that coverage has been extended.
S. The contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of overage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of overage showing overage for all persons providing
services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of overage showing
extension of overage, if the overage period shown on the current certificate of overage ends
during the duration of the project.
6 The contractor shall retain all required certificates of overage 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 overage and report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
overage 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 overage period, a new certificate of coverage
showing extension of coverage, if the overage period shown on the current certificate of
overage 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 overage period shown on the current certificate of overage 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,
i
(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
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by worker's compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured,
with the commission's Division of Self -Insurance Regulation. Providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil
actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entities 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.
(S) 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:
r
(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,
(1) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed in at least 19 point normal type,
and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text provided by the commission on
the sample notice, without any additional words or changes:
REQUIRED WORKERS' COMPENSATIONCOVERAGE
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment and materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512/440-3789 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an emiployer's failure to provide coverage. " and
(h) contractually require each person with whom it contracts to provide services on a project, to:
(i) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
(ii) provide a certificate of coverage to the contractor prior to that person beginning work on
the project;
(iii) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(v) 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 overage period shown on the current
certificate of coverage ends during the duration of the project;
(vi) retain all required certificates of overage 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 overage of any person providing services on the project; and
(viii) contractually require each other person with whom it contracts, to perform as required
by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for
whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree
not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to
job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and
other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF
MACHINERY EQUIPMENT AND SUPPLIES —'
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, ^
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the _
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between arty party under this paragraph must be in writing.
t
4
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in manner effect the contract or the work, and shall indemnify mnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
Flo
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
�•• The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
contractual agreement.
( 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
7 It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
L time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
�.. specified in the Notice to Proceed.
i
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO
HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
�,... work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
b
change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
35.
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
TDAE AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done,
either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work
done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
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. EXTENSION OF TIME
The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then consider such written request
and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. No charge shall be, made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid
contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is
let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
bids offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be
furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
r projecL
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
t which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on
accountof his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
f
40. PRICE FOR WORK
g� In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
t Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid attached hereto, which
has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
�., plans, contract documents and requirements of Owner's Representative.
i
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment sb:owing as completely as practical
r the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final
G payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion, and this fad is certified to by
Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
k
Within thirty-one (3 1) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
r
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (3 1) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the --
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written
notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. T11VIE OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
4 and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the
Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be: reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days atter service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner, or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
(^ the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to
complete any such new contract prove to be less than that which would have been the cost to complete the work
r under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct: shall then be prepared and
delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the
balance due as reflected by said statement within 30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
r
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the •jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER -
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, -and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed
work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the
whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of
the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums
that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to
the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said
final statement as due the Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code,
in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of —
100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be
submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the
State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions conflict
with any of the general conditions contained in this contract, then in such event the special conditions shall control.
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The —
fact that the Owner or owner's Representative shall have the right to observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
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.
SS. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
l
G
CURRENT WAGE DETERMINATIONS
Resolution No. 5121
r March 14, 1996
P Item 4119
t
C RESOLUTION
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 COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works contracts shall be
as set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
such wage rates shall be included in all public works contracts as provided by law.
Passed by the City Council this 14th
ATTEST:
Betty M.
Anson, City Secretary
APPROVED AS TO CONTENT:
'-7)6w av��
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
a old Willard, Assistant City Attorney
HW Aa/ccdocs/pubworks.res
February 14, 1996
PA
7,
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft ourly 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
r
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hou& 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
r
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
SPECIFICATIONS
ft
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING DEPARTMENT
BUILDING MAINTENANCE IMPROVEMENTS
PROJECT NO. 9100
TECHNICAL SPECIFICATIONS
1
fi*
BUILDING MAINTENANCE IMPROVEMENTS
PROJECT NO. 9100
STANDARD MATERIALS OF CONSTRUCTION
9
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 I:he Engineer
prior to construction.
Any construction materials, methods or procedures not
f" specifically addressed in the City of Lubbock "STANDARD
MATERIALS OF CONSTRUCTION" or "STANDARD DETAILS OF
CONSTRUCTION" specifications shall not be considered
CO 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.
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(s) meets the specifications for such
material(s) or equipment(s) as specified herein. Material
Safety Data Sheets (MSDS) shall be required on all materials.
All materials shall be subject to the approval of the Engineer
before being employed in any construction project(s).
All references made in these specifications to American
Society for Testing and Materials (ASTM) standards refer to
the fixed designation. It is the responsibility of the
Contractor, Subcontractors, City of Lubbock and all material
suppliers to obtain and use the latest revision of each
standard.
IV -2
All references made in these specifications to the Texas
Department of Transportation (TxDOT) Standard Construction
Specifications refer to the Texas Department of Transportation
(TxDOT) Standard Specifications for Construction of Highways,
Streets and Bridges, version adopted March 1, 1993. It is the
responsibility of the Contractor, Subcontractors, City of
Lubbock and all material suppliers to obtain and use the above
referenced version of the Texas Department of Transportation
Standard Construction Specifications.
All references made in these specifications to American
Association of State Highway and Transportation Officials
(AASHTO) standards refer to the fixed designation. It is the
responsibility of the Contractor, Subcontractors, City of
Lubbock and all material suppliers to obtain and use the
latest revision of each standard.
2 CONCRETE
A.Cement
Cement shall be Type I, Type II and/or Type III cement(s)
conforming to ASTM C 150, "Standard Specification for
Portland Cement," and air -entrained cement shall be Type IA,
Type IIA and/or Type IIIA conforming to ASTM C 175,
"Specification for (adding) Air -Entraining (to) Portland
Cement" and ASTM C 226, "Standard Specifications for Air -
Entraining Portland Cement".
The cement shall be an approved brand. All cement must ,be
stored in a suitable moisture -proof storage house. The
cement, while being hauled to the worksite or while at the
worksite shall be properly protected. No cement shall be
used, which in the opinion of -the Engineer, has been injured
by age or exposure. Bulk or sacked cement may be used. A bag
shall contain ninety four pounds (94#) net. Bags varying by
more than five percent (5%) from the specified weight may be
rejected. If the average net weight in any shipment as shown
by 11eighing fifty (50) bags taken at random is less than
that specified, the entire shipment may be rejected. Bulk
cement shall be weighed on scales approved by the Engineer.
Any cement which has become partially set or which contains
hard lumps or cakes or cement salvaged from discarded or
used bags shall not be used.
Any cement storage shall be in a suitable weathertight
building or bin which will protect the cement from dampness.
IV -3
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 maximum size of
the aggregates shall be one and one-half inches (1%").
Aggregates for concrete construction shall have a loss not
to exceed eighteen percent (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
3/8 inch
No. 4
No. 16
No. 30
No. 50
No. 100
IV -4
Percenta.cte by Weiaht
Passing Sieves
100
95-100
45-80
25-55
10-30
2-10
Maximum -:allowable amounts of organic impurities shall
conform to ASTM C 40, "Test Method for Organic Impurities
In Fine Aggregate for Concrete" and ASTM C 87, "Standard
Test Method for Effect of Organic Impurities in Fine
Aggregate on Strength of Mortar".
Maximum allowable amounts of impurities finer than the No.
200 sieve shall conform to ASTM C 117, "Standard Test
Method for Materials Finer Than The No. 200 Sieve In
Mineral Aggregates By Washing".
Maximum allowable amounts of soft particles such as coal,
lignitewood 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".
IV -5
r
f
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"
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
IV -6
accordance with ASTM C 172, "Method of Sampling Fresh
Concrete". All test molds shall meet the requirements of
Texas Department of Transportation Test Method Tex -448-A.
Compression test and flexural test specimens shall be made
and cured in accordance with ASTM C 31, "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".
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.
Unless stated otherwise inthe plans or,bid documents, a
«
strength test for Classes A �
C , E or F concrete
shall consist of five (5) standard test cylinders or beams
as specified to be made from a composite sample.
Unless stated otherwise on the plans or in the bid
documents, a strength test for Class "P" concrete shall
consist of six (6) standard test beams made from a
composite sample.
For each Class of concrete the samples shall be obtained in
accordance with.ASTM C 172, "Practice For Sampling Freshly
Made Concrete" and in accordance with Department of
Transportation Construction Bulletin C-11.
For. Classes "A",
C E and F_ concrete the following.
procedure is to be used: Two (2) of the concrete
cylinders or beams shall be tested at three (3) days or
seven -(7) days and at seven (7) days or twenty eight (28)
days as specified. The fifth (5th) cylinder or beam shall
be held available for subsequent testing, if determined
necessary by the Engineer. The test results shall be the
average of the seven (7) days or twenty eight (28) days
specimens, except that, if one (1) specimen in the test
shows manifest evidence of improper sampling, molding, or
testing, it shall be discarded and the remaining two (2)
specimens averaged. Should more than one (1) specimen
representing a given test show definite defects, due to
IV -7
k 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 of the sixteen (16) hours and/or seven (7) days
strength tests will be compared with the sixteen (16)
hours and/or seven (7) days strength of the
preconstruction test specimens for the type and slump of
the concrete being produced. Should the sixteen (16) hours
or seven (7) days strengths indicate a deficiency in the
sixteen (16) hours or seven (7) days strengths, the
Engineer shall require a change in proportions to
correct such deficiency.
Changes in the water -cement ratio and the mix design,
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.
00M.]
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.
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 (5t) air entrainment with plus or minus one percent
(it) tolerance. The concrete mix design shall be based on
water -cement ratio, and shall be as follows for the
different classes of concrete.
IV -9
Class
Minimum Average for
any test (psi)
3 day
7 day
flexural 28 day
comp.
Minimum Sacks
Max. Gala Max. Slump
Class
Cement per C.Y.
Water per sack in inches
A
---
2100
--.- 3000
j
A
5
6.5 4
E
C
6
6 3
F
E
5.5
5.5 3
F
6
5.5 2
P
7
5 3
The concrete
mix design for the
different classes shall
r
also be such
that the compressive and flexural strength for
each class shall not be less than the following:
Class
Minimum Average for
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.
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.
IV -10
7
3 day
7 day
flexural 28 day
comp.
comp.
comp
A
---
2100
--.- 3000
C
---
3000
600(28 day) 3600
E
2500
3000
--- ---
F
2900
3500
--- ---
P --- --- 500(16 hour) ---
Any concrete failing to meet these strength or air content
requirements shall be removed and replaced at the expense
of the Contractor.
Low 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.
IV -10
7
F. Classification
Unless otherwise shown on the plans the following Classes
shall be used: Class A concrete shall be used for curb and
gutter, fillets, drainage channels, medians, inlet boxes,
headwalls, junction boxes, commercial drives, residential
drives, reinforced concrete storm sewer pipe,. retaining
walls and sidewalks. Class C concrete shall be used for
normal setting concrete paving and valley gutters
constructed in thoroughfare and collector streets. Class E
concrete shall be used for valley gutters on streets other
than thoroughfares and collector streets, for alley
returns, alley paving and reinforced gutter sections, and
Class F concrete shall be used for railroad sections. Class
P concrete shall be used for fast setting concrete pavement
such as a Fast Track Concrete Pavement.
G. Mixing
All aggregates shall be accurately weighed or measured by
volume. The concrete shall be mixed in an approved batch
mixer equipped with an accurate water measuring tank, and
shall be mixed for one and one-half (1M) minutes after all
material is in the mixer. "Ready Mixed" or "Transit
Mixed" concrete may be used. If used it shall conform to
these specifications and ASTM C 94, "Specifications for
Ready Mixed Concrete"and the Texas Department of
Transportation Standard Construction Specifications, Item
421, "Portland Cement Concrete".
After mixing, the concrete shall be transported to the
forms in a manner which shall prevent separation or
segregation of the aggregates and shall be placed without
undue delay. Equipment for chuting, pumping and
pneumatically conveying concrete shall be of such size and
design to ensure a practically continuous flow of concrete
at the delivery end. It shall be deposited as nearly as
practicable in its final position in order.to avoid
rehandling or flowing of the concrete. No water shall be
added to the concrete to facilitate finishing.
H. Materials -For Curing Concrete
(1) Burlap:
Burlap shall be made from jute or hemp. The burlap shall
be in good condition, free from holes, dirt, clay or any
other substance which interferes with it's absorptive
IV -11
quality. It shall not contain any substance which would
` have a deleterious effect on the concrete. The burlap
., shall weigh not less than seven (7) ounces per square yard
when clean and dry.
(2) Cotton Mats:
Cotton mats for curing concrete shall conform to AASHTO M
73, "Specifications for Cotton Mats for Curing
Concrete".
(3) Waterproof paper:
Paper for curing concrete shall conform to ASTM C 171,
"Specifications for Waterproof Paper for Curing
Concrete". Impermeable sheets other than paper shall
conform to the water -retention requirements of ASTM C 171,
"Specifications for Water -proof Paper for Curing
Concrete".
(4) Liquid Membrane -Forming Compounds
I. Admixtures
Admixtures may be applied to the Portland Cement Concrete
Mix Design as approved by the Engineer to achieve special
properties. ADMIXTURES SHALL NOT BE USED AS A SUBSTITUTE FOR
CEMENT.
Air -Entrainment shall conform to ASTM C 260, "Standard
Specification for Air -Entraining Admixtures for Concrete".
Construction testing shall conform to ASTM C 233, "Test
Method for Testing Air -Entraining Admixtures for Concrete".
Chemical admixtures may be used when approved by the
Engineer. These admixtures shall conform to ASTM C 494,
"Specification for Chemical Admixtures for Concrete".
IV -12
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
"Test
156, Method for Water Retention by Concrete Curing
Materials". Liquid admixtures shall be protected from
freezing and from settling out of solution.
I. Admixtures
Admixtures may be applied to the Portland Cement Concrete
Mix Design as approved by the Engineer to achieve special
properties. ADMIXTURES SHALL NOT BE USED AS A SUBSTITUTE FOR
CEMENT.
Air -Entrainment shall conform to ASTM C 260, "Standard
Specification for Air -Entraining Admixtures for Concrete".
Construction testing shall conform to ASTM C 233, "Test
Method for Testing Air -Entraining Admixtures for Concrete".
Chemical admixtures may be used when approved by the
Engineer. These admixtures shall conform to ASTM C 494,
"Specification for Chemical Admixtures for Concrete".
IV -12
Mineral admixtures,such as fly ash and natural pozzzolans
.
may be used as an admixture when app
roved by 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 Pozzolansefor Use as a Mineral Admixture in
Portland Cement Concre
If fly ash is used, ASTM C 618 Class C or Class F may be
used:
3. REINFORCING MATERIALS
Unless otherwise noted on the plans, metal reinforcement
shall be Grade 40 minimum yield strength of the steel shall
be 40,000 pounds per square inch) as defined by ASTM
Specifications.
A. Wire Mesh
Wire mesh reinforcing shall conform to ASTM A 185,
"Standard Specifications'For Steel Welded Wire Fabric,
Plain, For Concrete Reinforcement".
Wire for concrete reinforcement shall conform to ASTM A 82,
"Specifications for Cold -Drawn Steel Wire for Concrete
Reinforcement".
Mesh reinforcement shall be of the size shown on the plans.
All reinforcement shall be permanently marked with Grade
identification marks or shall, on delivery, be accompanied
by a manufacturer's guarantee of Grade and compliance with
these specifications. Reinforcement stored on the site
shall be protected from accumulations of grease, mud or
other foreign matter and from rust producing conditions and
shall be free from rust, scale, oil, mud or structural
defects.
B. Bar Mats
The steel in bar mats shall conform to ASTM A 184,
"Specifications for Fabricated Steel Bar or Rod Mats for
Concrete Reinforcement". Members shall be of the size and
IV -13
t.
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
N") in diameter and shall be equipped with threaded
couplings.
E. Dowels and Sleeves
Dowels and sleeves shall be smooth plain round bars
conforming to the requirements of the specifications for
reinforcing bars. Dowel bars shall not be burred, roughened
IV -14
i
or 'deformed out of round in such a manner as to effect
slippage in the concrete. When metal sleeves are used, they
shall cover the ends of the dowels a minimum of two inches _
(2") and a maximum of three inches (3"). The sleeve shall
be closed at one (1) end and shall have a suitable stop to
hold the end of the bar at least one inch (1") from the
closed end of the sleeve. It shall be of such rigid design
that the closed end will not collapse during construction.
F. Supports
Chairs shall be used for holding reinforcing steel in the
correct position while the concrete is being placed. Chairs
shall be made of metal, minimum sixteen (16) gauge in
thickness, a minimum of eleven inches (11") in length, and
a minimum of one and one-eighth inches (1-1/8") in width.
The chairs shall be free of rust
Dowel rods shall be held in the correct position by means
offabricated steel supporting units or baskets. These
units shall be sturdy and so placed that the dowels are
properly aligned and parallel to the roadway centerline.
The units shall be free of rust.
G. Stakes
Stakes used to support expansion joint fillers shall be
channel or U-shaped metal, three-fourths inch (3/4") wide,
three-eighths inch (3/8") deep and not less than sixteen
(16) gauge in thickness. They shall be a minimum of fifteen
inches (15") in length. The stakes shall be free of rust.
H. Structural Steel
Structural steel shall conform to ASTM A 7,
"Specifications for Steel for Bridges and Buildings",
ASTM A 36, " Specifications for Structural Steel" or ASTM
A 373, "Specifications for Structural Steel for Welding"
as applicable.
I. Fiber Reinforcement
Fiber reinforcement may be used in place of welded wire
mesh if approved by the Engineer.
IV -15
r
(1) The fiber used shall be one hundred percent (100°x)
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 (1/211).
(3) Fibrous concrete reinforcement materials provided by
this section shall produce concrete conforming to the
requirements for each type and class of concrete listed
in Section IV -2-E on pages 5 and 6 of these
Specifications. Quantities to be used shall conform to
manufacturer's recommendations, unless otherwise
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 Specification For
Preformed Expansion Joint Filler For Concrete".
Expansion joints shall be placed as shown on the plans or
as directed by the Engineer.
B. Joint Sealants
` (1) Hot Poured Sealants
Joint sealants shall conform to ASTM D 3405, "Joint
Sealants, Hot Poured, For Concrete and Asphalt
Pavements" for use in joints between portland cement
concrete and bituminous concrete.
Joint sealants shall conform to ASTM D 3406, "Joint
Sealants, Hot Poured, Elastomeric Type" for use in all
other joints in portland cement concrete pavement.
f
IV -16
(2) -Cold Poured Sealants
Joint Sealants shall conform to ASTM C 920,
"Specification For Elastomeric Joint Sealants" for all
joints.
Joint sealing material.shall be W.R. Meadows "GARDOX"
or "SOF-SEAL" or equvalent'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 alight oil before
each use and forms which are to be re -used shall be cleaned
immediately after each use and maintained in good condition.
Curb forms shall be such that the face of the curb can be
formed by use of a face form held in place by steel templates.
Forms used for curb construction shall meet all of the above
IV -17
specifications,,except that face forms on curb radii may be
omitted if a true section and an accurate flow can be obtained
by other methods as approved by the Engineer. In no case will
a concrete pour be started without the approval of the
Engineer. No forms shall be placed until the compacted
subgrade is within one inch (111) of its finished grade. Forms
for alley slabs may be used as a guide for screeding. Where
longitudinal construction joints are required, the form shall
be so constructed as to provide a one and one-eighth inch (1-
1/8") "V" shaped groove in the face.
Forms for structural concrete shall meet all the
specifications above for curb and gutter, alley paving and
other miscellaneous flatwork forms except they shall not be
removed without approval of the Engineer.
6. FLEXIBLE BASE (CALICHE)
A. Description
"Flexible Base (Caliche)" shall consist of a foundation
course for surface course or for other base courses. It
shall be composed of caliche and stone materials and shall
be constructed as herein specified in one or more courses
in conformity with the typical sections shown on the plans
and to the lines and grades as established by the Engineer.
B. Material
(1) The material for the base course shall consist of
argillaceous limestone, calcareous or calcareous clay
particles, conglomerate, gravel, sand or other granular
materials. The material source shall be approved by
the Engineer. All the acceptable material shall be
crushed and returned to the screened material again in
such manner that a uniform product will be produced.
Samples for testing the material shall be taken prior
to the compaction operations and will normally be done
at the stockpile. Samples shall be taken in accordance
with ASTM D 75, "Practice For Sampling Aggregates".
Stripping as necessary will be done by the Contractor.
No payment will be made for stripping. The cost for
this operation shall be subsidiary to the bid price for
the base material.
IV -18
(2) The material shall conform to the following gradations
when tested in accordance with ASTM C 136:
Sieve Size 2" 1-1/2" 7/8" 1/2" #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".
The Liquid Limit shall be a maximum of 45; the
Plasticity Index shall be a maximum of 15 and a minimum
of 3; and the Linear Shrinkage shall be a maximum of
10.
(3) Wet Ball Mill Test of Flexible Base Material
The material, when tested in accordance with Texas
Department of Transportation Test Method Tex -116-E,
shall have a maximum allowable value of 55.
C. In -Place Density Tests
The In-place density tests shall be taken by the City
of Lubbock Testing Laboratory after final compaction of
each layer of the base course. ASTM D 2922, "Test
Methods For Density of Soil And Soil -Aggregate In Place
By Nuclear Methods (Shallow Depth)" shall be used.
Each test shall conform to the applicable ASTM
Specification.
7. LIME TREATMENT
A. Lime for soil stabilization (road mixed)
This item shall govern for treating the new or existing
subgrade, the existing pavement structure or a combination
thereof to be used as subgrade by pulverizing, adding lime,
mixing and compacting the mixed material to the required
density.
The lime shall meet the requirements of the Texas
Department of Transportation Standard Construction
IV -19
i
Specifications, Item 264, "Lime and Lime Slurry" for the
type of lime specified.
All aspects of this item including materials, equipment,
construction methods, mixing, compaction methods, reworking,
finishing and curing shall conform to the Texas Department
of Transportation Standard Construction Specifications, Item
260, "Lime Treatment For Materials Used As Subgrade".
Prior to treating the existing material, the subgrade
material shall be shaped to conform to the typical sections
and elevations shown on the plans or as established by the
Engineer.
The stabilized material shall be compacted in accordance
with TxDOT Test Method Tex -121-E.
The stabilized material shall be compacted in accordance
with TxDOT Test Method Tex -121-E.
C. Lime Treatment for caliche base courses (plant mixed)
This item shall consist of the construction of a foundation
for surface course or other base courses consisting of a
mixture of base material, hydrated lime and water.
IV -20
B. Lime treatment for caliche base courses (road mixed
This item shallovern treating eating new and/or existing base
and surfacing (with or without hot mix asphaltic concrete
pavement) by pulverizing, adding lime, mixing and
compacting the treated material to the required density.
"'
The lime shall meet the requirements of the Texas Department
t
of Transportation Standard Construction Specifications, Item
264, "Lime and Lime Slurry" for the type of lime specified.
PM
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.
IV -20
The lime shall meet the requirements of the Texas Department
of Transportation Standard Construction Specifications, Item
264, "Lime and Lime Slurry". Type A Hydrated Lime shall be
used.
All aspects of this item including materials, equipment,
proportioning, construction methods, mixing, compaction,
reworking, finishing and curing shall conform to the Texas
Department of Transportation Standard Construction
Specifications, Item 263, "Lime Treated Base(Plant
Mixed)"
Prior to treating existing material, the subgrade or base
material shall be shaped to conform to the typical sections
and elevations shown on the plans or as established by the
Engineer.
The stabilized material shall be compacted in accordance
with TxDOT Test Method Tex -121-E.
8. -FLY ASH
Fly ash maybe either Class C or Class F as designated by
ASTM C 618, "Standard Specification For Fly Ash and Raw or
Calcined Natural Pozzolan For Use As A Mineral Admixture In
Portland Cement Concrete". Fly ash shall also meet the
requirements of the Texas Department of Transportation
"Departmental Materials Specification: D-9-9800, Fly Ash".
Prior to treating existing material, the subgrade or base
material shall be shaped to conform to the typical sections
and elevations shown on the plans or as established by the
Engineer.
Fly ash stabilized materials shall be compacted in
accordance with TxDOT Test Method Tex -127-E.
9. FLY ASH BASE
A. DESCRIPTION
This item shall consist of a foundation course for
surface course or other base courses. It shall be
composed of a compacted mixture of crushed cured fly ash
from sources approved by the Engineer, (Once the source
is selectedtheContractor shall not change to another
source without the Engineer's written approval). It
shall be constructed as herein specified in one or more
IV -21
7
courses in conformity with the typical sections shown on
the plans and to the lines and grades as established by
P" the Engineer.
B. MATERIALS
(1) The material for the base course shall consist of a
fly ash which has set, cured, been mined, crushed and
sized. The crushed, cured fly ash shall be free of
injurious or hazardous products, organic materials, or
other foreign matter.
(2) The material shall comply with either Class 2 or Class
3 Industrial Waste Requirements set forth in 30 Texas
Administrative Code, Section 335.506 and Section
335.507.
C. TRIAXIAL SHEAR TEST OF FLY ASH BASE MATERIAL
The material, when tested in accordance with Texas
Department of Transportation Test Method Tex -117-E,
shall be in a Triaxial Class not less than Class 1.
D. IN-PLACE DENSITY TESTS
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).
6
IV -22
A. Asphalt Stabilized Materials for Base Mixture
The asphaltic material shall be mixed hot in a mixing plant
approved by the Engineer. The percent (%) 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 Actcrrecrate (Graded Gravel)
The material shall be crushed and shall be screened as
necessary to meet the requirements hereinafter --
specified and shall consist of durable aggregate
particles otherwise specified below.
This mixture shall conform to the Texas Department
of Transportation Standard Construction
Specification, Item 345, "Asphalt Stabilized Base
(Plant Mix)".
(2) Stockpiling Storacre 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 individual stockpiles
and proportioning from these stockpiles shall be the
contractor's responsibility.
IV -23
4 ,
(3) Gradation
Unless otherwise
aggregate shall
below:
specified, the grading of the mineral
conform to the limitations as shown
Grade 4 -- Grading requirements percent retained -sieves
1-1/211 7/811 1/211 #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 (0.511) 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 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
r 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
IV -24
asphaltic material shall form from four percent (4t) 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 _F
Department of Transportation Test Method Tex -126-F as
applicable.
(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 be
used in the mixture after design tests have been made
with the aggregate to be used in the project. When
tested as determined by the Engineer, samples of the
mixture shall not vary from the asphalt content
designated by the Engineer by more than two-tenths of
one percent (0.2;) dry weight based on total mixture.
Asphaltic concrete pavement and asphaltic stabilized
base shall be machine layed and the equipment shall
conform with Texas Department of Transportation
Standard Construction Specifications, Item 340,"Hot Mix
Asphaltic Concrete Pavement".
10. 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.
IV -25
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
k 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
r
IV -26
3
Any equipment found to be defective and affecting the quality
of the mixture will be replaced.
F
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
r
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."
r
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
k 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
r
IV -26
the aggregate prior to the mixing operation. The dryer
shall be of sufficient size to keep the plant in
continuous operation.
(3) Screening and Proportionin
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 -27
r�
(6 ) Mixer
if
r
(7) Surge -Storage System
A surge storage system may be used. It shall be
adequate to minimize production interruptions during
the normal day's operation. A device such as a gob
hopper or other similar devices approved by the
Engineer to prevent segregation in the surge storage
bin will be required. If the Contractor elects to use a
surge storage system, scales conforming to the
requirements outlined herein will be required.
(8) Scales
Scales may be standard platform truck scales or other
equipment such as weigh hopper (suspended) scales
approved by the Engineer. All scales shall conform to
the Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and
Measuring Equipment". If truck scales are used, they
shall be placed at a location approved by the Engineer.
If other weighing equipment is used, the Engineer may
require weight checks by truck scales for the basis of
approval of the equipment.
IV -28
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.
if
r
(7) Surge -Storage System
A surge storage system may be used. It shall be
adequate to minimize production interruptions during
the normal day's operation. A device such as a gob
hopper or other similar devices approved by the
Engineer to prevent segregation in the surge storage
bin will be required. If the Contractor elects to use a
surge storage system, scales conforming to the
requirements outlined herein will be required.
(8) Scales
Scales may be standard platform truck scales or other
equipment such as weigh hopper (suspended) scales
approved by the Engineer. All scales shall conform to
the Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and
Measuring Equipment". If truck scales are used, they
shall be placed at a location approved by the Engineer.
If other weighing equipment is used, the Engineer may
require weight checks by truck scales for the basis of
approval of the equipment.
IV -28
B. Continuous Mixing Tyne
(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.
r--
(2 ) Dryer
The dryer shall be the type that continually agitates
the aggregate during heating and in which the
temperature can be so controlled that the aggregate
will not be injured in the necessary drying and heating
operations required to obtain a mixture of the
specified temperature. The burner, or combination of
burners, and type of fuel used shall be such that in
the process of heating the aggregate to the desired or
specified temperature, no residue from the fuel shall
adhere to the heated aggregate. A recording thermometer
shall be provided which will record the temperature of
the aggregate prior to the mixing operation. The dryer
shall be of sufficient size to keep the plant in
continuous operation.
(3) Screening and Pronortionin
The screening capacity and size of the hot aggregate
bins shall be sufficient to screen and store the
amount of aggregate required to properly operate the
plant and to keep the plant in continuous operation at
full capacity. The hot bins shall be constructed so
that oversize and overloaded material will be
discarded through overflow chutes. Provisions shall be
made to enable inspection forces to have easy and safe
access to the proper location on the mixing plant
where representative samples may be taken from the hot
bins for testing. The plant shall be equipped with at
IV -29
least three hot bins, The aggregate shall be separated
into the number of bins indicated on the plans or as
r» directed by the Engineer.
(4) Hot Acrgregate Bin
The hot bins shall be so constructed that oversize
and overloaded material will be discarded through an
f overflow chute. Hot aggregate bins that become
deficient in material shall activate a switch that
�,.. automatically stops the plant until proper
r
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
designed that the asphalt will spray uniformly and
continuously into the mixer.
F(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
f
IV -30
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.
(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 r
at the discharge end).
(9) Surge Storage System
A surge storage system may be used. It shall be
adequate to minimize production interruption during
the normal day's operation. A device such as a gob
hopper or other similar devices approved by the
Engineer to prevent segregation -in the surge
storage bin will be required. If the Contractor
elects to use a surge storage system, scales
conforming to the requirements outlined herein will
be required.
(10) Scales
Scales may be standard platform truck scales or
other equipment such as weigh hopper (suspended)
scales approved by the Engineer. All scales shall
conform to the Texas Department of Transportation
Standard Construction Specifications, Item 520,
IV -31
"Weighing and Measuring Equipment." If truck scales are
used, they shall be placed at a location approved by
j" the Engineer. If other weighing equipment is used, the
Engineer may require weight checks by truck scales for
the basis of approval of the equipment.
C. Drum Mix Plant
Unless otherwise shown on the plans, the Contractor may, at
his option elect to use the drum mixing process in the
mixing of asphalt stabilized base material. The plant shall
be adequately designed and constructed for the process of
mixing aggregates and asphalt in the dryer -drum without
preheating the aggregates. The plant shall be equipped with
satisfactory conveyors, power units, aggregate handling
equipment and feed controls and shall consist of the
following essential pieces of equipment.
(1) Cold Aacrreaate 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 (5016) 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
kti"IK
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 theTexasDepartment of Transportation
Standard Construction Specifications, Item 520,
"Weighing and Measuring Equipment", shall be placed in
the asphalt line leading to the dryer -drum mixer so
that the cumulative amount of asphalt used can be
accurately_ determined. Provisions of a permanent nature _
shall be made for checking the accuracy of the
measuring device output. The asphalt measuring device
and line to the measuring device shall be protected
with a jacket of hot oil or other approved means to
maintain the temperature of the line and measuring
device near that temperature specified for the
asphaltic material. The measuring system shall include ._
an automatic temperature compensation device to
maintain a constant percent by weight of asphaltic
material in the.mixture. Unless otherwise shown on the
plans, the temperature of the asphaltic material
entering the measuring device shall be maintained at
plus or minus 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
IV -33
i 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) Surae Storage System
A surge storage system will be required. It shall be
,.ft adequate to minimize the production interruptions
during the normal day's operations and shall be so
constructed to minimize segregation. A device such as a
gob hopper or other similar device approved by the
Engineer to prevent segregation in the surge storage
bin will be required.
(7) Scales
Scales may be standard platform truck scales, belt
scales or other equipment such as weigh hopper
(suspended) scales approved by the Engineer. All scales
shall conform to the 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.
ti D. asphaltic Material Heating Equipment
r 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
r
IV -34
the heater used maintains a positive circulation of the
asphalt throughoutthe 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. SDreadina And Finishing Machine
The spreading and finishing machine shall,be of a type
approved by the Engineer, shall be capable of producing a
surface that will meet the requirements of the typical
cross section and the surface test, when required, and when
the mixture is dumped directly into the finishing machine
shall have adequate power to propel the delivery vehicles
in a satisfactory manner. The finishing machine shall be
equipped with a flexible spring and/or hydraulic type hitch
sufficient in design and capability to maintain contact
between the rear wheels of the hauling equipment and the
pusher rollers of the finishing machine while the mixture
is being unloaded.
The use of any vehicle which requires dumping directly into
the finishing machine and which.the finishing machine
cannot push or propel in such a manner as to obtain the
desired lines and grades without resorting to hand
finishing will not be allowed. Vehicles dumping directly
or indirectly into the finishing machine shall be so
designed and equipped that unloading into the finishing
machine can be mechanically and/or automatically operated
in such a manner that overloading the,finishing machine
being used cannot occur and the required lines and grades
will be obtained without resorting to hand finishing.
Unless otherwise shown on the plans, dumping of the
asphaltic mixture in a.windrow and then placing the mixture
in the finishing machine with loading equipment will be
permitted provided that the loading equipment is
constructed and operated in such manner that substantially
all of the -mixture deposited on the roadbed is picked up
and loaded in the finishing machine without contamination
by foreign material of the mixture and excessive
temperature loss is not encountered. The loading equipment
will be so designed and operated that the finishing machine
being loaded will obtain the required line, grade and
surface without resorting to hand finishing. Any operation
of the loading equipment resulting in the accumulation and
IV -35
subsequent shedding of this accumulated material into the
asphaltic mixture will not be permitted.
4 Automatic screed controls, if required, shall meet the
requirements of the Texas Department of Transportation
l,.. Standard Construction Specifications Item 342, "Plant Mix
i Seal".
F. Rollers
It shall be the responsibility of the Contractor to have
rolling equipment available on the job to properly compact
the paving mixture in place as required without delay to
the laydown operation. Rollers provided shall meet the
qualifications for their type as follows:
(1) Pneumatic Tire Rollers (Required on all Black
Base and Hot Mix Surfacing)
The rollers shall be acceptable medium pneumatic tire
rollers conforming to the requirements of Texas
Department of Transportation Standard Construction
Specification Item 213, "Rolling (Pneumatic Tires),"
Type B, unless otherwise specified on the plans.
(2) Two Axle Tandem Roller (Required on All Hot Mix
Surfacing)
This roller shall be an acceptable power -driven tandem
roller weighing not less than eight (8) tons.
(3) Three Wheel Roller (Required on All Black Base
and Hot Mix Surfacing)
This roller shall be an acceptable power -driven three
wheel roller weighing not less than ten (10) tons.
(4) Three Axle Tandem Roller
This roller shall be an acceptable power -driven three
axle roller weighing not less than ten (10) tons.
ter.
(5) Trench Roller
This roller shall be an acceptable power -driven trench
roller equipped with sprinkler for keeping the wheels
wet and an adjustable road wheel so that the roller may
be kept level during rolling. The drive wheel shall be _
not less than twenty inches (20") wide. The roller
under working conditions shall produce not less than
three hundred twenty five (325) pounds per linear inch
of roller width and be so geared that a speed of
approximately one and eight -tenths (1.8) miles per hour
is obtained in low gear.
(6) Vibratory Steel -Wheel Roller (Required on all
Black Base)
This roller shall have a minimum weight of six (6)
tons. The compactor shall be equipped with amplitude
and frequency controls and specifically designed to
compact the material on which it is used, and shall be
operated in accordance with the manufacturer's
recommendations or as directed by the,Engineer.
(7) Straightedges and Templates
When directed by the Engineer, the Contractor shall
provide acceptable ten feet (101) straightedges for
surface testing. Satisfactory templates shall be
provided as required by the Engineer.
(8) Alternate Equipment
When permitted by the Engineer in writing, equipment
other than that specified which will consistently
produce satisfactory results may be used.
(9) Inspection
It will be the Contractor's responsibility to provide
safe and accurate means to enable inspection forces to
take all required samples, and to provide permanent
means for checking the output of any specified metering
IV -37
i
f
device and to perform the calibration checks as
required by the Engineer.
G. Stockpiling, Storage And Mixing
(1) Stockpiling of Aggregates
Prior to mixing operations with asphaltic material,
processed mineral aggregate shall be stockpiled on an
area previously cleared of trash, weeds and grass and
shall be smoothed and well drained as directed by the
Engineer. The aggregate stockpiles shall be not less
than ten feet (101) in height and constructed in layers
not exceeding eighteen inches (18") in depth or as
directed by the Engineer. The plant shall have and
maintain at least a two-day supply of aggregates on
hand at all times, unless otherwise directed by the
Engineer. Material shall be stockpiled in such a
manner as to prevent segregation of aggregate and
mixing of aggregates from stockpiles and/or other
sources and will not allow contamination with foreign
material. More than one stockpile will be permitted
unless otherwise shown on plans. The gradation
requirements for the individual stockpiles and
proportioning from these stockpiles will be the
Contractor's responsibility as approved by the
Engineer.
IV -38
(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
i
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.
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
IV -38
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° C).
(4) Proportionin
The proportioning of the various materials entering the
asphaltic mixture shall be the, responsibility of the
Contractor as approved by the Engineer and in
accordance with these specifications. The asphaltic
material and aggregates may be proportioned by weight
or by volume based on weight using the specified
equipment.
(5 ) 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. Thi's 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 (140C).
Temporary storing or holding of the asphaltic
mixture by the surge storage system may be used
during the normal day's operation. Overnight
storage will not be permitted unless authorized in
the plans or in writing by the Engineer. The
mixture coming out of the surge storage bin must be
of equal quality to that coming out of the mixer.
IV -39
1
(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° C) .
Checks on asphalt used shall be made at least twice
daily comparing the asphalt used in ten (10) loads
of completed mix as shown on the asphalt recording
meter and the design amount for these ten (10)
loads. The acceptable percent of variation between
the asphalt used and the design amount will be as
shown on the plans or as determined by the
Engineer.
Temporary storing or holding of the asphaltic
mixture by the surge storage system may be used
during the normal day's operation. Overnight
storage will not be permitted unless authorized in
the plans or in writing by the Engineer. The
mixture coming out of the surge storage bin must be
of equal quality to that coming out of the mixer.
(c) Drum -mix Plant
IV -40
f
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
asphaltcontentwill 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
r.,
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.
IV -40
f
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 limitations. The mixture when discharged from
the mixer shall not vary from this selected
temperature more than 25° F (140 C). In no case
shall the temperature exceed 360° F (182° C).
H. Construction Methods
(1) Temperature Requirements
A. Hot Mix Asphaltic Concrete (HMAC) - November 1st until
April 1st
-1. The asphaltic mixture shall not be placed when the
air temperature is below 55° F(130 C) and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 500 F (10° C) and rising.
B. Hot Mix Asphaltic Concrete (HMAC) April 2nd until
October 31st
1. The asphaltic mixture shall not be placed when the
air temperature is below 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.
C. Asphalt Stabilized Base
1. The asphaltic mixture shall not be placed when the
air temperature is below 450 F (70 C) and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 400 F (40 C)and rising.
The Engineer shall use his discretion to require a cover
over the asphaltic mixture when being hauled from the plant
IV -41
to the job site. The air temperature shall be determined by
the Engineer or City Representative. The air temperature
shall be taken in the shade away from artificial heat or as
reported by the National Weather Service on their hourly
report (telephone no. 762-0141). The air temperature taken
at the jobsite by the Engineer or City Representative shall
take precedence over the National Weather Service
temperature at the Engineer's discretion. It is further
provided that the prime coat, tack coat or asphalt
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
IV -42
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 rolling shall be completed during daylight hours.
The inside of the truck body may be given a light coat of
oil, lime slurry or other material satisfactory to the
Engineer, if necessary, to prevent mixture from adhering to
the body. In cool weather or for long hauls, canvas covers
and insulating of truck bodies may be required. Vehicles of
the semi -trailer type are prohibited.
(5) Placing
Generally, the asphaltic mixture shall be dumped and spread
on the approved prepared surface with the specified
spreading and finishing machine, When properly compacted,
the finished course will be smooth, of uniform density, and
will conform with the typical sections shown on the plans
and to the lines and grades established by the Engineer.
During the application of asphaltic material, care shall be
taken to prevent splattering of adjacent pavement, curb and
gutter and structures.
The mixture shall be spread and compacted in layers or
lifts as specified on the plans or as directed by the
Engineer. The sequence of compacting shall be such that
undue 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 oflearth 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 orplacedin small
irregular areas where the use of a finishing machine is not
practical, the finishing machine may be eliminated when
IV -43
FM
authorized by the Engineer, provided a satisfactory surface
can be obtained by other approved methods.
r►
I. Compacting
(1) As directed by the Engineer, the asphalt stabilized
base shall be compacted thoroughly and uniformly with
the specified rollers. In lieu of the rolling equipment
specified, the Contractor may, upon written permission
from the Engineer, operate other compacting equipment
that will produce equivalent relative compaction as the
specified equipment. If the substituted compaction
equipment fails to produce the desired compaction as
would be expected of the specified equipment, as
determined by the Engineer, its use shall be
discontinued. When directed by the Engineer, the
initial compaction shall be accomplished with pneumatic
tire rollers.
(2) When rolling with the three wheel, tandem, or vibratory
rollers, rolling shall start longitudinally at the
sides and proceed toward the center of the pavement,
overlapping on successive trips by at least half the
width of the rear wheel unless otherwise directed by
the Engineer. Alternate trips of the roller shall be
slightly different in length. On super -elevated
curves, rolling shall begin at the low side and
progress toward the high side unless otherwise directed
by the Engineer. When rolling with vibratory steel
wheel rollers, the manufacturer's recommendation shall
be followed unless directed otherwise by the Engineer.
Rolling with pneumatic -tire roller shall be done as
directed by the Engineer. Rolling shall be continued
until no further increase in density can be obtained
and all roller marks are eliminated. The motion of the
roller shall be slow enough at all times to avoid
displacement of the mixture. If any displacement
occurs, it shall be corrected at once by the use of a
rake, and of fresh mixtures where required. The roller
shall not be allowed to stand on any portion of the
pavement mixture which has not been fully compacted.
To prevent adhesion of the mixture to the roller, the
wheels shall be kept thoroughly moistened with water,
but an excess of water will not be permitted. All
rollers must be in good mechanical condition.
Necessary precautions shall be taken to prevent the
dropping of diesel, gasoline, oil, grease or other
r`.
IV -44
foreign matter on the roadway, either when the rollers
are in operation or when standing
The edges of the pavement along curbs, headers and
similar structures, and all places not accessible to
the roller, or in such positions as will not allow
thorough compaction with the rollers, shall be
thoroughly compacted with lightly oiled tamps.
Compaction shall be completed before the asphaltic
mixture cools below 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.
K. Protection Of The Work And Opening To Traffic
The completed asphalt stabilized base course shall be
opened to traffic as provided,by the plans and as directed
by the Engineer. All construction traffic allowed on the
base course shall comply with the State of Texas and City
of Lubbock laws and ordinances governing traffic on
highways unless otherwise authorized by the Engineer. When
another roadway surface is provided for the traveling
public and construction traffic through the project, the
Engineer may prohibit traffic on the completed base course.
L. In -Place Density Tests
City personnel will provide density tests and results
throughout the construction process at no cost to the
contractor. In the event the original tests fail, all
retests as necessary will be the cost of the Contractor.
Samples of the completed pavement shall be removed from
locations designated by the Engineer to enable him to
determine the composition, compaction, and density of the
pavement. Samples for each day or fraction thereof shall
IV -45
A
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.
11. ASPHALTS, OILS and EMULSIONS
Asphalts used on all City of Lubbock paving projects
shall comply with Texas Department of Transportation
Standard Construction Specifications, Item 300, "Asphalts,
Oils and Emulsions".
A. Asphalt Cement
The asphalt cement shall be homogeneous, free from water,
shall not foam when heated to 347°F (161°C) and shall
conform to the requirements of Texas Department of
Transportation Standard Construction Specifications,
Subarticle 300.2.(1), Table 1.
B. Latex Modified Asphalt
(1) Latex Additive
Latex additive shall be an emulsion of stryene-
butadiene,low temperature copolymer in water. The
emulsion shall have good storage stability and possess
the following properties:
Monomer ratio of Latex
butadiene to styrene (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
IV -46
emulsion. Thisinformation 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 + 201 latex solids Seal coats and surface treatments
AC -10 + 2t latex solids Seal coats and surface treatments
or asphaltic concrete
AC -10 + 36 latex solids Asphaltic Concrete
The finished asphalt cement -latex additive blend shall be
smooth, homogeneous and comply with the following
requirements:
Minimum SBR content, percent by
wt. solids (IR determination)*
2.0
2.0
3.0
Penetration, 100g, 5 sec, 77°F min
120
80
75
viscosity, 140°F, poises, minimum
700
1300
1600
Viscosit , 275°F, poises, maximum
7.0
8.0
12.0
Ductility, 39.20F, 1 cm/min, cm,
minimum
-
-
100
Ductility, 39.2°F, 5 cm/min, cm,
minimum
70
60
-
Separation of polymer, 3250F**
I NONE
I NONE
NONE
IV -47
* 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 (1630C). 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
(1630C). Upon completion of storage time, the sample shall
be examined as indicated above.
Material storage, heating and application temperatures shall
comply with Texas Department of Transportation Standard
Construction Specifications, Subarticle 300.3. supplemented by
the following:
All AC -latex blends 1300°F -375°F
All AC -latex blends 11490C -1910C
390°F
199°C
390°F
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 + 2t 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.
IV -48
r
12. HOT MIX ASPHALTIC CONCRETE PAVEMENT
This item shall govern for all courses of a hot mix
asphaltic concrete mixture used as a base course, a
level -up course, a surface course or any combination of
these courses. Each course shall be composed of a _
compacted mixture of aggregate, asphalt cement and
additives, as approved, mixed hot in a mixing plant. Each
course shall comply with Texas Department of Transportation
Standard Construction Specifications, Item 340, "Hot Mix
Asphaltic Concrete Pavement".
The Contractor shall furnish materials meeting the
following requirements prior to mixing.
(A) Aggrecrate
(1) General
The mineral aggregate shall be composed of coarse —
aggregate, a fine aggregate, and if required, a mineral
filler. Samples of coarse aggregate, fine aggregate
and mineral filler shall be submitted to the City of
Lubbock Testing Laboratory for testing,and approval by
the Engineer. Approval of other material and of the
source of supply must be obtained from the Engineer
prior to delivery.
The combined mineral aggregate, after final processing
by the mixing plant, and prior to addition of asphalt
and mineral filler, shall have a sand equivalent value
of not less than forty-five (45), unless otherwise
shown on the plans when tested in accordance with ASTM _
D 2419, "Sand Equivalent Value of Soils and Fine
Aggregate".
The percent (%) of flat or elongated slivers of stone
for any course shall not exceed twenty five percent
(25%), when tested in accordance with Texas Department
of Transportation Test Method Tex -224-F.
The aggregate will be subjected to five (5) cycles of
magnesium sulfate soundness testing in accordance with
Texas Department of Transportation Test Method Tex -411-
A. The loss shall not exceed twenty five percent.(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 (700-.)
IV -49
P
F
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.
Prior to stockpiling of aggregates the area shall be
cleaned of trash, weeds and grass and be relatively
smooth. Aggregates shall be separated into stockpiles
of different gradation, such as a large coarse
aggregate, and a small coarse aggregate stockpile such
that the grading requirements of the specified type
will be met when the piles are combined in the
asphaltic mixture. No coarse aggregate stockpile shall
contain more than ten percent (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 (150)
by weight, (100 percent of which shall pass a 1/4 inch
sieve). Suitable equipment of acceptable size shall be
furnished by the Contractor to work the stockpiles and
prevent segregation of the aggregates.
If the Contractor utilizes an asphalt continuous mix
plant, the various aggregate stockpiles of different
gradation will be stockpiled in the same manner as
described for stockpiling of aggregate for asphalt
stabilized base. That is, the stockpiling of the
aggregate shall be made up of layers of material not to
exceed two feet (21) in height of each layer. The edge
of each succeeding layer shall extend inward so as not
to overlap the edge of the layer below. In loading
from the stockpile, the material shall be loaded by
making successive vertical cuts through the entire
depth of the stockpile.
(2) Coarse Aggregate
The coarse aggregate shall be that part of the
aggregate retained on a No.'10 sieve. The Aggregate
shall consist of clean, tough, durable fragments of
crushed stone of uniform quality throughout; mixing or
combining crushed gravel and crushed stone will not be
permitted. The aggregate shall be crushed to the extent
that produces a minimum of eighty five percent (850)
crushed faces when tested in accordance with Texas
Department of Transportation Test Method Tex -460-A. The
aggregate shall have a maximum of twenty five percent
IV -50
r
k
f
(2516) 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,
foams 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 (40t) loss by weight when subjected
to ASTM C 131, "Test MethodForResistance To
Degradation of Small -Size Coarse Aggregate By Abrasion
and Impact in The Los Angeles Machine or ASTM C 535,
"Test Method For Resistance To Degradation of Large -
Size Coarse Aggregate By Abrasion and Impact in The Los
Angeles Machine". Coarse aggregate from each source
shall meet the abrasion.requirements specified.
IV -51
rr•
i
( 3 ) Fine Acagreaate
The fine aggregate shall be that part of the aggregate
passing the No. 10 sieve and shall conform to ASTM D
1073, "Standard Specification for Fine Aggregate for
,,. Bituminous Paving Mixtures". The aggregate shall
consist of sand or screenings or a combination of sand
and screenings.
(4) Mineral Filler
The mineral filler shall consist of thoroughly dry stone
dust, slate, dust, portland cement or other mineral dust
approved by the Engineer. The mineral filler shall be
free from foreign and other injurious matter.
The mineral filler, when tested by ASTM D 242, "Standard
Specification For Mineral Filler For Bituminous Paving
Mixtures, shall meet the following grading requirements:
Per Cent
By Weight
Passing a No. 30 sieve 100
Passing a No. 80 sieve 95 to 100
Passing a No. 200 sieve 70 to 100
IV -`52
The plasticity index (P.I.) of that part of the sand
t
passing the No.40 sieve shall not be more than six (6)
when tested in accordance with ASTM D 4318, "Standard
.-�
Test Method For Liquid Limit, Plastic Limit and
Plasticity Index of Soils". The plasticity index
(P.I.) of that part of the screenings passing the No.
40 sieve shall not be more than nine (9), unless
otherwise shown on plans, when tested in accordance
with ASTM D 4318,"Standard Test Method For Liquid
Limit, Plastic Limit and Plasticity Index of Soils".
Fine aggregate from each source shall meet the
plasticity index (P.I.) requirements.
�..
Sand shall be composed of durable stone particles free
from injurious foreign matter conforming to ASTM C 778,
"Specifications For Standard Sand". Screenings shall
be of the same or similar material as specified for
coarse aggregate.
(4) Mineral Filler
The mineral filler shall consist of thoroughly dry stone
dust, slate, dust, portland cement or other mineral dust
approved by the Engineer. The mineral filler shall be
free from foreign and other injurious matter.
The mineral filler, when tested by ASTM D 242, "Standard
Specification For Mineral Filler For Bituminous Paving
Mixtures, shall meet the following grading requirements:
Per Cent
By Weight
Passing a No. 30 sieve 100
Passing a No. 80 sieve 95 to 100
Passing a No. 200 sieve 70 to 100
IV -`52
(B) Asphalt pntistrippincr Acrents
This item shall govern for furnishing and incorporating
lime or liquid antistripping agents in the production of
asphaltic concrete pavement mixtures and/or asphalt
stabilized base mixtures. Any asphalt antistripping agent
used shall meet the requirements of Texas Department of
Transportation Standard Construction Specifications, Item
301, "Asphalt Antistripping Agents".
(1) Lime
The lime shall meet the requirements of Texas
Department of Transportation Standard Construction
- Specifications, Item.264, "Lime and Lime Slurry". The
selected amount of lime shall be in the range of five
tenths of one percent (0.5k) 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 Antistrippincr Accent
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.
IV -53
c
(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.
(3) Maximum viscosity of the emulsion at 770F (25°C)
shall be 2000 cps as taken on the No. 3 spindle of
the Brookfield RVT Viscometer at 20 RPM (do not use a
Saybolt Furol Viscometer)
The manufacturer shall furnish the actual styrene -
butadiene rubber (SBR) content for each batch of latex
( emulsion. This information shall accompany all shipments
to facilitate proper addition rates.
(D) Asphaltic Material
(1) Asphalt for Paving Mixtures
�^ Asphalt for the paving mixtures shall be of the
types of oil asphalt as determined by the Engineer.
The asphalt used shall meet all the requirements as
�,.., stated in the Texas Department of Transportation
Standard Construction Specifications, Item 300,
"Asphalts,Oils and Emulsions".
Liquid asphalt viscosity shall be tested in
conformance with ASTM D 2170, "Standard Test Method
For Kinematic Viscosity of Asphalts (Bitumens), and
ASTM D 2171, "Standard Test Method For Viscosity of
Asphalts by Vacuum Capillary Viscometer".
Penetration tests shall conform to ASTM D 5,
"Standard Test Method For Penetration of Bituminous
Materials". Flash point tests shall conform to ASTM
D 92, "Test Method For Flash and Fire Points by
Cleveland Open Cup". Rolling thin film oven tests
t 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,
g "Standard Test Method For Ductility of Bituminous
r'
fi
IV -54
Materials". Solubility tests shall conform to ASTM D
2042, "Standard Test Method For Solubility of Asphalt
Materials in Trichlorethylene". Specific gravity
tests shall conform to ASTM D 70, "Standard Test
Method`For Specific Gravity and Density of Semi -Solid
Bituminous Materials". Softening point tests shall
conform to ASTM D 36, "Test Method For Softening
Point of Bitumen (Ring and.Ball Apparatus)
The grade of asphalt used shall be as designated by
the Engineer after design tests have been made using
the mineral aggregates that are to be used in the
project. If more than one type of asphaltic concrete
mixture is specified for the project, only one grade
of asphalt will be required for all types of
mixtures, unless otherwise shown on plans. The
Contractor shall notify the Engineer of the source
of his asphaltic material prior to production of the
asphaltic mixture and this source shall not be
changed during the course of the project except by
written permission of the Engineer.
(2) Hydrated Lime
Hydrated lime shall be added to the asphalt mixture,
as per Texas Department of Transportation Standard
Construction Specifications, Item 264, "Lime and Lime
Slurry", as an additive to improve the quality of the
mixture, if approved by the Engineer.
(3) Bituminous Tack Coat
The asphaltic material for tack coat shall meet the
requirements for Cutback Asphalt RC -2 and conform to
ASTM D 2028,."Standard Specification For Cutback
Asphalt(Rapid Curing Type)", or shall be a Cutback
Asphalt made by combining fifty percent (50%) to
seventy percent (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. —
IV -55
Emulsified asphalt if used, shall be an SS or SS-lh
asphalt and conform to ASTM D 244, "Standard Methods
�- of Testing Emulsified Asphalt".
The liquid asphalt viscosity shall be tested in
accordance with ASTM D 2170, "Standard Test Method
For Kinematic Viscosity of Asphalts" and ASTM D
2171, "Standard Test Method For Viscosity of
Asphalts by Vacuum Capillary Viscometer".
(4) Bituminous Prime coat
The asphaltic material for the prime coat shall meet
the requirements for Cutback Asphalt RC -30 and
conform to ASTM D 2028, "Standard Specification For
Cutback Asphalt (Rapid Curing Type)".
(E) Paving Mixtures
Types
The paving mixture shall consist of a uniform mixture of
coarse aggregate, fine aggregate and asphaltic
t: 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".
IV -56
(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
In 100 ---
3/4►► 98-100 ---
1/211 81-93 - 100
3/811 65-85 85-100
No.4 43-63 50-70
No.8 33-45 35-47
No.16 22-34 23-35
No.30 13-27 14-29
No.50 7-19 8-20
No.100 3-11 4-12
No.200 1-6 1-6
Bitumen percent 4.0 - 6.0 4.0 - 6.0
of total mix
(to be determined
by City of Lubbock
Laboratory mix design)
(F) Laboratory Control
If the Contractor or supplier elects to use a material or
location not previously approved by the City of Lubbock,
he shall request approval in writing from the Engineer
not less than sixty (60) days prior to anticipated use of
the material. The City of Lubbock Laboratory test results
will be the sole consideration for approval of materials,
mix designs, adequacy of procedures, etc.. The results of
such testing shall be evaluated and final approval given
by the City Engineer.
The City of Lubbock shall utilize its own testing
laboratory to monitor the plant mixing for Black Base and
IV -57
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
(H) Extraction/Gradation Tests And Desictn Criteria
(1) Samples of the mixture when tested in accordance with
ASTM D 2172, "Standard Test Methods For Quanitative
Extraction of Bitumen From Bituminous Paving
Mixtures", shall not vary from the grading
proportions of the aggregate and the asphalt content
IV -58
designated by the Engineer by more than the
respective tolerance specified above.
During construction, if variations of grading or
asphalt content exceeds the tolerances stated herein,
production will be discontinued until such time as
the Hot Mix Asphaltic Concrete mixture has been
corrected and subsequent grading and extraction tests
indicate results within the tolerance stated herein.
All Hot Mix Asphaltic Concrete mixture so
constructed, which exceeds the tolerances as stated
herein, will be removed and replaced at no cost to
the Owner.
(2) Design Method (Table 2)
Thoroughfare Residential
Traffic Traffic
Min. Max. Min. Max.
Marshall Method
No. of compaction blows,
each end of specimen 75 --- 50 ---
Stability, Lbs. 1800 --- 1200 ---
Flow, units of 0.01 in 8 14 8 18
Air Voids
Surfacing or Leveling 3 5 3 5
Percent Voids in
Mineral Aggregate 13 --- 14 ---
(3) Samplincr and Testing
It is the intent of this specification that the
blend will be designed to produce a mixture of
optimum density and stability, as determined by the
Engineer, when tested in accordance with these
specifications, applicable ASTM procedures and
applicable TxDOT procedures.
Samples of the completed pavement shall be removed
with a diamond tipped power saw or diamond tipped
coring machine from locations designated by the
Engineer to enable him to determine the composition,
compaction, and density of the pavement. Samples for
IV -59
r
each day or fraction thereof shall be 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
f directed by the Engineer.
Tests on Marshall specimens shall be made twice daily
r
13. 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.
14. FENCE POSTS GATES RAILS BRACES AND ACCESSORIES
These items shall conform to the requirements of Federal
Specification RR -F-191 and shall meet the requirements of
Texas Department of Transportation Standard Construction
IV -60
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
PM
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
7
Plastic Flow of Bituminous Mixtures Using Marshall
Apparatus". If the laboratory stability and/or field
tests of the'mixture produced has a value lower than
that specified, and in the opinion of the Engineer is
not due to change in source or quality of materials,
production may proceed, and the mix shall be changed
until the laboratory/field tests equals or exceeds
the specified values. If there is, in the opinion of
the Engineer, an apparent change in any material from
that used in the design mixtures, production will be
discontinued until a new design mixture is determined
by trial mixes.
r
13. 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.
14. FENCE POSTS GATES RAILS BRACES AND ACCESSORIES
These items shall conform to the requirements of Federal
Specification RR -F-191 and shall meet the requirements of
Texas Department of Transportation Standard Construction
IV -60
N
Specifications, Item 540, "Metal Beam Guard Fence", Texas
Department of Transportation Standard Construction
Specifications, Item 550, "Chain Link Fence" and/or Texas
Department of Transportation Standard Construction
- Specififcations, Item 552, "Wire Fence".
15. IRRIGATION SYSTEMS
(A) Irrigation pipe
Irrigation pipe shall be polyvinyl chloride (PVC)
conforming to ASTM D 1785, Schedule 40.
(B) Fittings
Fittings, not including sprinkler heads or valves shall
conform to ASTM D 2466.
(1) Pipe and Valve Assembly
Pipe and fittings shall be assembled as recommended
by the manufacturer(s). Pipe and fittings shall be
thoroughly cleaned of all dust, dirt and moisture
before assembly. Solvent shall be applied with a non -
synthetic bristle brush. All connections between
plastic pipe and metal valves shall be made with
threaded fittings and plastic adapters.
(2) Sprinkler Heads
Sprinkler heads shall be installed in accordance with
the Manufacturer's recommendations.
16. BARRICADES SIGNS AND OTHER TRAFFIC CONTROL DEVICES
Barricades shall be constructed of clean, sound lumber of
dimensions specified in the Texas Manual on Uniform Traffic
Control Devices and shall be of first-class workmanship. All
surfaces above ground shall be painted with an approved brand
of paint to secure thorough coverage. In no case shall less
than two coats of paint be used. The paint for barricade
stripes shall be reflective orange and reflective white. All
dimensions, striping, lighting, painting, coloring and
placement of barricades shall be in accordance to the details
IV -61
and design as set forth in the Texas MANUAL on UNIFORM
TRAFFIC CONTROL DEVICES for Streets and Highways, Part VI.
Cones shall be at least eighteen inches (18") in height and
be flourescent red in color.
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.
IV -62
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
t••
open to traffic all necessary Regulatory, Warning and Guide
signs shall be correctly in place and reviewed by the City
Traffic Engineer.
Signs required by temporary conditions or restrictions shall
be removed immediately when those conditions cease to exist
or the restrictions are withdrawn. Guide signs directing
traffic onto temporary routes or detours shall be removed
when no longer applicable. The guide signs shall be at no
cost to the City.
Identical conditions should always be marked with the same
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.
IV -62
No work shall be permitted on any project prior to proper and
complete installation of all barricades and other warning
devices throughout the entire construction area. --
IV -63
BUILDING MAINTENANCE IMPROVEMENTS
PROJECT NO. 9100
STANDARD DETAILS OF CONSTRUCTION
i.,
7
L D=ATL•S OF CONSTRUCTION
1, =NCRETE
Dneenr? p i on
r- This item shall consist of Portland Cement concrete curb and
! gutter or separate gutter as shown on the plans or as
directed by the Engineer, and shall be constructed of Class
A concrete. Included in the curb and gutter item is the
subgrade preparation and the filling and shaping of the area
behind the curb.
D-1
Separate gutter sections will be placed only across
alleys and driveways presently in use or where definitely
,..
planned for future property improvements. It shall be
the responsibility of the Contractor to contact the
property owner and determine the proper location of
driveways before curb and gutter is constructed. All
gutters across new or proposed driveways must meet the
requirements set forth in the City Sidewalk and Driveway
Regulations, Ordinance Number 1466 and amendments thereto
and gutters across existing driveways will be required to
conform to said regulations if no hardship to the
existing property improvements is involved. In any
event, all curb and gutter to be poured must have the
a
Engineer's approval as to driveway widths and location,
in addition to the section, and line and grade approval
t"
before any pour is started on any curb and gutter unit.
2. Excavation and Subgrad
Excavation for the curb and gutter shall be made with the
be
excavation of the entire street. The excavation shall
done to the lines and grades set by the Engineer and in
r
such a manner as to require a maximum 1/2" (inch) of fill
to bring the subgrade to the correct elevation. Subgrade
that is undercut 1" (one inch) or more shall be brought
to the correct elevation by scarifying, wetting, disking,
blading, rolling and compacting to 95% Standard Proctor
Density (ASTM D-698) with pneumatic rolling to correct
elevation prior to setting forms. Before completion of
r..
curb and gutter, all traffic signs and street name
markers found in the way of paving will i maedi ately be
relocated behind the proposed curb and gutter by tl=
r
Contractor.
D-1
Forms for concrete curb and gutter shall be set to the
lines and grades established by the Engineer after the
subgrade has been prepared. The forms shall be held
together and in place in such a manner that they will not
move during the placing and working of the concrete. The
forms shall be cleaned and oiled prior to pouring
concrete. Face forms and construction joints (removable
metal plates) shall be set to hold the concrete for the
curb in place until it is to be finished.
Forms for radii shall be set in the same manner as the
straight forms except that no face form will be required
if a true section is obtained by other methods. The
radii forms shall be set in such a manner that the curve
will be true.
sufficient concrete shall be placed to allow for
shrinkage and extra material for finishing, and the
concrete shall be floated and troweled to the approximate
section, and only after the concrete receives a partial
set shall the face forms be removed. The section shall
then be shaped to the true cross-section by the use of a
metal -screed which is shaped to the true cross-section.
A "mule" screed shall be used only to shape to true
cross-section when topping material is provided and
pushed along on the front edge of the mule.
Curb and gutter shall be constructed with an expansion
joint at the tangent point of each return at
intersections and at intervals of no more than forty (40)
feet between the intersections. Forty feet intervals may
be waived if curb and gutter machine is used. Expansion
joints shall be of -the material hereinbefore specified.
Construction joints formed by removable metal plates
(templates) accurately shaped to the cross-section of the
curb and gutter shallbe located at the mid -point of each
section between expansion joints or as directed by the
Engineer. Contraction joints shall be placed at ten foot
intervals. All joints shall be perpendicular to the
surface of the concrete and to the axis of the section.
5. Finishinct
- A ten (10) foot metal "straight -edge" shall be used to
strike the flow line to grade, continuously along the
flow line of the gutter. This operation shall be
followed with a four (4) foot spirit level to assure the
D-2
r
v
i
continuous grade down the flow -line 'the length of the
gutter.
Curb and gutter shall be finished uniformly by wood
troweling to an accurate cross-section. Extra water will
not be added for finishing. The final finish will be
accomplished with a brush, the last stroke being one from
the back of curb to the lip of gutter. Both sides of all
joints, the lip of gutter, and the back edge of the curb
shall be finished with a 1/4" radius edging tool before
the final brushing. Curves at the top and bottom of the
section shall present a uniform appearance without
"waves" in the face of the curb or "pockets" in the
gutter.
Concrete shall not be poured during sand storms.
Concrete shall be protected to maintain temperature of
not less than 50 degrees F. for five days after
placement. If aggregate and water are heated, they shall
not be heated above 90 degrees F. Concrete shall not be
placed when the ambient temperature is less than 40
degrees F. It shall be the responsibility of the
Contractor to anticipate as nearly as possible changes in
weather conditions which would affect the placement and
protection of the concrete, and be prepared to protect
freshly placed concrete when sudden changes in the
weather make such protection necessary.
Special care is required of the Contractor in his
removing of pins and of forms. Pins shall be pulled from
the ground to free forms. If hammering is found to be
necessary, a light, one (1) pound hammer shall be used.
The Contractor shall not place forms or pins on newly
finished concrete. Loading and unloading of forms from a
truck shall be executed by two workmen. It is the duty
of the Contractor to remove any warped forms found in any
section of forms, before it is poured. When forms are
pointed out as defective, those forms shall then be
removed from the job site and not returned until they
have been inspected by the Engineer.
u< �-• -••
Class A concrete shall be used for machine laid curb and
gutter. The slump of the concrete shall be as directed
by the Engineer. Reinforcing steel, if required, shall
conform to Section 3 under Materials of Construction.
The curb and gutter shall be laid by an extrusion machine
approved by the Engineer. Immediately prior to placing
the curb and gutter, the previously approved foundation
shall be thoroughly cleaned.
J-3
The line for top of curb shall be maintained from a
guideline set by the Contractor from survey marks
established by the Engineer. Curb outline shall strictly
conform to the details shown on the plans.
The approved mix shall be fed into the machine in such a
manner and at such consistency that the finished curb
will present a well compacted mass with a surface free
from voids and honeycombs and true to established shape,
line and grade.
Additional surface finishing shall be performed
immediately after extrusion. Extra water will NOT be
added for finishing. Unless otherwise specified by the
Engineer, joints shall be constructed as follows:
Expansion joints shall be located at each end radius at
intersections and alley returns and at the beginning of
the pour, and dummy grooved joints shall be spaced at 10
foot intervals between the expansion joints.
All concrete work shall be covered with heavy water -proof
type paper to prevent loss of moisture and to prevent
direct sunlight from striking the concrete, as soon as it
has set sufficiently enough to prevent_ marking.
In lieu of this method of curing, the curb and gutter may
be cured by applying a liquid membrane coating to all
exposed surfaces, provided such material and method is
first approved by the Engineer.
OMM-Mw"IrkareBM
After the forms are removed and the concrete has cured,
the Contractor shall fill the area behind the curb with
TOPSOIL ONLY (NO CALICHE) AND SHALL HAVE NO ROCKS LARGER
THAN 1". The area between the sidewalk and the curb, or
property line and curb if no sidewalk exists, shall be
leveled and sloped toward the curb in a manner _
satisfactory to the property owner and/or Engineer. Fill
should be done prior to placement of base materials.
-. -n-� • e -t&..-. WGJFR 0 .4. wem- • -
No patching of any nature shall be allowed in repairing
any damage to curb and gutter which occurs during the
construction process of paving improvements in any unit
prior to the acceptance of said unit. Where damage
occurs, the section of curb and gutter or gutter
containing the damaged portion shall be removed to the
nearest joints and shall be replaced with new
construction, prior to surfacing of that section of
street.
Concrete surface finish marred by vandals, rain or sand
during setting time shall be immediately repaired with an
approved epoxy material; all abused concrete surface,
�••
along with structural damage and defective flow line
found at time of surfacing shall be handled as described
in sentence 2 above.
)
ern
$ , RE II`TFOR ED CONCRET A1�AT ' GUTTER ( CLASS F ('ONCRETE
pescr=ption
G
This item shall consist of Portland Cement concrete separate
gutter constructed in accordance with the typical curb and
gutter sections included in these specifications and at
locations as shown on the plans or as directed by the
Engineer.
1. Subgrade Preparation (See Section D- 2 )
2. Reinforcing Steel (See Section M-3)
3. Placement of Reinforcement
Care shall be taken to tie the (3) three horizontal #3
bars together and use chairs to hold them at a point 3"
above the bottom (Not rebar imbedded in the ground).
VALLEY GUTTERS (CLASS C AND CLASS_
C. RRTNFQRC ED CONCRETE_
CONCRETE)
r*
Dea -ription
k
This item shall be constructed of Class C concrete for
thoroughfare or collector street valley gutters and Class E
concrete for residential street valley gutters and consists
of the construction of an eight (8) inch concrete slab on
�^
thoroughfare or collector streets or a (6) inch concrete
f
slab on residential streets reinforced with 4-0 bars on one
and one-half (1-1/2) foot spacing for 5 foot wide valley
gutters,(Cross bars shall be #3 bars 4 1/2 feet long) or
E
with 611x6" 6 gauge wire mesh. Fillet areas shall be
the and constructed to the
reinforced as shown on plans
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.
i,•
1. Subgrade Preparation (See Section D-2)
2. Rei nforci n_ca Steel (See Section M-3)
3. Placement of Reinforcement
Care shall be taken to hold the steel in the center of
r'
the slab, high chairs or precast concrete blocks shall be
D-5
r
located at three (3) foot centers. Lapping distance
shall be 40 diameters, and the lap shall be tied at three
points with wire if steel bars are used.
D. REINFORCED ALLEY PAVING SLAR AND ALLEY RETURNS (CLASS E
CONCRETE)
This item shall consist of reinforced concrete paving of
variable thickness (5" to 7-1/211) constructed in the
center 10 feet ofalleysand shall be constructed of
Class E concrete. All alley paving and alley .returns
shall be constructed in accordance to the Alley Paving
Details.
Forms for alley slab shall be placed where necessary to
form the outside edge of slab (where slab is not bordered
by concrete curb and gutter or other permanent
improvements such as building, docks, etc.)and where
necessary to form construction and expansion joints (See
"Alley Paving Details" on plans). On all edges, joints,
etc. to be formed, the forms shall extend the entire
depth of concrete.
•. _•- -•_ .@ -- - •@
;- • �. -- - -79 M u
Care shall be taken to securely hold the welded wire mesh
or rebar 3" above the bottom of the slab by use of high
chairs or pre -cast concrete blocks.
Concrete shall not be poured during sandstorms. Concrete
shall be protected to maintain temperature of not less
than 50 degrees F. for five (5) days after placement. If
aggregate and water are heated, they shall not be heated
above 90 degrees F. Concrete shall not placed when the
ambient temperature is less than 40 degrees F. It shall
be the responsibility of the Contractor to anticipate as
nearly as possible changes in weather conditions which
could effect the placement and protection of the
concrete, and to be prepared to protect freshly placed
concrete when sudden changes in the weather make such
protection necessary.
WSMUMT i•
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.
E:
All concrete work shall be covered with burlap or other
suitable material as soon as it has set sufficiently to
prevent marking and kept wet continuously for at least
(4) days. Care shall be taken to prevent mechanical
injury to concrete work during this period and until the
work is accepted. Any work damaged prior to acceptance
shall be repaired by the Contractor at his own expense
and to the satisfaction of the City Engineer.
The City Sanitation Department shall be norifiPd of all
alley -=turn and alley paving construct' ons and if
possible, the length of time said return and/or alley
shall be closed to traffic. The Contractor shall
properly flare and barricade alley returns and alleys
during the period of construction and as long afterward
as the Engineer may require for curing and achieving
strength. Before opening alley returns to traffic, the
Contractor shall properly fill and level by hand, (no
maintainer shall be used until full strength of concrete
is achieved), the adjacent approaches from the street and
alley. In all cases, no alley or alley return shall be
opened to traffic without the approval of the City
Engineer.
Special care is required of the Contractor in his
removing of pins and moving of forms. Pins shall be
pulled from the ground to free forms. If hammering is
found to be necessary a light, one (1) pound hammer shall
be used. The Contractor shall not place forms or pins on
newly finished concrete. Loading and unloading of forms
from a truck shall be executed by two workmen.
it
tfis the
duty of the Contracto..Yto remove any warped
in any section of forms, before it is poured. When forms
are pointed out as defective, those forms shall then be
D-7
F,
The shape and flow line of the alley paving slab may be
inch
established by the use of two (211) inch by four (411)
wood screeds, or other approved removable devices,
accurately staked to line and grade. If such devices are
final finishing of
used they shall be in place before the
the subgrade and the subgrade shall be finished so that
the concrete slab will be of the proper depth. The
true section and
concrete shall be "struck off" to the
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
line.
the edge and without pockets in the flow
0
5. ru ; ncf and Protection
All concrete work shall be covered with burlap or other
suitable material as soon as it has set sufficiently to
prevent marking and kept wet continuously for at least
(4) days. Care shall be taken to prevent mechanical
injury to concrete work during this period and until the
work is accepted. Any work damaged prior to acceptance
shall be repaired by the Contractor at his own expense
and to the satisfaction of the City Engineer.
The City Sanitation Department shall be norifiPd of all
alley -=turn and alley paving construct' ons and if
possible, the length of time said return and/or alley
shall be closed to traffic. The Contractor shall
properly flare and barricade alley returns and alleys
during the period of construction and as long afterward
as the Engineer may require for curing and achieving
strength. Before opening alley returns to traffic, the
Contractor shall properly fill and level by hand, (no
maintainer shall be used until full strength of concrete
is achieved), the adjacent approaches from the street and
alley. In all cases, no alley or alley return shall be
opened to traffic without the approval of the City
Engineer.
Special care is required of the Contractor in his
removing of pins and moving of forms. Pins shall be
pulled from the ground to free forms. If hammering is
found to be necessary a light, one (1) pound hammer shall
be used. The Contractor shall not place forms or pins on
newly finished concrete. Loading and unloading of forms
from a truck shall be executed by two workmen.
it
tfis the
duty of the Contracto..Yto remove any warped
in any section of forms, before it is poured. When forms
are pointed out as defective, those forms shall then be
D-7
Hi
removed from the job site and not returned until they
have been inspected by the Engineer.
7. Replacement of Damaged Concrete or Concrete Surface
Only patching of very minor nature will be allowed in
alley paving. Any substantial damage occurring to the
alley paving prior to the acceptance of the unit in which
the damage occurs will be remedied by removal and
replacement of the entire section or sections of alley --
paving that has been damaged. Any slab removed to a
joint other than a doweled expansion joint will be
replaced using joint section B -B in the Special Detail
Sheets of these specifications. Extreme care shall be
taken by the Contractor during "Setting -Up" period to
prevent vandals, sand or rain from marring the surface
finish to avoid being handled as described in sentence 2, --
above.
•: u 1:: •N
This item shall consist of reinforced concrete slab (6")
inches thick and may be placed on asphalt surface on caliche _
base, or on asphalt surface on concrete base. Median slab
shall be doweled as shown on the plans. Details of concrete
placement, finishing, and curing shall be used where
applicable.
ubgrade Preparation (See Section D-2)
F.REINFORCED CONCRETE RAILROAD CROSSING (CLASS F CONCRETE)
This item shall consist of the construction of Class F
reinforced concrete as shown on Concrete Railroad Crossing
Details. (File #2-B-92 [21).
*
Reinforcing steel to be used on this project shall
conform to ASTM A-432 and shall be deformed to ASTM A-305
requirements.
3. placement of Reinforcement
Care shall be taken to hold the #4 bars above the bottom
of the foundation slab and above the railroad ties as
shown on the plans. In the top slab the vertical and
horizontal bars shall be securely tied with wire.
D-8
i
i
GREINFORCED L'UNL:k(
.
This item shall consist of a concrete slab (511) thick and
containing wire mesh reinforcing which shall conform to
ASTM A-185, or approved fiber reinforcement.
gubgYade Preparation (See Section D-2)
H. CONCRETE PAVEMENT CLASS C CONCRETE
The cement shall be Type I or Type III standard brand of
Portland cement. If the use of high early strength
cement is not specified, and the Contractor desires to
use it, he shall obtain written permission of the
Engineer and shall assume all additional costs incurred
by the use of such cement. Type I and Type III cement
shall conform to the requirements of ASTM C-150. When
Type III cement is used, the average strength at the age
of 7 days shall be higher than that attained at 3 days.
Either the tensile or the compression tests may be used
for either type cement. In addition to the requirements
of ASTM C-150, the specific surface area cf Type I cement
shall not exceed 2,000 square centimeters per gram as
measured by the Wagner Turbidimeter in accordance with
Test Method Tex -310-D.
11 , 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
C' amount of mixing water may be used in the rate of dosage
specified by the Engineer. Admixtures shall not be used
to replace cement. Admixtures shall comply with all the
D-9
Di=p i on
This item shall consist of a pavement of portland cement
concrete, with reinforcement as shown on plans, constructed
as herein specified on the prepared subgrade and one inch of
sand cushion or other base course in conformity with the
thickness and typical cross sections shown on plans and to
Concrete
the lines and grades established by the Engineer.
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.
Mater, a I
1. Cement
The cement shall be Type I or Type III standard brand of
Portland cement. If the use of high early strength
cement is not specified, and the Contractor desires to
use it, he shall obtain written permission of the
Engineer and shall assume all additional costs incurred
by the use of such cement. Type I and Type III cement
shall conform to the requirements of ASTM C-150. When
Type III cement is used, the average strength at the age
of 7 days shall be higher than that attained at 3 days.
Either the tensile or the compression tests may be used
for either type cement. In addition to the requirements
of ASTM C-150, the specific surface area cf Type I cement
shall not exceed 2,000 square centimeters per gram as
measured by the Wagner Turbidimeter in accordance with
Test Method Tex -310-D.
11 , 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
C' amount of mixing water may be used in the rate of dosage
specified by the Engineer. Admixtures shall not be used
to replace cement. Admixtures shall comply with all the
D-9
requirements and be measured and dispensed in accordance
with TxDOT Item 437.
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 0.25 percent by weight of
clay lumps, nor more than 1.0 percent by weight of shale
nor more than 5.0 percent by weight of laminated and/or
friable particles when tested in accordance with Test
Method Tex -413-A.
Coarse aggregate shall have_a wear of not more than 45
percent when tested according to Test Method Tex -410-A
and when tested -by standard laboratory methods shall meet
the following grading requirements: --
Retained on 1-3/411 sieve........ ...0%
Retained on 1-1/2" sieve................0 to 5
Retained on 3/4" sieve.................30 to 65%
Retained on 3/8" sieve.................70 to 9016
Retained on No. 4 sieve...............95 to 1.00%
Loss by Decantation Test Method Tex -406-A ...1.0% Maximum
All aggregate shall be handled and stored in such a
manner as to prevent size segregation and contamination
by foreign substances. When segregation is apparent, the
aggregate shall be remixed. At the time of its use, the
aggregate shall be free from frozen material. Aggregate
that contains more than 0.5 percent free moisture by
weight shall be stockpiled for, at least 24 hours prior to _
use.
Adequate storage facilities shall be provided for all
approved materials. The intermixing of nonapproved
materials with approved materials either in stockpiles or
in bins will not be permitted. Aggregates from different
sources shall be stored.in different stockpiles unless
otherwise approved by the Engineer.
Aggregates shall be stockpiled in such a manner to
prevent segregation, and maintained as nearly as possible
in a uniform condition of moisture.
` D-10
v
Each aggregate stockpile shall be reworked with suitable
equipment as required by the Engineer to remix the
r material to provide uniformity of the stockpile.
4. Fine Aggregate
r- Fine aggregate shall consist of sand or a combination of
sands, and shall be composed of clean, hard, durable,
uncoated grains. Unless otherwise shown on plans, the
acid insoluble residue of the fine aggregate shall be not
less than 28 percent by weight when tested in accordance
with Test Method Tex -612-J.
T
5. Fine Agar,�aate EXcl usi ve of Mineral Filler
I
Fine aggregate shall be free from injurious amounts of
salt, alkali or vegetable matter. It shall not contain
more than 0.5 percent by weight of clay lumps. When
subjected to the color test for organic impurities, Test
Method Tex -408-A, the fine aggregate shall not show a
color darker than the standard.
;_
Mineral filler shall consist of clean stone dust, clean
crushed sand, clean crushed shell or other approved inert
material. When tested in accordance with Test Method
Tex -401-A, it shall meet the following requirements:
Retained on No. 30 sieve........................0%
�,,,� D-11
Unless specified otherwise, fine aggregate shall meet the
{
following grading requirements:
Retained on 3/8" sieve.....................0%
r`
Retained on No.4 sieve................0
to 5%
Retained on No. 8 sieve..............0
to 2016
Retained on No. 16 sieve ............
15 to 30%
Retained on No. 30 sieve ............
35 to 75%
Retained on No. 50 sieve ............
70 to 90%
Retained on No. 100 sieve ..........
90 to 100%
Retained on No. 200 sieve ..........
97 to 100%
,�..
t,
Fine aggregate will be subjected to
the Sand Equivalent
Test (Test Method Tex -203-F). The
sand equivalent value
shall not be less than 80, or less
than the value shown
on the plans, whichever is greater.
r
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 Test Method
Tex -401-A, it shall meet the following requirements:
Retained on No. 30 sieve........................0%
�,,,� D-11
Retained on No. 200 sieve.... .0 to 3516
At the time of its use the
from frozen material, and
material will be rejected.
mineral filler shall be free
aggregate containing foreign
Water for use in concrete and for curing shall be free
from oil, acids, organic matter or other deleterious
substances and shall not contain more than 1,000 parts
per million of chlorides as CL nor more than 1,000 parts
per million of sulfates as SO4.
Water from municipal supplies approved by the State
Health Department will not require testing, but water
from other sources will be sampled and tested before use.
Test procedure shall be in accordance with AASHTO T 26.
8. Steel Dowel Bars
Steel bar dowels, if used in accordance with provisions
of project plans, shall be of the size and type indicated
on plans and shall be open-hearth, basic oxygen or
electric -furnace steel conforming to the mechanical
properties specified for grade 60 in ASTM A-615. The
free end of dowel bars shall be smooth and free of
shearing burrs.
9. 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 for concrete reinforcement. Bars that
require bending shall be Grade 40 conforming to
requirements of ASTM A-615.
High yield reinforcing steel shall be either (1) open-
hearth, basic oxygen or electric -furnace new billet steel
conforming to the requirements of ASTM A-615 Grade 60 or
(2) rail steel bars for concrete reinforcement,
conforming to the requirements of ASTM A-616 Grade 60
(Bars produced by piling method will not be accepted).
Where prefabricated wire mats are specified or permitted,
the wire shall be cold worked steel wire conforming to
the requirements of ASTM A-496, except that steel shall
be made by open-hearth, electric -furnace, or basic oxygen
processes. The prefabricated wire mats shall conform to
the requirements of ASTM A-497. Mats that have been bent
or wires dislocated or parted during shipping or project
handling shall be realigned to within one-half inch of
D-12
Separate vibratory units shall be operated at
sufficiently close intervals to provide uniform vibration
and consolidation to the entire width of the pavement.
The frequency in air of the internal spud type vibratory
units shall be not less than 8,000 cycles per minute and
not less than 5,000 cycles per minute for tube types and
the method of operation shall be as directed by the
Engineer. The Contractor shall have a satisfactory
tachometer available for checking the vibratory elements.
The pavement vibrators shall not be used to level or
~`
the original horizontal plane of the mat. Mats with any
portion of the wires out of vertical alignment more than
wires dislocated
one-half inch after realignment and/or
in the opinion of the Engineer,
�-
or mutilated so that,
they do not represent the original mat, shall be
rejected. The mats may be clamped or wired. so that the
r-
mats will retain the horizontal and vertical alignment as
specified by the plans or as approved by the Engineer.
,.,
i
Deformed wire may be used for tie bars and load transfer
bars that require bending.
r
When fabricated steel bar or rod mats are specified, the
mats shall meet the requirements of ASTM A-184.
10. Mechanical Vibratory Eouiipment
!�
All concrete placed for pavement shall be consolidated by
approved mechanical vibrators designed to vibrate the
concrete internally. The internal type will be used for
full -depth placement. Vibratory members shall extend
I
4
across the pavement practically to, but shall not come in
contact with the side forms. Mechanically operated-
peratedvibrators
vibratorsshall be operated in such a manner as to not
interfere with the transverse or longitudinal joints.
Separate vibratory units shall be operated at
sufficiently close intervals to provide uniform vibration
and consolidation to the entire width of the pavement.
The frequency in air of the internal spud type vibratory
units shall be not less than 8,000 cycles per minute and
not less than 5,000 cycles per minute for tube types and
the method of operation shall be as directed by the
Engineer. The Contractor shall have a satisfactory
tachometer available for checking the vibratory elements.
C D -l3
The pavement vibrators shall not be used to level or
~`
spread the concrete but shall be used only for purposes
of consolidation. The vibrators will not be operated
where the surface of the concrete, as spread, is below
�-
the elevation of the finished surface of the pavement,
except for the first lift of concrete where the double
strike off method of placement is employed, and the
vibrators shall not be operated for more than 15 seconds
,.,
i
while the machine upon which they are installed is
standing still.
r
Approved hand manipulated mechanical vibrators shall be
furnished in the number required for provision of proper
consolidation of the concrete along forms, at joints and
r^-
in areas not covered by mechanically controlled
be sufficiently rigid
vibrators. These vibrators shall
of the operation position of the
to insure control
vibrating head.
I
4
C D -l3
11.
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 will be
made to insure satisfactory consolidation.
Machine -Finishing. All concrete pavement shall be
finished mechanically with approved power -driven
machines, except as herein provided. Hand -finishing will
be permitted on the transition from a crowned'section to
a superelevated section without crown or curves, and on
straight line superelevation sections less than 300 feet
in length. Hand -finishing will also be permitted on that
portion of a widened pavement outside the normal pavement
width, on sections where the pavement width is not
uniform, or required monolithic widths are greater than
that of available finishing machines.
Machine -finishing of pavement shall include the use of
power -driven spreaders, power -driven vibrators, power -
driven transverse strike -off, and screed, or such
alternate equipment as may be substituted and approved by
the Engineer.
All concrete shall be consolidated by a mechanical
vibrator. As soon as the concrete has been spread _
between the forms, the approved mechanical vibrator shall
be operated to consolidate the concrete and remove all
voids. Hand -manipulated vibrators shall be used for
areas not covered by the mechanical vibratory unit.
The transverse finishing machine shall first be operated
to compact and finish the pavement to the required
section and grade, without surface voids. The machine
shall be operated over each area as many times and at
such intervals as directed. At least two trips will be _
required and the last trip over a given area shall be a
continuous run of not less than 40 feet. After
completion of finishing with the transverse finishing
machine a transverse drag float may be used.
The consistency of the concrete as placed should allow
the completion of all finishing operations without the
addition of water to the surface. When field conditions
are such that additional moisture is needed for the final
concrete surface finishing operation, the required water
shall be applied to the surface by fog spray only and
shall be held to a minimum.
D-14
For one -lane pavement placement and uniform widening, the
equipment for machine -finishing of concrete pavement
shall be as directed by the Engineer but shall not exceed
the requirements of these specifications.
After completion of the straightedge operation, as soon
as construction operations permit, texture shall be
applied with 1/8 -inch -wide metal tines with clear spacing
between the tines being not less than 1/4 inch nor more
than 1/2 inch. If approved by the Engineer, other
equipment and methods may be used, provided that a
surface texture meeting the specified requirements is
obtained. The texture shall be applied transversely. It
is the intent that the average texture depth resulting
from the number of tests directed by the Engineer be not
less than 0.060 inch with a minimum texture depth of
0.050 inch for any one test when tested in accordance
with Test Method Tex -436-A. Should the texture depth
fall below that intended, the finishing procedures shall
be revised to produce the desired texture.
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.
D-15
i
After finishing is complete and the concrete still
workable, the surface shall be tested for trueness with
an approved 10 -foot steel straightedge. The straightedge
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 depression. The
straightedge shall be advanced along the pavement in
successive stages of not more than one-half its length.
Practically perfect contact of the straightedge with the
surface will be required, and the pavement shall be
leveled to this condition, in order to insure conformity
with the surface test required below, after the pavement
Flo
has fully hardened. Any correction of the surface
I
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 -lane pavement placement and uniform widening, the
equipment for machine -finishing of concrete pavement
shall be as directed by the Engineer but shall not exceed
the requirements of these specifications.
After completion of the straightedge operation, as soon
as construction operations permit, texture shall be
applied with 1/8 -inch -wide metal tines with clear spacing
between the tines being not less than 1/4 inch nor more
than 1/2 inch. If approved by the Engineer, other
equipment and methods may be used, provided that a
surface texture meeting the specified requirements is
obtained. The texture shall be applied transversely. It
is the intent that the average texture depth resulting
from the number of tests directed by the Engineer be not
less than 0.060 inch with a minimum texture depth of
0.050 inch for any one test when tested in accordance
with Test Method Tex -436-A. Should the texture depth
fall below that intended, the finishing procedures shall
be revised to produce the desired texture.
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.
D-15
i
13. Concrete Strength
The concrete mix will be designed with the intention of --
producing a minimum average flexural strength (Modulus of
rupture) of 600 pounds per square inch and compressive
strength of 3000 psi at 7 days and/or a 28 day _
compressive strength of 3,600 pounds per square inch.
The coarse aggregate factor (dry, loose volume of coarse
aggregate per unit volume of concrete) shall not exceed
0.85. Unless otherwise shown on plans the concrete shall
contain not less than six sacks of cement per cubic yard
of concrete. The water -cement ratio (net gallons of
water per sack of 94 pound cement) shall not exceed 6.0
gallon/sack. Concrete specimens shall be prepared, cured
and tested as outlined in TxDOT Bulletin C-il.
14.
Concrete shall be uniformly plastic, cohesive and _
workable. Workable concrete is defined as concrete which
can be placed without honeycomb and.without voids in the
surface of the pavement. Workability shall be obtained
without producing a condition such that free water
appears on the surface of the slab when being finished as
specified. Where water appears on the surface of the
concrete after finishing and this condition cannot be
corrected by reasonable adjustment in the batch design, "
the bleeding will be immediately corrected by one of the
following measures or a combination of two, or more of the
following listed measures:
a. Redesign of the batch
b. Addition of mineral filler to fine aggregate
C. Increase of cement content
In the event that the measures taken do not eliminate the
bleeding immediately, concrete placement operations will
be suspended, as directed by the Engineer, and will
remain suspended, until such time as additional trial
mixes demonstrate that a non-bleeding batch design has
been achieved. Failing to achieve a satisfactory
laboratory batch design the Contractor will be required
'to use different materials and to submit samples thereof
for additional trial mixes and pilot beams as specified
in TxDOT Bulletin C-11.
The mix will be designed with the intention of producing
concrete which will have a slump of 1-1/2 inches when
tested in accordance with TxDOT Bulletin C-11. The slump
shall not be less than l inch nor more than 3 inches.
D-16 y-
r"
s
l
15, mix nesion
Prior to the beginning of the concrete placement, and
thereafter before any change in source or characteristics
of any of the ingredients except mineral filler,
�,.. sufficient compression tests using various quantities of
cement and aggregates proposed for use shall be supplied
the Engineer for consideration.
Mixes will be designed and made in sufficient number to
represent a wide range of water -cement ratios. These
mixes shall comply with the requirements herein
prescribed for workability. From these preliminary tests
the water -cement ratio required to produce concrete of
the specified strength will be selected by the Engineer.
The Contractor may at any time present in writing a
suggested mix design and the Engineer will make the tests
necessary to determine its acceptability under these
specification requirements.
For mixing the concrete to be used in making the
preliminary test specimens, the Contractor shall furnish
and operate the mixer approved for use on this project.
A minimum one cubic yard batch shall be mixed or a batch
of sufficient size to afford proper mixing, whichever is
the greater. In lieu of the above mixer and procedure,
the Contractor may furnish a portable mixer of sufficient
rated capacity to mix a minimum three -sack batch; in
which case, the batch mixed for the preliminary test
shall not be less than the rated capacity of the mixer
furnished.
No additional compensation will be allowed for equipment,
t materials or labor involved in making preliminary test
t specimens.
r` After the mix proportions and water -cement ratio required
to produce concrete of the specified strength have been
determined, placing of the concrete may be started.
Type I cement shall have a specified surface area within
a range of 1,600 to 1,900 square centimeters per gram. A
change in the specific surface of the cement of more than
100 square centimeters per gram may require a new mix
design.
P** 16.
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
d PM
D-17
plans and the lines and grades established by the
Engineer.
Drainage of the,roadbed shall be maintained at all times.
Sealed or treated subgrade cut in the preparation of the
subgrade or setting of pavement forms shall be resealed
or the subgrade restored to the original conditions as
directed by the Engineer. See Section D-2.
The subgrade shall be maintained in a smooth, compacted _
condition in conformity with the required section and
established grade until the pavement is placed and shall
be kept thoroughly wetted down sufficiently in advance of
placing any pavement to insure its being in a firm and
moist condition for at least 2 inches below the prepared
surface. Sufficient subgrade shall always be prepared in
advance to insure satisfactory prosecution of the work.
No equipment or hauling shall be permitted on the
prepared subgrade, except by special permission of the
Engineer, which will be granted only in exceptional cases _
and only where suitable protection in the form of two-ply
timber mats or other approved material is provided.
17. 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 pins for each 10 -foot section.
A pin shall be placed at each side of every joint. Form
sections shall be tightly joined and keyed to prevent
relative displacement. Forms shall be cleaned and oiled
each time they are used.
Forms shall be set for a sufficient distance in advance
of the point where concrete is being placed to permit a
finished and approved subgrade length of not less than
300 feet ahead of the mixing. Conformity of the grade
and alignment of forms shall be checked immediately prior
to placing concrete, and all necessary corrections made
by the Contractor. ..Where any forms have been disturbed
or any subgrade becomes unstable, the forms shall be
reset and rechecked. In exceptional cases, the Engineer
may require stakes driven to the grade of the bottom of
the forms. Sufficient stability of the forms to support
the equipment operated thereon and to withstand its
vibration without springing or settlement shall be
required. If forms settle and/or deflect over 1/8 inch
under finishing operations, paving operations shall be
-`stopped and the forms shall be reset to line and grade.
Forms shall remain in place for not less than 12 hours
after the concrete has been placed. They shall be -
D-18
I
i 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.
1.
mixin
The aggregates, mineral filler if required, cement and
water shall be measured separately, introduced into the
mixer, and mixed for a period of not less than 50 seconds
nor more than 90 seconds, measured from the time the last
aggregate enters the drum to the time discharge of the
concrete begins. The required water shall be introduced
into the mixing drum during the first 15 seconds of
mixing. The entire contents of the drum shall be
discharged before any materials of the succeeding batch
are introduced.
The Engineer may increase the minimum mixing time to that
necessary to produce thoroughly mixed concrete based on
inspection or appropriate uniformity tests. The mixing
time may be varied at any time necessary to produce
acceptable concrete.
If Ready -Mix concrete is used, the concrete shall be
discharged into the specified hauling equipment and
delivered to the road site. If truck agitators are used,
the concrete shall be continuously agitated at not less
than one nor more than six rpm as directed by the
Engineer.
The initial batch of concrete mixed after each time the
mixer is washed out shall be enriched by additional
Q D-19
mortar. The additional mortar shall be one sack of
cement and three parts of sand.
2. Placing
Any concrete not placed as herein prescribed within 30
minutes after mixing shall be rejected and disposed of as
directed except as provided otherwise herein. Except by
specific written authorization of the _Engineer, concrete
shall not be placed when the temperature is below 400F,
the temperature being taken in the shade and away from
artificial heat.
When such permission is granted, the Contractor shall
furnish an approved enclosure, such as canvas -covered
framework, to enclose and protect all pavement so placed,
and shall maintain the temperature of the air surrounding
the concrete at not less than 50OF for not less than 5
days. When concrete is being placed in cold weather,
other than under the conditions stated above, the
Contractor shall have available a sufficient supply of an
approved covering material to immediately protect
concrete if the air temperature falls to 320F, or below,
before concrete has been placed 4 hours. Such protection
shall remain in place during the period the temperature
continues below 320F or for a period of not more than 5
days. Neither salt nor other chemical admixtures shall
be added to the concrete to prevent freezing.: The
Contractor shall be responsible for the quality and
strength of concrete under cold weather conditions and
any concrete damage by freezing shall be removed and
replaced at his expense. Concrete shall not be placed
before sunrise and shall not be placed later than will
permit the finishing of the pavement during sufficient
natural light.
Concrete shall be placed only on approved subgrade or
sub -base, and unless otherwise indicated on plans, the
full width of the pavement shall be constructed
monolithically. The concrete shall be deposited on the
subgrade or sub -base zin such manner as to require as
little rehandling as possible.: Where hand spreading is
necessary, concrete shall be distributed to the required
depth by use of shovels. The use of rakes will not be
permitted. Workmen will notbepermitted to walk in the
concrete with any earth or foreign material on their
boots or shoes. The placing of concrete snall.be rapid
and continuous.
Concrete shall be distributed to such depth that when
consolidated and finished, the slab thickness required by
plans will be obtained at all points and the.surface
shall not, at any 'point, be below the established grade.
Special care shall be exercised in placing and spreading
D-20
concrete against forms and at all joints to prevent the
forming of honeycombs and voids.
if in the opinion of the Engineer, the temperature, wind
and/or humidity conditions are such that the quality of
the concrete will not be. adversely affected, the
specified placing time may be extended to a maximum of 45
minutes.
3. Reinforcing Steel
t All reinforcing steel, including steel wire fabric
r� reinforcement, tie bars, and dowel bars shall be
accurately placed and secured in position in accordance
with details shown on plans. Reinforcing bars shall be
securely wired together at alternate intersections,
following a pattern approved by the Engineer, and at all
t splices, and shall be securely wired to each dowel
intersected. When wire fabric is used, it shall be
^- securely wired together at all splices and to each dowel
intersected. Tie bars shall be installed in the required
position by the method and device shown on plans or by
approved method and device equivalent thereto.
Tightly adhered scale or rust which resists removal by
vigorous wire brushing need not be removed except that
excessive loss of section to the reinforcement due to
rust shall be cause for rejection. Excessive loss of
section shall be defined as loss of section to the extent
r• that the reinforcement will no longer meet the physical
requirements for the size and grade of steel specified.
Where plans require an assembly of parts at pavement
joints, the assembly shall be completed, placed at
required location and elevation, and all parts rigidly
secured in required position by the method and devices
shown on plans. Dowel bars shall be accurately installed
in joint assemblies in accordance with plans, each
parallel to the pavement surface and to the center line
of the pavement, and shall be rigidly secured in required
position by such means (as shown on plans) that will
prevent their displacement during placing and finishing
of the concrete.
When the placing of concrete is stopped, a bulkhead of
€' sufficient cross sectional area to prevent deflection,
accurately notched to receive the load transmission
devices or dowels if required, and shaped accurately to
the cross section of the pavement shall be provided and
installed as a back-up for the joint filler and rigidly
secured in required position to permit accurate finishing
of the concrete up to the joint. After concrete has been
D-21
t
finished to the joint, formation of the joint seal space
and finishing of the joint shall be executed. The back-
up bulkhead shall remain in place until immediately prior
to the time when concrete placing is resumed,,when it
shall be carefully removed in such manner that no element
of the joint assembly will be disturbed. The exposed
portion of the joint assembly shall be free of adherent
concrete, dirt or other material at the time placing of
concrete is resumed.
If necessary for proper installation of joint sealer,
excessive spalling of the joint groove shall be repaired
to the satisfaction of the Engineer in the manner which
he prescribes.
Careful workmanship shall be exercised in the
construction of all joints to insure that the concrete
sections are completely separated by an open joint or by
the joint materials and to insurethatthe joints will be
true to the outline indicated.
Weakened plane joints shall consist of transverse
contraction joints and longitudinal joints and shall be
sawed as specified on -the plans or as directed by the
Engineer. When the joints are sawed, the.saw shall be
power driven, shall be manufactured especially for the
purpose of sawing, Iconcrete and shall be capable of
performing the work. Saw blades shall be designed to
make a clean smooth cut having a width and depth of cut
as detailed on the plans. Tracks adequately anchored,
chalk, string line or other approved methods shall be
used to provide true alignment of the joints. The
concrete saw shall be maintained in good operating
condition and the Contractor shall keep a stand-by power
saw on the project at all times when concrete operations
are under way.
If membrane curing is used, the portion,of.the seal which
has been disturbed by sawing operations -shall be restored
by the Contractor by spraying the area with additional
curing seal.
6. Contraction Joints
Transverse contraction joints shall be formed or sawed
joints perpendicular to the centerline and surface of the
pavement. Where sawed joints are used, contraction
joints at approximately 10 to 15 -foot intervals shall be
sawed as soon as sawing can be accomplished without
damage to the pavement and before 12 hours after the
concrete has been placed, the exact time to be approved
by the Engineer. The remaining contraction joints shall
D-22
F
r
be sawed in a uniform pattern as directed by the
Engineer, and they shall be completed before uncontrolled
cracking of the pavement takes place. AU joints shall
be completed before permitting traffic to use the
pavement.
Longitudinal joints shall be sawed within two days after
construction of the pavement. Sawing shall not cause
damage to the pavement and the grooves shall be cut with
a minimum of spalling. No traffic Uncludi=
,instruction traffic) shall be permitted on the pavement
until the longitudinal joint is cut.
After the joints in the hardened concrete have been
repaired (if necessary) and cleaned to the satisfaction
of the Engineer, the joints will be filled with the W.R.
Meadows SOF-SEAL. After the sealant is installed it will
effectively seal the joints against water, dirt and
stones throughout repeated cycles of expansion and
contraction.
Premolded materials, wherever used, shall be anchored to
the concrete on one side of the joint by means of copper
wire or nails not lighter than No. 12 B&S gage. Such
anchorage shall be sufficient to overcome the tendency of
the material to fall out of the joint.
All concrete pavement shall be consolidated by a
mechanical vibrator. As soon as the concrete has been
spread between the forms, the approved mechanical
vibrator shall be operated to consolidate the concrete
and remove all voids. Hand manipulated vibrators shall
be used for areas not covered by the mechanical vibratory
unit.
After finishing is completed and the concrete still
workable, the surface shall be tested for trueness with
an approved 10 -foot steel straightedge. The straightedge
shall be operated from the side of the pavement, placed
parallel to the pavement centering and passed across the
slab to reveal any high spots or depressions. The
straightedge shall be advanced along the pavement in
successive stages of not more than one-half its length.
Practically perfect contact of the straightedge with the
surface will be required, and the pavement shall be
leveled to this condition, in order to insure conformity
D-23
with the surface test required after the pavement has
fully hardened. Any correction of the surface required _
shall be accomplished by adding concrete if required and .r
by operating the longitudinal float over the area. The
surface test with the straightedge shall then be
repeated. Extra water will not be added for finishing.
After completion of the straightedge operation, the first
pass of the burlap drag shall be made as soon as
construction operations permit and before the water sheen
has disappeared from the surface. This shall be followed
by as many passes as required to produce the desired
texture depth. There shall be no unnecessary delays
between passes. The drag shall be wet during use and
maintained clean and free from encrusted mortar. It is
the intent that the average texture depth resulting from
the number of tests directed by the Engineer be not less
than 0.025 inches with a minimum texture depth of 0.020
inches for any one test. Should the texture depth fall
below that intended, the finishing procedures shall be
revised to produce the desired texture.
The Contractor shall have available at all times hand
brooms with stiff bristles for the purpose of providing
textures when the pavement surface is in such a condition
that the burlap drag or other methods being employed will
not provide the desired texture.
After completion of dragging and about the time the
concrete becomes hard; the edge of the slab and joints
shall be carefully finished as directed by the Engineer,
and the pavement shall be left smooth and true to line.
The Contractor shall erect and maintain the barricades
required by plans and such other standard and approved
devices as will exclude public traffic and traffic of his
employees and agents from the newly placed pavement for
the periods of time and at locations hereinafter
prescribed by the Engineer. Portions of the roadway, or
crossings of the roadbed required to be maintained open
for use by traffic, shall not be obstructed by the above
required barricades.
The pavement shall be closed toalltraffic, including
vehicles of the Contractor, until the concrete is at
least 7 days old. This period of closure to all traffic
may be extended if, in the opinion of the Engineer,
weather or other conditions make it advisable to provide _
an extension of the time of protection.
,At the end of the 7 day period and as long thereafter as
ordered by the Engineer, and if so desired by the
D-24
Contractor, the pavement may be opened for use by
vehicles of the Contractor provided the gross weight
ra (vehicle plus load) of such vehicles does not exceed
14,000 pounds. Such opening, however shall in no manner
relieve the Contractor from his responsibilities for the
work. On those sections of the pavement thus opened to
traffic, all joints shall first be sealed, the pavement
cleaned and earth placed against the pavement edges
before permitting vehicles thereon.
After the concrete in any section is 14 days old, or as
long thereafter as ordered by the Engineer, such section
of pavement may be opened to all traffic as required by
plans or when so directed by the Engineer. On those
sections of the pavement thus opened to traffic, all
joints shall first be sealed, the pavement cleaned, earth
placed against the pavement edges and all other work
.. performed as required for the safety of traffic.
When High Early Strength Concrete, resulting from the use
of Type III cement as required by plans or special
provisions, is used, the pavement may be opened to all
traffic after the concrete is 7 days old, or as long
thereafter as ordered by the Engineer, subject to the
same provisions governing the opening after 14 days as
above prescribed.
Where the Contractor desires to move any equipment not
licensed for operating on public streets, on or across
any pavement opened to traffic, he shall protect the
pavement from all damage by means of two-ply timber mats
of 2 inch stock or runways of heavier material laid on a
layer of earth, all as approved by the Engineer.
The Engineer may require the opening of pavement to
traffic prior to the minimum time specified above under
conditions of emergency which in his opinion require such
action in the interest of the public. In no case shall
the Engineer order opening of the pavement to traffic
within less than 72 hours after the last concrete in the
section is placed. The Contractor shall remove all
obstructing materials, place earth against. the pavement
edges and perform other work involved in providing for
the safety of traffic as required by the Engineer in
ordering emergency opening. Orders for emergency opening
of the pavement to traffic will be issued by the Engineer
in writing.
D-25
2.
rIf
Sub -grade preparation shall include the removal, haul and
disposal of all obstructions, including existing curbs,
gutters, paving materials, base materials, concrete slabs
and other obstructions shown on the plans or as designated
by the Engineer and all scarifying, pulverizing, wetting,
disking, blading and rolling with compactors to a depth of
at least 6" on residential streets and to a depth of 12" on
major thoroughfares and collector streets. Compactors will
be used from the bottom to the finished sub -grade elevation
to compact the subgrade to 95% Standard Proctor Density
(ASTM D-698) in conformity to the line, grade and sections
as shown on the plans or as established by the Engineer.
After the obstructions have been removed, or in conjunction
with such removal, the street bed and/or alley return
foundation and/or sidewalk foundation shall be excavated and
shaped in conformity with the typical section and to the
line and grades as shown on the plans or as established by
the Engineer.
All unstable or otherwise objectionable material shall be
removed from the subgrade and replaced with approved
material. The excavation shall be done in such a manner as
to require a minimum of fill to bring the subgrade to the
correct elevation. When the subgrade is too low as
initially excavated, the Contractor shall place additional
soil or caliche in layers not exceeding four (411) inches and
compact each layer by moistening and rolling.
1. cr per 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 23
cubic yards capacity as rated loaded flush by the
manufacturer.
2. Compaction
Subgrade shall be compacted to 95%
(ASTM D-698) for all improvements
collector street paving. Subgrade
100% Standard Proctor Density for
street paving.
D-26
Standard Proctor Density
except thoroughfare and
shall be compacted to
thoroughfare and collector
Density tests (ASTM D-2922) will be performed and test
rolling will be observed by City inspectors.
Swelling subgrade (soils with plasticity index of 20 or
more) shall be sprinkled as required to provide not less
�.. than optimum moisture during compaction. Other subgrade
soils will be compacted at a moisture content of plus or
minus 2% of optimum moisture or other moisture content
directed by the Engineer.
Test rolling will be accomplished with a 25 ton pneumatic
tire roller or other pneumatic tire roller approved by the
Engineer. The Engineer may require up to six passes of the
roller in determining the condition of the subgrade.
Any soft or unstable areas found by test rolling will be
corrected by removing the soft or unstable material and
replacing it with suitable material compacted to specified
density. The areas so corrected shall be test rolled as
specified above.
Special care shall be exercised in grading street
intersections where dips are located so that the cross
profiles present a smooth riding surface and so that the
compacted base thickness will not be less than six (611) or
nine (911). Crown section shall begin to decrease 60 feet
back of end of radius for residential streets. Wider street
dips will be blue topped as shown on the detail sheet.
• - .� ••- .M-1,
The Contractor may proceed with subgrade preparation on any
schedule he may select except that, unless hindered by
factors beyond his control, not more than seven (7) calendar
days shall elapse between the time subgrade preparation is
begun and the spreading and compacting of the base has
started. Measures shall be taken by the Contractor not to
leave driveways impassable during the night hours.
5. Excess Materials
Materials excavated in excess of that needed in fill and
! backfill behind curb shall be wasted by the Contractor.
Care shall be taken by the Contractor to use only topsoil in
pal the backfill behind the curbs. The Contractor may dispose
of the surplus excavated material in any manner not
objectionable to the public, and it is his responsibility to
locate a suitable site for dumping the waste excavation. In
any event, the Contractor shall not dispose of the surplus
materials in any of the lake areas either outside or within
the city limits. Location of disposal sites near any lake
area must be approved by the Engineer.
D-27
6.
B.
The preparation of the subgrade for concrete alley paving
shall be done in the same manner as other subgrade
excavation which requires scarifying, wetting, disking,
blading, rolling, and compacting. The Contractor will be
required to excavate around existing improvements, such as
gas meter, water meters, poles, etc. Each of these
obstructions shall be the responsibility of the Contractor.
Trees that conflict with the improvements shall be removed
by the Contractor upon approval of the Engineer.
The Contractor shall shape to subgrade to the cross-section
shown on the plans and to the lines and grades established
by the Engineer. After the forms are set and before the
reinforcing is placed, the Contractor shall finally shape
the subgrade so that there will be a minimum thickness of
concrete of five (511) inches at the centerline and seven and
one-half inches (7-1/211) at the outside edges. All areas
where fill material is required shall be compacted. The
subgrade shall be wetted and rolled to secure 90% Proctor
Density in the upper six (611) making a firm foundation for
the alley paving.
The Contractor will be required to shape the portion of the
alley outside of the limits of the concrete slab so that all
drainage in the alley will be to the invert of the concrete
slab. Excess excavated materials shall be hauled to any
approved location.
Prior to placing any embankment, all "Preparing Right -Of -
Way" and/or "Clearing and Grubbing" operations shall have
been completed on the excavation sources and areas over
which the embankment is to be placed. Stump holes or other
small excavations in the limits of the embankment shall be
backfilled with suitable material and thoroughly tamped by
approved methods before commencing embankment construction.
The surface of the ground, including plowed loosened.ground,
or surface roughened by small washes or otherwise, shall be
restored to approximately its original slope by blading or
other methods and where indicated on plans or required by
the'Engineer, the ground surface thus prepared shall be
compacted by sprinkling and rolling.
Where embankments are to be placed adjacent to or over
existing roadbeds, the roadbeds slopes shall be plowed or
scarified to a depth of not less than six (611) inches and
the embankment built up in successive layers, as hereinafter
specified, to the level of the old roadbed before its height
is increased. Then, if directed, the top of the roadbed
D-28
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
f layer.
�r•
Trees, stumps, roots, vegetation, or other unsuitable
materials shall not be placed in embankment.
Except as otherwise required by the plans, all embankment
in layers approximately parallel to the
shall be constructed
finished grade of the roadbed and unless otherwise specified
each layer shall be so constructed as to provide a uniform
+"
slope of 1/4" inch per foot from the center line of the
roadbed to the outside.
Embankments shall be constructed to the grade established by
�►
the Engineer and completed embankments shall correspond to
on the
the general shape of the typical sections shown 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
f
best suited to the sprinkling and compaction methods
utilized.
Each layer of embankment shall be uniform as to material,
density and moisture content before beginning compaction.
rWhere layers of unlike materials abut each other, each layer
shall be featheredged for at least 100 feet or the material
shall be so mixed as to prevent abrupt changes in the soil.
No material placed in the embankment by dumping in a pile or
�.., 0.29
Layers of embankment may be formed by utilizing equipment
which will spread the material as it is dumped, or they may
be formed by being spread by blading or other acceptable
methods from piles or windrows dumped from excavating or
hauling equipment in such amounts that material is evenly
distributed.
Minor quantities of rock encountered in constructing earth
embankment shall be incorporated in the specified embankment
�►
layers, or may be placed in accordance with the requirements
fills
for the construction of rock embankments in the deeper
within the limits of haul shown on the plans, provided such
placement of rock is not immediately adjacent to structures.
Also, rock may be placed in the portions of embankments
outside the limits of the completed roadbed width where the
size'of the rock prohibits their incorporation in the normal
embankment layers.
Each layer of embankment shall be uniform as to material,
density and moisture content before beginning compaction.
rWhere layers of unlike materials abut each other, each layer
shall be featheredged for at least 100 feet or the material
shall be so mixed as to prevent abrupt changes in the soil.
No material placed in the embankment by dumping in a pile or
�.., 0.29
windrow shall.be incorporated in a layer in that position,
but all such piles or windrows shall be moved by blading or
similar methods. Clods or lumps of material shall be broken
and the embankment material mixed by blading, disking, or
similar methods to the end that a uniform material or
uniform density is secured in each layer. Water required
for sprinkling to bring the material to the moisture content
necessary for maximum compaction shall be evenly applied and
it shall be the responsibility of the Contractor to secure a
uniform moisture content throughout the layer by such
methods as -.may be necessary. In order to facilitate uniform
wetting of the embankment material, the Contractor shall
water at the material source if the sequence and methods
used are such as not to cause an undue waste of water. Such
procedure shall be subject to the approval of the Engineer.
1. Co=action
The compaction method shall require that each layer shall
be compacted to the required density by any method, type,
and size of equipment which will give the required
compaction. The depth of layers, prior to compaction,
shall depend upon the type of sprinkling and compaction
equipment used. Prior to and in conjunction with the
rolling operation, each layer shall be brought to the
moisture content necessary to obtain the required density
and shall be kept leveled with suitable equipment to
insure uniform compaction over the entire layer.
For each layer of earth embankment and select material,
`it is the intent of this specification to provide the
density as required herein, unless otherwise shown on the
plans. The required compaction shall be 95% Standard
Proctor Density ASTM D-698. "-
After each section of earth embankment or select material
is complete, tests as necessary will be made by the
Engineer. If the material fails to meet the density
specified, the course shall be reworked as necessary to
obtain the specified compaction, and the compaction
method may be altered on subsequent work to obtain
specified density. Such procedure shall be determined
by, and subject to, the approval of the Engineer.
At any time, the Engineer may order proof rolling to test
the uniformity of compaction of the embankment subgrade.
All irregularities, depressions, weak or soft areas which
develop shall be corrected immediately by the Contractor.
Should the subgrade, due to any reason or cause, lose
required stability, density, or finish before the
pavement structure is placed, it shall be recompacted and
refinished at the sole expense of the Contractor.
Excessive loss of moisture in the subgrade shall be
D-30
7
prevented by sprinkling, sealing, or covering with a
subsequent layer of granular material. Excessive loss of
moisture shall be construed to exist when the subgrade
soil moisture content is more than 4 percent below the
optimum for compaction to Standard Proctor Density. (Also
see Section D, Item 2.A.2. S-omtiaction.)
2. At Culverts
Embankments adjacent to culverts which cannot be
compacted by use of the blading and rolling equipment
used in compacting the adjoining sections of embankment
shall be compacted in the manner prescribed below.
The following requirements shall apply to the backfilling
of pipe culverts in addition to the pertinent portions of
the general requirements given in the preceding section.
After the bedding has been prepared and the pipe
installed as required by the pertinent specifications,
selected materials from excavation or borrow shall be
placed along both sides of the pipe equally, in uniform
layers not to exceed six (611) inches in depth (loose
measurement), wetted and thoroughly compacted so that on
each side of the pipe there shall be a berm of thoroughly
compacted materials at least as wide as the external
diameter of the pipe, except insofar as undisturbed
material obtrudes into this area. The method and degree
of compaction shall be same as specified above.
Filling and/or backfilling shall be continued in,this
manner to the elevation of the top of the pipe. Special
care shall be taken to secure thorough compaction of the
material placed under the haunches of the pipe. All fill
or backfill below the top of the pipe shall be compacted
mechanically in the same manner and to the density
prescribed above, regardless of whether or not such
material is placed within the limits of the embankment or
roadbed. In the case of embankments, the remainder of
the fill above the top of pipe shall be placed in
accordance with the provisions for placing roadway
embankment as prescribed in the pertinent specification
included in the contract. No construction traffic will
be permitted to cross any pipe culvert until the minimum
depth of fill above the pipe as determined by the
Engineer has been placed and consolidated.
The base course shall consist of a minimum of six (611) or nine
(911) inches of compacted approved caliche, black base or
combination of caliche and black base material shaped in
accordance with the typical cross-sections provided in the
plans and to the grades established by the Engineer.
D-31
A.
B.
Approved base material shall be hauled in vehicles of
uniform capacity to the site and dumped evenly so that an
adequate quantity of material will be placed to provide a
minimum of six (611) inches of compacted base material on all
units except major thoroughfares streets. On these streets
the Contractor will construct nine (911) inches of compacted
base material.
Processing of caliche base shall be accomplished in multiple
lifts of three (311) inches in compacted depth. Each lift or
layer shall be thoroughly moistened and rolled as it is cut
from the windrow. After all of the material is cut from the
windrow to the sides, it shall be cut back to the center in
lifts of three (311) inches and thoroughly moistened and
rolled again. Succeeding layers shall then be placed
similarly until the caliche base course is completed.
Caliche base shall be compacted to 95% Standard Proctor
Density (ASTM D-698) for all improvements except
thoroughfare street paving shall be compacted to 100%
Standard Proctor Density.
Density tests (ASTM D-2922) will be performed and test
rolling for base will be observed by City inspectors.
Caliche base shall be compacted at a moisture content of —
plus or minus 2t optimum moisture or other moisture content
directed by the Engineer.
The finished caliche base shall be test rolled with a 25 ton
pneumatic tire or other approved roller. The Engineer may
require up to six passes of the roller in determining the
condition of the base.
All nine (911) inch compacted caliche ,base shall be
accomplished in three (3") inch lifts. The caliche course
shall then be sprinkled as required and rolled with
compactors as directed until a uniform compaction of
specified "Standard Proctor Density" is secured. Throughout
this entire operation, the shape of the course shall be
maintained by blading; and the surface upon completion shall
be smooth and in conformity_ with the typical sections shown
on plans and to the established lines and grade.
Traffic may be allowed to travel on the caliche base, as
directed by the Engineer, during construction. During this
period, the caliche base shall be satisfactorily maintained
by the use of water trucks, blades, drags and such other
equipment as may be required. The base course shall be so
maintained until the wearing surface is placed thereon. The
D-32
1
surface shall not be placed on base course that exceeds
optimum mixture by two percent (2%).
Processing of asphaltic base shall be as directed by the
Engineer and similar to that described under Hot Mix
�,..
Asphaltic Concrete surface. Lift thickness will be
indicated by the Engineer or as shown on the paving plans:
Electronic screed controls will be required for placing
black base on grade. The density required will be
determined by the Engineer after material to be used has
been approved. All areas and "nests" of segregated coarse
or fine material shall be corrected or removed and replaced
+^ with well graded material as directed by the Engineer.
Each layer of black base may be test rolled, as directed by
the Engineer, with a 25 ton pneumatic tire or other approved
roller requiring up to six passes before succeeding layers
are placed. A delay in construction of a black base mat or
surface will require test rolling and approval prior to
construction of the next layer.
tion
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.
1. Failed Density or Weak Spots in Base
The finished caliche base shall be checked for density
requirements and by test rolling. Materials that fails
the density requirement shall be reworked as necessary
until passing. The full depth of caliche base shall be
compacted to the extent necessary to remain firm and
stable under test rolling. All irregularities,
depressions or weak spots which develop shall be
corrected immediately by scarifying the areas affected,
adding suitable material as required, reshaping and
recompacting by sprinkling and rolling. if the
Contractor chooses, he may repair the weak spot by
removing the material involved and replacing it with Type
"C" hot mix or asphalt stabilized base. In this case,
the surface may be applied as soon as the hot mix patch
has been compacted and cooled to ambient temperature.
2. AlIowe Deviation in Finish
Immediately prier to placing of surfacing, the base shall
be checked_ and any deviation in excess of three-eig the
r� (3/8) inch from the established grade or true_c,ross
section shall be correctedan provided abovefor defects ._
_
i
ri
,,. D-33
Longitudinally a straightedge 10 feet long shall be used
to detect any deviation which shall be corrected as
defects.
* • a v . 0 re OR IVOW01OR; J:
This item shall consist of 1-1/2" compacted C.O.L. Type "C" or
Type "D" hot mix asphaltic concrete surface, using approved
crushed stone aggregate, constructed over a compacted base.
The base shall be primed and a tack coat applied as.required.
Hot mix asphaltic concrete will be accepted on a lot basis.
A lot will consist of 1000 tons or each days production and
will be divided into three (3) equal sublots. Pavement
density will be determined by taking the average density for -'
each lot, from the three sublots, the average Maximum
Theoretical Density, taken from trucks delivering hot mix
asphaltic concrete to the site. The samples will be tested
in accordance with ASTM D-2041.
Each lot of compacted pavement will be accepted, with _
respect to density, when the average field density is within
the below listed specifications. ,Four field density
determinations will be made for each lot. Cores taken from
the pavement will be used to test the field density. The
density of the cored samples will be determined in
accordance with ASTM D-2726.
Density Specifications
Based on Maximum Theoretical Density
Minimum = 92.5!k
Optimum = 96.0°s
Maximum = 97.5%
If the mixture produced does not have the specified
qualities, it shall be adjusted until it does. The pavement
shall be constructed on the previously completed and
approved subgrade, base, existing pavement, bituminous
surface or in the case of a bridge, on the prepared floor
slab, as herein specified and in accordance with the details --
shown on the plans.
D-34
1. November 1 until April 1
a. The asphaltic mixture shall not be placed when the air
temperature is below 55 degrees F and falling.
b. The asphaltic mixture may be placed when the air
temperature is above 50 degrees F and rising.
a. The asphaltic mixture shall not be placed when the air
temperature is below 50 degrees F and falling.
b. The asphaltic mixture may be placed when the air
temperature is above 45 degrees F and rising.
a. The asphaltic mixture shall not be placed when the air
temperature is below 45 degrees F and falling.
b. The asphaltic mixture may be placed when the air
- temperature is above 40 degrees F and rising.
` The air temperature shall be taken in the shade away from
artificial heat or as reported by the National Weather
Service on their hourly report (Telephone No. 762-0141).
r The Engineer may use his discretion to require a cover
over the asphaltic mixture when being hauled from the
plant to the job site.
C If the temperature of a load of asphaltic concrete
measured while passing through the lay -down machine is 25
degrees F less than the mixing temperature, the load may
be rejected by the Engineer and payment will not be made
for the rejected material.
4. Preparation of Base and Areas Borderi na
The compacted base upon which the hot mix asphaltic
concrete surface is to be placed shall be prepared and
cleaned, as required by the Engineer, before the prime
coat is applied.
The prime coat shall consist of an application of 0.25
gallons per square yard of MC asphalt.
,,., D-35
b
t
B. Temiperature Requirements
1. November 1 until April 1
a. The asphaltic mixture shall not be placed when the air
temperature is below 55 degrees F and falling.
b. The asphaltic mixture may be placed when the air
temperature is above 50 degrees F and rising.
a. The asphaltic mixture shall not be placed when the air
temperature is below 50 degrees F and falling.
b. The asphaltic mixture may be placed when the air
temperature is above 45 degrees F and rising.
a. The asphaltic mixture shall not be placed when the air
temperature is below 45 degrees F and falling.
b. The asphaltic mixture may be placed when the air
- temperature is above 40 degrees F and rising.
` The air temperature shall be taken in the shade away from
artificial heat or as reported by the National Weather
Service on their hourly report (Telephone No. 762-0141).
r The Engineer may use his discretion to require a cover
over the asphaltic mixture when being hauled from the
plant to the job site.
C If the temperature of a load of asphaltic concrete
measured while passing through the lay -down machine is 25
degrees F less than the mixing temperature, the load may
be rejected by the Engineer and payment will not be made
for the rejected material.
4. Preparation of Base and Areas Borderi na
The compacted base upon which the hot mix asphaltic
concrete surface is to be placed shall be prepared and
cleaned, as required by the Engineer, before the prime
coat is applied.
The prime coat shall consist of an application of 0.25
gallons per square yard of MC asphalt.
,,., D-35
6. Tack Coat
Before the asphaltic mixture is laid, the surface upon
which the tack coat is to be placed shall be cleaned
thoroughly to the satisfaction of.the Engineer. The
surface shall be -given a uniform application of tack coat
using asphaltic materials of this specification. This
tack coat shall be applied, as directed by the Engineer,
with approved sprayer. Where the mixture will adhere to
the surface on which it is to be placed without the use
of a tack coat, the tack coat may be eliminated by the
Engineer. All contact surfaces of curbs and structures
and all joints shall.be painted with a thin uniform coat
of the asphaltic material meeting the requirements for
tack coat. The tack coat shall be rolled with a
pneumatic tire roller as directed by the Engineer.
The asphaltic mixture, prepared as specified above shall
be hauled to the work site in tight vehicles previously
cleaned of all foreign material. The dispatching of the
vehicles shall be arranged so that all material delivered
may be placed, and all rolling shall,be completed during
day -light hours. The inside of the truck body may be
given a light coat of oil, lime slurry or other material
satisfactory to the Engineer, if necessary, to prevent
mixture from adhering to the body. In cool weather or
for long hauls, canvas covers and insulating of truck
bodies may be required. vehicles of the semi -trailer
type are prohibited.
Generally the asphaltic mixture shall be dumped and
spread on the approved prepared surface with the
specified spreading and finishing machine in such manner
that when properly compacted the finished pavement will
be smooth, of uniform density and will meet the
requirements of the typical cross sections and the
surface tests. During the application of asphaltic
material, care shall be taken to prevent splattering of
adjacent pavement, curb and gutter, and structures.
The surface course shall be laid in a compacted layer
with a minimum compacted thickness of one and one-half
inches (1-1/211).
A level up course, 1/2" or more in thickness, shall
require the use of black base or a coarse grade of hot
mix approved by the Engineer. It shall be spread and
compacted to lines and grades as established by the
Engineer.
r"
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.
ajwereTj TJP-T40SLOAJ
As directed by the Engineer, the pavement shall be
compacted thoroughly and uniformly to the required
density. The specified rollers shall be used, except as
provided in paragraph (3) below.
Rolling with the three wheel and tandem rollers shall
start longitudinally at the sides and proceed toward the
center of the pavement, overlapping on successive trips
by at least half the width of the rear wheels unless
otherwise directed by the Engineer. Alternate trips of
the roller shall be slightly different in length. On
super -elevated curves, rolling shall begin at the low
side and progress toward the high side unless otherwise
directed by the Engineer. Rolling with pneumatic roller
shall be done as directed by the Engineer. Rolling shall
be continued until required compaction is obtained and
all roller marks are eliminated. one tandem roller, two
pneumatic rollers and at least one three wheel roller, as
specified above, shall be provided for each job.
Additional rollers shall be provided if needed. The
motion of the roller shall be slow enough at all times to
avoid displacement of the mixture. If any displacement
occurs, it shall be corrected at once by the use of rakes
and of fresh mixture where required. The roller shall
not be allowed to stand on pavement which has not been
D-37
Adjacent to flush curbs, gutters, liners and structures,
the surface shall be finished uniformly high so that when
compacted it will be slightly above the edge of the curb
and flush structure.
All joints shall present the same texture density, and
smoothness as other sections of the course. The joints
between old and new pavements or between successive day's
work shall be carefully made to insure a continuous bond
between old and new sections of the course.
The transverse edges of old pavement and, if required by
1
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
surfaces of previously constructed pavement shall
contact
be painted with a thin uniform coat of hot bituminous
material before the fresh mixture is placed.
ajwereTj TJP-T40SLOAJ
As directed by the Engineer, the pavement shall be
compacted thoroughly and uniformly to the required
density. The specified rollers shall be used, except as
provided in paragraph (3) below.
Rolling with the three wheel and tandem rollers shall
start longitudinally at the sides and proceed toward the
center of the pavement, overlapping on successive trips
by at least half the width of the rear wheels unless
otherwise directed by the Engineer. Alternate trips of
the roller shall be slightly different in length. On
super -elevated curves, rolling shall begin at the low
side and progress toward the high side unless otherwise
directed by the Engineer. Rolling with pneumatic roller
shall be done as directed by the Engineer. Rolling shall
be continued until required compaction is obtained and
all roller marks are eliminated. one tandem roller, two
pneumatic rollers and at least one three wheel roller, as
specified above, shall be provided for each job.
Additional rollers shall be provided if needed. The
motion of the roller shall be slow enough at all times to
avoid displacement of the mixture. If any displacement
occurs, it shall be corrected at once by the use of rakes
and of fresh mixture where required. The roller shall
not be allowed to stand on pavement which has not been
D-37
fully compacted.. To prevent adhesion of the surface to
the roller, the wheels shall be kept thoroughly moistened
with water, but an excess of water will not be permitted.
All rollers must.be in good mechanical condition.
Necessary precautions shall be taken to prevent the
droppings of diesel, gasoline, oil, grease or other
foreign matter on the pavement, either when the rollers
are in operation or when standing.
When indicated on the plans or permitted by;the Engineer
in writing, the pavement may be compacted to the required
density by the use of compacting equipment other than
that specified herein.
Hand tamping: The edges of the pavement.along curbs,
headers and similar structures, and all places not
accessible to the roller, or in such positions as will
not allow thorough compaction with the roller, shall be
thoroughly compacted with lightly oiled tamps.
Rolling with the trench type roller will be required on
widening areas in trenches and other limited areas where
satisfactory compaction cannot be obtained with the three
wheel and tandem rollers.
10. Surface Tests
The surface of the pavement, after compaction, shall be
smooth and true to the established line, grade and cross
section, and when tested with a 10 foot straight edge
placed parallel to the centerline of the roadway or
tested by other equivalent and acceptable means, except
as provided herein, the maximum deviation shall not
exceed 1/8 inch in 10 feet, and any point in the surface
not meeting this requirement shall be corrected as
directed by the Engineer. When placed on existing
surfaces, the 1/8 inch deviation in,10 feet requirement
may be waived by the Engineer.
11. Surface Density Test
See Section M, Item 10.(D), Laboratory Control.
12. Equi mra ent
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 regiired, and shall have
adequate power to propel the delivery vehicle in a
satisfactory manner when the mixture is dumped into the
finishing machine: The finishing machine shall be
equipped with a flexible spring and/or hydraulic type
D-38
hitch sufficient in design and capacity to maintain
contact between the rear wheels of the hauling equipment
and the pusher rollers of the finishing machine while the
mixture is being unloaded. The finishing machine shall
be operated in a low gear, or as directed by the
Engineer, at a speed to produce a surface that will meet
f the requirements of the typical cross section and surface
` test.
Any vehicle which the finishing machine cannot push or
propel in such a manner as to obtain the desired lines
and grade without resorting to hand finishing will not be
allowed to dump directly into the finishing machine.
Vehicles dumping into the finishing machine shall be
mechanically and/or automatically operated in such a
manner that overloading the finishing machine being used
cannot occur and the required lines and grade will be
obtained without resorting to hand finishing.
Dumping of the asphaltic mixture in a windrow and then
placing the mixture in the finishing machine with loading
equipment will be approved by the Engineer, provided that
the loading equipment is constructed and operated in such
a manner that substantially all of the mixture deposited
on the roadbed is picked up and placed in the finishing
machine without contamination by foreign material of the
mixture. The loading equipment will be so designed and
operated that the finishing machine being loaded will
obtain the required line, grade and surface without
resorting to hand finishing. Any operation of the
loading equipment resulting in the accumulation and
subsequent shedding of this accumulated material into the
asphaltic mixture will not be permitted.
Forms. The use of forms will not be required except
where necessary to support the edges of the pavement
during rolling. If the pavement will stand rolling
without undue movement, binder twine or small rope may be
used to align the edges.
i- Motor Grader. The motor grader, if used, shall be self-
propelled power motor grader; it shall be equipped with
pneumatic tired wheels; shall have a blade length of not
less than 12 feet; shall have a wheelbase of not less
x than 16 feet; and shall be tight and in good operating
condition and approved by the Engineer.
Pneumatic Tire Rollers. The pneumatic tire roller shall
be an acceptable self-propelled roller mounted on
�r^ pneumatic tired wheels, with the weight capable of being
P varied uniformly from 275 to 550 pounds per inch width of
tire tread, so constructed as to be capable of being
operated in both a forward and a reverse direction and
shall have suitable provision for moistening the surface
.., D-39
of the tires while operating. All tires of the same
,roller shall be smooth tread of equal size and diameter
and shall be arranged in such a manner that the gap
between the tires of one axle will be covered by the
tires of the other.
The tire pressure of each tire shall be adjusted as
directed by the Engineer and this pressure shall not vary
by more than 5 pounds per square inch.
Two Axle Tandem Roller. This roller shall be an
acceptable power driven tandem roller weighing not less
than 8 tons. _
Three Wheel Roller. This roller shall be an acceptable
power driven three wheel roller weighing.not less than 10
-tons.
Trench Roller. This roller shall be an acceptable power
driven trench roller equipped with sprinkler for keeping
the wheels wet and adjustable road wheel so that the
roller may be kept.level during rolling. The drive shall
be not less than 20 inches wide. The roller under
working conditions shall produce 325 pounds per linear
inch of 'roller width and be.so geared that a speed of 1.8
miles per hour is obtained in low gear.
Straightedges and Templates. When directed by the
Engineer, the Contractor shall provide acceptable 10 foot
straightedges for surface testing. Satisfactory
templates shall be provided by the Contractor as required
by the Engineer.
All equipment shall be maintained in good repair and
operating condition and shall be approved by the
Engineer.
The Contractor shall furnish such suitable machinery,
equipment and construction forces as may be necessary, in
the opinion of the Engineer, for the proper prosecution
of the work, and failure to do so may cause the Engineer
to withhold all estimates which have or may become due or
the Engineer may suspend work until his requests are
complied with.
MO I• •
The pavement shall be opened to traffic when directed by
the Engineer. All construction traffic allowed on the
pavement shall comply with City Ordinance governing
traffic on City Streets
D40
w
If the surface ravels, corrugates or shoves, it will be
the Contractor's responsibility to correct this condition
at his expense.
Within three days after completion of any Sub -Unit of paving
the Contractor shall clean, remove rubbish and temporary
structures from the street, restore in an acceptable manner
all property, both public and private, which has been damaged
during the prosecution of the work, and leave the site of the
work in a neat and presentable condition throughout. The cost
of the "cleanup" shall be included as a part of the cost of
the various items of work involved, and no direct compensation
will be made for this work. This work shall be done before
final acceptance of the Sub -Unit will be considered.
The cleanup shall include the sloping, filling and shaping of
the area between the curb and property line. This area shall
be filled with good top soil, with no rocks larger than 1".
When the ground behind the curb is higher than the top of the
curb, the Contractor will be required to cut this area down to
provide a smooth, even slope between the property line and the
curb.
The City Forces will place valve boxes and manholes on
finished grade after the base has been finished to grade.
The Contractor shall allow the City Forces at least 3 days
to do this work after finishing the base and before
application of asphalt. It shall be the responsibility of
the Contractor to notify the Water and Sewer Department 48
hours after curb and gutter has been completed so that the
City Forces can properly schedule their work. In all alleys
the City Forces will set the valve boxes and manholes to
grade after the forms are in place. Any variation in this
procedure that causes expense to the City shall have the
approval of the Engineer, and such expense shall be borne by
the Contractor.
B. INSTALLATION, ADJUSTMENTS— ND PROTECTION OF UTILITIES
AND TRAFFIC INSTALLATIONSS
r The plans show only approximate locations of utilities as
obtained from the various utility companies and shall not
relieve the Contractor from familiarizing himself with all
underground utilities. It is not implied that all existing
utilities are shown on the plans. The City of Lubbock does
not assume any responsibility for any utility lines which
are not shown on the plans.
D-41
The utility companies will attempt to move all utilities
that can be reasonably removed prior to beginning of
construction; however, this does not relieve the Contractor
from any damage that he might do to any utility property.
In case of any damage, the Contractor shall immediately
notify the utility company.
City Water and Sewer 767-2588, 767-2344
Lubbock Power and Light 767-2555, 767-2554
City Traffic Shop 767-2140, 767-2144
Energas Traffic Shop 741-4200, 741-0231
Southwestern Public Service 763-2881, 796-3250
Southwestern Bell Telephone 741-6101, 741-5151
Cox Cable of Lubbock 793-5053, 793-4683
City Traffic Engineering 767-2132
Sequence: The sequence of utility adjustments has been
mutually agreed upon by the utility companies in the City of
Lubbock and will attempt to follow the following schedule:,
Plans for contract project will be delivered to all utility
companies two weeks prior to opening bids. As a general
rule, these projects will have been staked.
The utility companies will relocate all items necessary,
locate and flag all meters, valves, manholes, underground
cables, etc., prior to the date the Contractor is to begin
construction.
After the -subgrade is completed on alley paving projects,
and after the _base is completed on all street paving
projects, all manholes, valve boxes, etc., will be set to
finished grade by the utility companies. The site ,shall be
left in a clean condition.
On all projects, including private contracts, the Contractor
shall exercise care not to damage any sanitary sewer pipe or
manholes, storm sewer pipe or manholes, or telephone cable
or manholes, water or gas lines, valve boxes meter boxes,
nor any other pipe or utility. If necessary, the Contractor
shall call the department or�company concerned and make
arrangements for adjusting the manhole, valve box, meter
box, or other utility to grade. On all projects for which
he is awarded a contract, the Contractor will be responsible
during the construction period for any damages to manholes,
valve boxes, meter boxes and other utilities.
D-42
G
Should any item be damaged during the process of
construction, the Contractor is to notify the affected
utility company and the City inspector. The utility company
will immediately repair the damaged item. Any bills for
damage will be sent through the Department of Engineering.
The Department of Engineering will process all bills and fix
responsibility for damage and govern the extent of repair.
T. V. Cable
Water
Gas
Fifth
Sixth
Seventh
Traffic Engineering Eighth
r On all projects, including private contracts, the Contractor
shall not place curb and gutter or base material at points
where underground utilities cross or propose to cross until
such utilities have been adjusted or installed.
Descri p i on
d
"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
�,.. D-43
Private contracts do not have plans, but utility companies
".
will be furnished cut sheets and notified of impending
construction by letter. Other items such as adjustments,
damages, etc. will be handled the same as for bid let
projects.
The utility companies will schedule their work with the
Contractor. When utility adjustments commence before the
contract is awarded, it will be the responsibility of the
utility company to barricade the project.
Unless otherwise agreed upon by the City and the utility
companies involved, the sequence of installation of
underground utilities shall be as follows:
F
ce
Utility 1 i tV �.5�pen�—
Sewer First
Electric (Primary) Second
Electric (Secondary) Third
Telephone Fourth (last if no power or
T.V.)
T. V. Cable
Water
Gas
Fifth
Sixth
Seventh
Traffic Engineering Eighth
r On all projects, including private contracts, the Contractor
shall not place curb and gutter or base material at points
where underground utilities cross or propose to cross until
such utilities have been adjusted or installed.
Descri p i on
d
"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
�,.. D-43
on the prepared roadbed as herein specified and in conformity
with the typical sections shown on plans and to the lines and
grades as established by the Engineer.
M
1
The existing base, including any bituminous mat not shown
on plans to be salvaged, shall first be cleaned of all
dirt or other objectionable material by blading, brooming
or other approved methods, then scarified to the width
and depth as may be required to provide the estimated
amount of salvaged material per station as shown on the
plans. Subgrade shall be reworked, if necessary, as
directed by the Engineer. Any bituminous mat encountered
shall be broken into particles not more than two inches
in size, and incorporated.uniformly with the existing
base. The material thus salvaged shall be placed in
stockpiles or windrows until sufficient subgrade has been -�
prepared to receive the salvaged material; then, if the
Contractor so elects, the remaining old base material as
salvaged may be placed directly upon the prepared
subgrade as directed by the Engineer, thus eliminating
the necessity of stockpiling. It shall be the
responsibility of the Contractor that all the available
material shall be salvaged and replaced and shall be kept
reasonably free of soil from the subgrade or roadbed
during the salvaging and replacing operations. When
material is windrowed or stockpiled, it shall be so
placed so as not to interfere with traffic, proper
drainage or the general progress of the work.
Preparation of subgrade shall be in accordance with
Section D, Item 2 Earth Work of these specifications.
The salvage material shall be in accordance with Section
D, Item 2 Earth Work.
FAMFOM47.44%b►i
This item shall consist of salvaging base material from
places shown on the plans or as directed by the Engineer and
of stockpiling that material where shown on the plans or
directed by the Engineer.
D-44
�►6 Z41140 0•► u :
.. 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
r required by this item. The base material, including any
asphalt mat, which may not be shown on the plans, shall be
cleaned of all dirt or other objectionable material.
Asphaltic materials shall be broken into pieces not more
than two inches in size and incorporated uniformly with the
salvaged base material. Material to be salvaged shall be
worked into stockpiles or windrows and loaded by approved
equipment into approved equipment for hauling to the
stockpile site. It shall be the responsibility of the
Contractor that all the available material shall be salvaged
and kept reasonably free of soil from subgrade or road bed
during the salvaging operations. The operation shall be
conducted in such manner as not to interfere with traffic,
drainage or the general requirements of the work. After the
material is deposited in the stockpile area, it shall be
worked into a neat compact stockpile.
r•
9. TOLERANCE IPI PAVEMENT THICKNESS
The thickness of the pavement shall be determined by average
caliper measurement of cores tested in accordance with ASTM C-
174.
Pavement thickness shall be not less than the specified
minimum thickness.
When the measurement of any core is less than the specified
minimum thickness, the actual thickness of the pavement in
this area shall be determined by taking additional cores at
not less than 10 -foot intervals parallel to the centerline in
each direction from the affected location until each direction
from the affected location until in each direction a core is
found which is not deficient. Areas found deficient in
thickness shall be removed and replaced with pavement of the
minimum thickness specified.
Cores shall be obtained at the discretion of the Engineer.
a
r e-45
CONCRETE DRAINAGE STRUCTURES
r
7 CONCRETE DRAINAGE STRUCTURES
i. 1. pFS['RTPTTON
This item shall consist of either plain or reinforced concrete
headwalls, catch basins, inlet boxes and miscellaneous drainage
structures constructed in accordance with these specifications,
at the specified locations and conforming to the lines, grades
and dimensions shown on the plans or required by the Engineer.
2MATERIALS
A.Concrete
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 D.
B. AB±jJ as
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.
EVROTOU -• ••
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
DS -1
excavation shall be or sufficient size to permit the placing
of the full width and length of the structure or structure
footings shown. The elevations of the bottoms of footings, r -
as shown on the plans, shall be considered as approximate
only; and the Engineer may order, in writing, changes in
dimensions or elevations of footings necessary to secure a —
satisfactory foundation.
Boulders, logs or any other objectionable material —
encountered in excavation shall be removed. All rock or
other hard foundation material shall be cleaned of all loose
material and cut to a firm surface either level, stepped or
serrated, as directed by the Engineer. All seams or
crevices shall be cleaned out and grouted. All loose and
disintegrated rock and thin strata shall be removed. When
concrete is to rest on a surface other than rock, special
care shall be taken not to disturb the bottom of the
excavation, and excavation to final grade shall not be made
until just before the concrete or reinforcing is to be
placed.
The Contractor shall do all bracing, sheathing or shoring
necessary to implement and protect the excavation and the
structure as required for safety or conformance to governing
laws. The cost of bracing, sheathing or shoring shall be —
included in the unit price bid for the structure.
Unless otherwise provided, bracing, sheathing or shoring
involved in the construction of this item shall be'removed
by the Contractor after the completion of the structure.
Removal shall be effected in a manner which will not disturb
or mar finished masonry. The cost of removal shall be
included in the unit price bid for the structure.
After each excavation is completed, the Contractor shall _
notify the Engineer to that effect; and concrete or
reinforcing steel shall be placed after the Engineer has
approved the depth of the excavation and the character of
the foundation material.
Concrete structures shall be built on prepared foundations,
conforming to the dimensions and form indicated on the �-
plans. The construction shall conform to the requirements
of these specifications. Any reinforcement required shall
be placed as indicated on the plans and shall be apprc-red by
the Engineer before the concrete is placed.
DS -2
7
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
E. sloped downward toward the outlet.
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.
r- �tmant of castinas
D , Placement and Tre
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
k bolts shall be in place and position before the concrete or
mortar is placed. The unit shall not be disturbed until the
mortar or concrete has set.
After the frames have been set in final position and the
concrete or mortar has been allowed to harden for 7 days,
�^ then the covers shall be placed in the frames.
After a structure has been completed, the area around it
shall be filled with approved material, in horizontal layers
not be exceed 8 inches in loose depth, and compacted to the
density required in these specifications, as determined by
AASHTO T-99. Each layer shall be deposited all around the
structure to approximately the same elevation. The top of
the fill shall meet the elevation shown on the plans or as
directed by the Engineer.
Backfill shall not be placed against any structure until
{' permission is given by the Engineer. In the case of
concrete, such permission shall not be given until the
concrete has been in place 7 days, or until tests made by
the laboratory under supervision of the Engineer established
that the concrete has attained sufficient strength to
provide a factor of safety against damage or strain in
withstanding any pressure created by the backfill or the
methods used in placing it.
!a
�.. DS -3
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.
WOO -.V,1IV W1 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 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.
S. 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
REINFORCED CONCRETE STORM SEWER
PIPE AND MANHOLES
• a'
This item shall consist of reinforced concrete pipe and
manholes of the types, classes, sizes and dimensions required
on the plans, furnished and installed at the places designated
on the plans and profiles, or by the Engineer in accordance
with these specifications and with the lines and grades given.
All standard specifications and quality standards; i.e., ASTM,
TxDOT, ANSI, AASHTO, etc. which are made a portion of these
specifications by reference shall be the latest edition and
revision thereof.
2. MATERIALS
A.
g nt a l
The pipe and manholes shall be of the type called for on the
plans or in the proposal and shall be in accordance with the
following appropriate requirements. The Contractor shall
supply certification from the manufacturer that the pipe and
manholes provided will.meet the specified requirements.
.. - - %6VOW
Reinforced concrete pipe, either precast or cast in place,
shall conform to the requirements of AASHTO M-170 or ASTM C-
76. Pipe shall be Class III unless otherwise noted..
Mortar for connections to other drainage structures shall be
composed of 1 part, by volume, of portland cement and 2
parts of mortar sand. The portland cement shall conform to
the requirements of ASTM C-150, Type I. The sand shall
conform to the requirements of ASTM C-144. Hydrated lime
may be added to the mixture of sand and cement in an amount
equal to 15% of the weight of cement used. The hydrated
lime shall meet the requirements of ASTM C-6.
D. Prefgrm d Bituminous Gasket Joints
Preformed bituminous gaskets for concrete non -pressure pipe
shall conform to the requirements of Fed. Spec. SS -S-00210
(GSA -FSS), and shall be Ram-Nek or approved equal.
7
r -
SS - 1
- s • - • - - N• I •
Manhole barrel, cone and extension sections shall be
constructed of precast concrete. A plant inspection may be
required for production facility inspection and to review
record-keeping for material certification. The manufacturer
must provide certification that all materials used for
manufacturing meet with the following ASTM Specifications.
Aggregates
ASTM
C-33
Cement
ASTM
C-150
Sampling Specimens
ASTM
C-39
Reinforcing
ASTM
C-185
Sand and Mortar
ASTM
C-144
Precast concrete sections for manholes shall conform to ASTM
C-478 specifications. Compressive strength test results
must verify concrete strengths meet or exceed 4,000 psi.
Aggregate shall be crushed limestone and shall conform to
ASTM C-33 specifications
Joints, excepting grade ringsshall 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
loading. They.shall also have lifting holes
protrude through manhole wall; one full inch
thickness must remain between lift hole and
manhole.
H-20 AASHTO
that do not
of concrete
outside wall of
Manhole frames and covers shall be of good quality gray iron
casting and conform to ASTM A-48, having a clear opening of
not less than 22 inches. The casting shall be designed with
a full bearing ring so as to provide a continuous seat
SS 2
r
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.
SS - 3
Excavated material not required or acceptable for backfill
shall be disposed'of by the Contractor as directed by the
Engineer. Excavation shall not be carried below the
required depth; but when it is,.the trench shall be
backfilled at the Contractor's expense with material
approved by the Engineer and compacted to the density of the
surrounding earth material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full'
width of the trench and replaced with sand or with approved
granular material. The Engineer shall determine the depth
of removal of unstable soil and the amount of backfill
necessary. The backfill shall be compacted and shaped to a
firm but slightly yielding condition to form the bed for the
Pipe.
Grades for pipe shall be as shown on the drawings. No
changes in grade will be made unless so directed by the
Engineer.
The minimum width of the trench at the top of the pipe, when
placed, shall be a width which will permit the proper
construction of joints and compaction of backfill around the
pipe. The sides of the trench shall be vertical, unless
otherwise approved by the Engineer. The maximum allowable
width of the trench shall not exceed the widths shown below
unless otherwise approved by the Engineer.
NOMINAL SIZE MINIMUM TRENCH WIDTH MAXIMUM TRENCH WIDTH
Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. -+ 18" Pipe O.D. + 24"
3711 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
I
7.
The excavation for the manhole shall be essentially the same
as that for the piping. The excavation shall be large
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 + 6'.
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. Tnsta11 ing—E`p-e
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
and grade so that the invert will be smooth and uniform.
The pipe shall be protected from water during placing and
until the concrete, in cast -in-place pipe, or the mortar, in
the joints of precast or cast in place pipe, has thoroughly
set.
Pipe shall not be laid or installed on frozen ground.
Pipe which is not true in alignment, c
settlement after laying or installing,
re-laid or re -installed without extra
SS - 5
r which shows any
shall be taken up and
compensation.
The Contractor shall provide, as maybe necessary, for the
temporary diversion of surface water flow in order to permit
the installation of the pipe under..dry conditions.
La
The mortar shall be of the desired consistency for caulking
and filling between the pipe and the drainage structures.
Mortar that is not used within 45 minutes after water has
been added shall be discarded. Retempering of mortar shall
not be permitted.
E. Pipe Joints
F.
Pipe joints for precast concrete pipe shall be of the tongue
and groove type. The joints shall be of a water tight
joint. Each joint shall be sealed with a preformed
bituminous gasket as specified. The gasket shall be
installed as recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches
thick and not less than 1 (one) foot greater diameter than
the outside diameter of the manhole riser section. Concrete
shall be Class A (See Section M -2.E.) at a minimum 3000 psi.
Concrete placement shall conform to ACI and good
construction practices. Concrete shall be consolidated and
struck -off to a horizontal surface within the forms or
pouring rings.
Field poured concrete bases shall be reinforced as detailed
on the Plans or as shown in the Standard Details. The
manhole shall be constructed to ASTM C-891 standards.
Precast reinforced concrete bases shall be of the size and
shape detailed on the Plans or as shown in the Standard
Details.
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
7
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.
H. TOP or Cone Sections
Flat top sections may be used on shallow lines where
-standard cone sections will not conform to specified
elevations.
Cone shaped top section shall be assembled on top of the
manhole barrel with tongues and grooves properly keyed.
�- Adjusting rings may be used for adjusting the top elevation,
except that the total height of the adjusting rings shall
not exceed 12 inches at any manhole. Each manhole shall
have a minimum of 6 inches of grade adjustment.
Rings shall be set to the elevations shown on the Plans or
established by the City's Inspector. Concrete shall be
j 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 acccrriiplished in conformance with the manufacturer's
recommendations. Grade of materials, quantity of materials
and application temperatures recommended by the manufacturer
shall govern. Sealing compound similar or equal to "Ram-
nek" or "Kent Seal" shall be used.
SS - 7
All trenches and excavations shall be backfilled within a
reasonable time after the pipes and manholes are installed,
unless other protection is directed. The backfill material
shall be selected granular material from excavation or
borrow; material which is placed at the sides of the pipe
and manhole and 1 foot over the top shall be material which
can be readily compacted. It shall not contain stones
retained on a 2 -inch sieve, frozen lumps, chunks of highly
plastic clay, or any other material which is objectionable
to the Engineer. The Material shall _be moistened or dried,
if necessary, to be compacted by the method in use.
Backfill material shall be approved by the Engineer.
The backfill shall be placed in loose layers not to exceed 6
inches in depth along each side of the pipe and manhole.
Special care shall be taken to secure thorough compaction
under the haunches and at the sides of the pipe and manhole.
This backfill shall be brought up evenly on each side of the
structure to an elevation of 1 foot over the top of the
pipe, or such greater elevation as directed by the Engineer.
Backfilling shall be done in a manner -to avoid injurious top
or side pressures on the pipe and manhole. Backfill shall
be compacted to 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 l' over top of the pipe, then the flowable
fill/3-sack may be used. Also, as a no -additional -cost
option, compacted gravel embedment may be used around the
pipe to 1' above the pipe. The gravel shall be crushed
stone with irregular surfaces and comply with the folowing
gradation requirements:
1" Sieve
7/8 Sieve
3/4" Sieve
5/8" Sieve
3/8" Sieve
No. 10 Sieve
t Retained
by Weight
0
0 -
2
15 -,-35
55 -
100
95 -
100
99 -
100
SS - 8
Movement of construction machinery over a culvert pipeline
or manhole shall be at the Contractor's risk. Any damage
shall be replaced at the expense of the Contractor.
--� �• -�•.Z I R X.M._ I W WTI O 3 a BM -
After-
After the backfill is completed, the Contractor shall
dispose of all surplus material, dirt and rubbish from the
site. Surplus dirt may be deposited in embankment,
shoulders, or as ordered by the Engineer. The Contractor
shall restore all disturbed areas to their original
condition.
After all work is completed, the Contractor shall remove all
tools and other equipment, leaving the entire site free,
clear and in good condition.
[ Performance of the work described in this section is not
payable directly but shall be considered as a subsidiary
obligation of the Contractor covered under the contract unit
price for the pipe.
Prior to final approval of the drainage system, the Engineer
accompanied by the Contractor's representative, shall make
thorough inspection, by an appropriate method, of the entire
installation. Any indication of defects in material or
workmanship, or obstruction to flow in the pipe system,
shall be further investigated and corrected. Defects due to
the Contractor's negligence shall be corrected by the
Contractor without additional compensation and as directed
by the Engineer.
flHF7WM*TP3FeTAR7R#XVj: :41 1M_
The footage of pipe to be paid for shall be the number of
linear feet of pipe in place, completed and approved to be
measured along the centerline of the pipe from end or inside
face of structure to the end or inside face of structure,
whichever is applicable. The several classes, types and sizes
shall be measured separately.
�^ The depths of the manholes shall be measured from the top of
the manhole ring to the invert in the center of the manhole.
This depth minus the 6' base depth shall be the extra vertical
feet of manhole.
1.
{
SS - 9
4
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. These prices
shall be full compensation for furnishing all materials and
for all preparation, excavation and installation of these
materials, and for all labor, equipment, tools and incidentals
necessary to complete the item.
G
SS - 10
i
ter—
BUILDING MAINTENANCE IMPROVEMENTS
PROJECT # 9100
E
{
MEASUREMENT AND PAYMENT
UP -1
r
MEASUREMENT AND PAYMENT
GENERAL
This project shall consist of two (2) parts.
1. The first (1 st) part consists primarily of the installation of a six inch (6") reinforced
portland cement concrete alley pavement constructed on a sand cushion after removal
of the existing concrete pavement at Municipal Square. The cost of work and materials
required, whether or not shown on the plans or specifications, for which no separate
method of payment is made shall be considered to be subsidiary to the items in the bid
proposal and paid under these items.
2. The second (2nd) part consists primarily of the installation of a seven inch (7")
reinforced portland cement concrete floor on an existing gravel base after partial
removal of the existing reinforced concrete floor at the Lubbock International Airport
Fire Station.
The unit price bid on each item, as stated in the 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 work and materials required, whether or not shown on the plans or
specifications, for which no separate method of payment is made shall be considered to
be subsidiary to the items in the bid proposal and paid under these items.
PART # 1: MUNICIPAL SOUAREALLEYRECONSTRUCTION
ITEM 1- CONCRETE CURB REMOVAL AND REPLACEMENT
.� This item shall consist of the removal and replacement of all full depth concrete curb.
Measurement shall be made along the face of the curb of the actual length of full depth
` curb removed and replaced as shown on the plans and will be paid at the unit price bid per
linear foot. It shall be the Contractor's sole responsibility to notify the Engineer or City
Representative prior to removal to enable measurements to be made. The unit price shall
be full compensation for all curb removal, loading, hauling, sawcutting, jointing and
disposal of all concrete curb at a suitable site for waste disposal, manipulations, labor,
equipment and incidentals necessary for the completion of the work as specified.
j� MP -2
I,i
ITEM # 2 - CONCRETE CURB AND GUTTER REMOVAL
This item shall consist of 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 the curb and gutter removed as specified. Payment shall be made at the
unit price bid per linear foot of curb and gutter removed as specified. It shall be the
Contractor's sole responsibility to notify the Engineer or City Representative prior to
removal to enable measurements to be made. The unit price shall be full compensation for
all specified curb and gutter removal, loading, hauling, sawcutting, disposal at a site
suitable for dumping waste material, manipulations, labor, tools, equipment and incidentals
necessary for the completion of the work as specified.
ITEM # 3 - 30" CONCRETE CURB AND GUTTER
This item shall consist of all curb and gutter constructed 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 the curb and gutter including all excavation and fill, backfilling, blading, tamping,
wetting, rolling, loading, hauling and disposal of all excess excavated material, removing
and disposing of all obstructions noted on the plans or as become necessary; and for
furnishing and placing all materials, including premolded expansion joint material and
joints, and for all manipulations, labor, tools, equipment and incidentals necessary for the
completion of the work as specified.
ITEM # 4 - CONCRETE SLAB REMOVAL
This item shall consist of the removal of all concrete valley gutters, fillets, sidewalks,
residential drives, commercial drives, pavement or drainways as specified. Measurement
shall be made of the actual area of concrete slab 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. Payment shall be made at the unit price bid
per square yard of concrete slab removed as specified. The unit price bid per square yard
shall be full compensation for all labor, materials and equipment required for concrete
removal, loading, hauling and 'disposal at a site suitable for dumping of waste materials
including all incidentals necessary for completion of the work as specified.
ITEM # 5 - CONCRETE JOINT SAWING AND SEALING
This item shall consist of sawing and sealing all joints in the concrete pavement and
concrete flatwork 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 as
specified. The unit price bid shall be full compensation for the sawing and cleaning of all
joints shown on the plans or as necessary, including furnishing and filling the sawed joints
with a three-fourths inch (3/4") premolded bituminous expansion joint material and W.R.
Meadows "GAR.DOX" or equivalent joint sealant; and for all manipulations, labor,
equipment, tools, appliances, traffic provisions, barricades, flagmen and other incidentals
necessary to complete the work as specified.
ITEM # 6 - 4" CONCRETE FLATWORK
This item shall consist of all sidewalks with or without raised curbing, residential drives
and curb ramps constructed as specified. Measurement shall be made of the actual area of
four inch (4") concrete slabs constructed as specified. Payment shall be made at the unit
price bid per square yard of four inch (4") concrete slabs as specified. The unit price bid
shall be full compensation for all subgrade preparation; furnishing Class "A" concrete;
labor, materials and equipment required for concrete installation, including loading,
hauling and disposal of all excess materials at a suitable site for dumping of waste
materials, reinforcing and including all incidentals necessary for completion of the work as
specified.
ITEM # 7 . 6" CONCRETE PAVEMENT
This item shall consist of all six inch (6") concrete pavement to include alley and/or
driveway approaches as specified. Measurement shall be made of the actual area of six
inch (6") concrete pavement as specified. Payment shall be made at the unit price bid per
square yard as specified. The unit price bid shall be full compensation for all subgrade
preparation, including furnishing and installing a sand cushion on the finished subgrade;
furnishing and installing Class "C" concrete, labor, materials and equipment required for
concrete installation, including loading, hauling and disposal of all excess materials at a
suitable site for dumping of waste materials, 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, forming, 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 expansion joint
material and sealant; and for all manipulations, labor, equipment, appliances, tools, traffic
provisions, barricades, flagmen and other incidentals necessary to complete the work as
specified.
t
t
ITEM # 8 BRICK PAVEMENT REMOVAL AND
REPLACEMENT (BRICK PAVING TIE
This item shall consist of the removal and replacement of brick pavement to match
surrounding grade without base and/or subgrade removal. Measurement shall be made of
the actual area of the paving bricks removed and replaced as specified. It shall be the
Contractor's sole responsibility to notify the Engineer or City Representative prior to
removal to enable measurements to be made. Payment shall be made at the unit price bid
per square yard of brick surface removal and replacement as specified. The unit price bid
shall be full compensation for furnishing and installing all four inch (4") Class "N'
concrete base as necessary, furnishing and installing a sand cushion on the concrete base,
all paving brick removal, paving brick salvage, including loading, hauling and disposal of
all excess material at a site suitable for dumping of waste material; for furnishing and
placing new or salvaged paving bricks to match existing paving bricks, sprinkling dry
portland cement in the joints and for all manipulations, labor, tools, equipment and.other
incidentals necessary to complete the work as specified.;
ITEM # 9 - ASPHALT SURFACE REMOVAL AND
REPLACEMENT (ASPHALT PAVING TIE)
This item shall consist of the removal and replacement of the hot mix asphaltic concrete —
surface without base and/or subgrade removal. Measurement shall be made of the actual
area of the surface removed and replaced as specified. It shall be the Contractor's sole
responsibility to notify the Engineer or City Representative prior to removal to enable
measurements to be made. Payment shall be made at the unit price bid per square yard of
asphalt surface removed and replaced as specified. The unit price bid shall be full
compensation for reshaping of all base materials as necessary, all asphalt surface removal,
including sawcutting, loading, hauling and disposal of all excess material at a site suitable
for dumping of waste material; for furnishing and placing Type "C" hot mix asphaltic
concrete with three percent (3%) latex and one percent (1%) hydrated lime, prime coat
and tack coat; a 1:2 dilute emulsion at the rate of 0.10 gallons of diluted solution per
square yard, including hauling and delivering, spreading, blading, mixing, sprinkling,
compacting, rolling, hauling and placing all materials; and for all manipulations, labor,
tools, equipment and other incidentals necessary to complete the work as specified.
PART # 2: FIRE STATION # 11 FLOOR RECONSTRUCTION
ITEM # 10 - CONCRETE SLAB REMOVAL
This item shall consist of the removal of all concrete valley gutters, fillets, sidewalks,
residential drives, commercial drives, pavement or drainways as specified. Measurement
MP -5
f;
6 ; shall be made of the actual area of concrete slabs 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. Payment shall be made at the unit price bid
per square yard as specified. The unit price bid per square yard shall be full compensation
for all labor, materials and equipment required for concrete removal, loading, hauling and
disposal at a site suitable for dumping of waste materials including all incidentals necessary
for completion of the work as specified.
ITEM # 11 - CONCRETE JOINT SAWING AND SEALING
This item shall consist of sawing and sealing all joints in the concrete pavement and
concrete flatwork 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 as
specified. The unit price bid shall be full compensation for the sawing and cleaning of all
joints shown on the plans or as necessary, including furnishing and filling the sawed joints
with a three -fourth inch (3/4") premolded bituminous expansion joint material and W.R.
Meadows "GARDOX"or approved equivalent joint sealant; and for all manipulations,
labor, equipment, tools, appliances, traffic provisions, barricades, flagmen and other
incidentals necessary to complete the work as specified.
ITEM # 12 - 7" CONCRETE PAVEMENT
This item shall consist of all seven inch (7") concrete pavement as specified. Measurement
shall be made of the actual area of seven inch (7") concrete pavement as specified.
Payment shall be made at the unit price bid per square yard as specified. The unit price bid
shall be full compensation for all subgrade preparation, furnishing and installing a one inch
(1") sand cushion on the finished subgrade; furnishing Class"C" concrete, labor, materials
and equipment required for concrete installation, including loading, hauling and disposal of
all excess materials at a suitable site for dumping of waste materials, applying all water
required for finishing, loading, unloading, storing, hauling and handling all concrete
ingredients, including seven inches (7") of Class "C" concrete as specified, including all
freight and royalty; for mixing, forming, furnishing, placing and cleaning all concrete; for
installing all drainage grates; for furnishing and installing all angle irons for placing,
holding and supporting the steel drainage grates; 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 expansion joint material and
sealant; and for all manipulations, labor, equipment, appliances, tools, traffic provisions,
barricades, flagmen and other incidentals necessary to complete the work as specified.
ITEM # 13 - DRAINAGE STRUCTURE
REMOVAL AND REPLACEMENT
This item shall consist of the removal and replacement of all drainage structures and
associated equipment and materials as specified. Measurement shall be made on a lump
sum basis as specified. Payment shall be made at the unit price bid per lump sum as
specified. The unit price bid shall be full compensation for all concrete removal, subgrade
preparation, furnishing and installing a one inch (1") sand cushion on the finished _
subgrade, labor, materials and equipment required for concrete installation, including
loading, hauling and disposal of all excess materials at a suitable site for dumping of waste
materials, applying all water required for finishing; loading, unloading, storing, hauling
and handling all concrete ingredients, including all Class "C" concrete as specified,
including all freight and royalty; for mixing, forming, furnishing, placing and cleaning all
concrete; for removing, salvaging and reinstalling all drainage grates; for removing and --
disposing of all existing angle iron frames, furnishing and installing all angle irons for
placing, holdingand supporting the steel drainage grates; for furnishing and installing all
reinforcement; for furnishing and installing all steel wire and devices for placing, holding
and supporting the steel bars; and for all manipulations, labor, equipment, appliances,
tools, traffic provisions, barricades, flagmen and other incidentals necessary to complete
the work as specified.
ALTERNATE BID: The following item shall be added to the base bid at
the Engineer's discretion.
PART NO. 1- MUNICIPAL SQUARE ALLEY RECONSTR UCTION
ITEM # 14A - ELECTRICAL CONDUIT INSTALLATION
This item shall consist of the installation of all electrical conduits as specified. Owner is to
supply all conduits and fittings.
Measurement shall be made of the actual length of six (6) - four inch (4") conduits
installed as specified.
Payment shall be made at the unit price bid per linear foot of six (6) - four inch (4")
conduits installed as specified. The unit price bid shall be full compensation for all
excavation and fill, backfilling, blading; tamping, wetting, rolling, loading, hauling and
disposal of all excess excavated material, removing and disposing of all obstructions
noted on the plans or as become necessary; for placing all materials, including Class "C"
concrete around conduits, and for all manipulations, labor, tools, equipment and --
incidentals necessary for the completion of the work as specified.
71
SPECIAL CONDITIONS
r
BUILDING MAINTENANCE IMPROVEMENTS
PROJECT NO. 9100
SPECIAL CONDITIONS
SPECIAL CONDITIONS
f 1. CHANGES IN THE WORK
t
The Local Public Agency may increase the quantity of the work
in the Contract by supplementary projects, not included in
the Contract, without invalidating the Contract, and without
relieving or releasing the Contractor from any of his
obligations under the Contract or any guarantee given by him
pursuant to the Contract provisions, and without affecting
the validity of the guaranty bonds, and without relieving or
releasing the surety or sureties of said bonds. All such
x work shall be executed under the terms of the original
+: Contract unless it is expressly provided otherwise.
If applicable unit prices are contained in the agreement,
established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices, the Local Public Agency
may order the Contractor to proceed with desired additions to
the work as a result of supplementary projects, the value of
such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the
Contract; provided that in case of a unit price contract the
net value of all additions does not increase or decrease the
original total bid contract amount shown in the Agreement by
more than twenty-five percent (251-0.
Except for the purpose of affording protection against any
emergency endangering health, life, limb or property, the
Contractor shall make no change in the materials used or in
the specified manner or construction and/or installing the
improvements or supply additional labor, services or
materials beyond that actually required for the execution of
the Contract, unless in pursuance of a written order from the
Local Public Agency authorizing the Contractor to proceed
�., with the change. No claim for an adjustment of the contract
price will be valid unless so ordered.
2. SUPERINTENDENCE
The Superintendent and/or his assistants will not be allowed
to serve two (2) 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.
SC -2
i
i
3. TIME AND ORDER FOR COMPLETION
No work will be allowed from December 1st through January 2nd
unless approved by the Engineer.
The construction covered by the contract documents and plans
shall be fully completed within SIXTY (60) WORKING DAYS from
the date specified in the Notice to Proceed issued by the
City of Lubbock Engineering Department to the successful
bidder. '
4. MAINTENANCE OF DETOURS'
The Contractor shall do such work as may be necessary to
maintain detours and facilities for safe public travel.
There shall be maintained in passable condition such
temporary roads and structures as may be 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 by the Contractor at his entire expense.
5. PUBLIC SAFETY AND CONVENIENCE
The safety of the public and the convenience of traffic shall
be regarded as of prime importance. It shall be the sole
responsibility of the Contractor to provide for ingress and
egress to private property at all times. Ingress and egress
to private property shall be provided as specified in the
plans or as directed by the -Engineer.
The Contractor shall plan and execute his operations in a
manner that will cause the minimum interference with traffic.
The Contractor shall secure written approval from the City
Traffic Engineer and Project Engineer of his proposed plan of
operation, sequence of work and methods of providing for the
safe passage of traffic before the Contractor begins any
operations. If at any time during construction the approved
plan does not accomplish the intended purpose, due to weather
or other conditions affecting the safe handling of traffic,
the Contractor shall immediately make necessary changes
therein to correct the unsatisfactory conditions. —
At night or -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
SC -3
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 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.
6. BARRICADES DANGER WARNING AND DETOUR SIGNS AND
TRAFFIC HANDLING
The Contractor shall have the sole responsibility for
providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all
barricades, warning signs, barriers, cones, lights, signals
and other such type devices for handling traffic control as
indicated in the plans or as directed by the 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.
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, cones, lights, flares, signals and other such type
devices and evidence thereof shall be removed by the
Contractor.
Advance signing and barricading shall be in place when
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 orange plastic construction fence.
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.
SC -4
The minimum height of all traffic cones shall be eighteen
inches (18")
The Texas Manual of Uniform Traffic Control Devices shall be
followed in all cases.
7. PROSECUTION OF WORK
In areas of hot mix paving, not more than three (3) calendar
days shall elapse between the time subgrade preparation is
begun and the time of spreading and compaction of the
flexible base material without approval of the Engineer.
In areas of portland cement concrete paving, not more than
four (4)`calendar days shall elapse between the time
subgrade preparation is begun and the portland cement
concrete paving is poured without approval of the Engineer.
At no time during the period of construction shall driveways
and/or alleys•be left impassable between the night hours of
6:00 p.m. to 6:00 a.m., except during the reconstruction of
the curb and gutter or during the driveway and/or alley
reconstruction.
The Contractor is responsible for communications with
adjacent property owners during construction,,especially if
the project may limit or deny access to their properties.
8. WATER _
No -free water will be supplied by the City of Lubbock for
this project.
No fire hydrant connection except the standard City of
Lubbock fire hydrant connection shall be used. This
connection shall be furnished by the Water Department and
will be picked up by the Contractor at the Water Meter and
Customer Service Department located at 600 Municipal Drive
after he has received a permit and has made a deposit on the
meter, valve and fittings. The permit will be valid only for
the length of each project. The Contractor securing,the
permit will be responsible for the above equipment., If —
repairs on any of the equipment are required when they are
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 -5
If a connection is made on a faulty hydrant, a report of the
faulty hydrant shall be made to the Water Meter and Customer
Service Department (767-2604).
The loading rack shall be equipped with a valve which will be
pad -locked at all times except when the Contractor's truck is
loading. The valve on the loading rack shall be used by the
Contractor and at no time will the Contractor use the fire
hydrant valve. The padlock on the rack valve shall be
furnished by the Contractor. The Contractor shall not use
any fire hydrants for water loading unless there is an
authorized rack and meter on the fire hydrant.
Should a violation of the use of the fire hydrant be
observed, the Contractor will be notified of the violation.
Should the Contractor not comply immediately in correcting
the violation, the City of Lubbock will terminate the permit.
Should the fire hydrant receive damage during use due to the
Contractor's employee or equipment, the Contractor shall
repair the damage or pay to have it repaired to as good a
condition as it was prior to its use by the Contractor and
also to the satisfaction of the Director of Water Utilities.
Should pavement or curb and gutter in the vicinty of a fire
hydrant be damaged during the use of the fire hydrant, or if
the pavement or curb and gutter fails due to the use of the
fire hydrant, either while the fire hydrant is in use or
after it is in use, the Contractor shall replace the damaged
pavement or curb and gutter to the satisfaction of the
Engineer.
Meters shall be returned at the end of this project and the
Contractor will be billed for the water used. After the
billing for water consumption and meter and valve repairs
have been paid, the City of Lubbock Water Department will
refund the balance of the deposit, if any.
9. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor shall need special permission to be
permitted to work on weekends or legal holidays and shall
do no work on any contract item before daylight or later
than one hour after sundown, except as directed and
approved by the Engineer. No work will be allowed between
December 1st and January 2nd, unless approved by the
Engineer.
B. The Contractor may need special permission from the
Federal Aviation Administration (FAA) to be permitted to
enter FAA property at the Lubbock International Airport
SC -6
(LIA) during the reconstruction at Fire Station #)11
(Airport Fire Station). The Contractor shall -be
responsible for all FAA imposed security measures.
C. 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.
D. Temperature Requirements: The temperature readings
to be used for construction activities will be determined
by the Engineer. The temperature shall be taken on the
jobsite by the City Inspector or he shall elect to use the
temperature as reported by the National Weather Service on
an hourly report (NWS telephone number is 762-0141)_
(A) HMAC — November 1st until April ist
1. The asphaltic mixture shall not be placed
when the air temperature is below 550F (13° C)
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 50°F (100 C) and
rising.
(B) HMAC - April 1st till November 1st
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 400 F ( 4° C) and rising.
SC -7
G;
The Engineer may use his discretion to require a cover
over the asphaltic mixture when being hauled from the
plant to the job site.
(D) Portland Cement Concrete Mixture
1. The portland cement concrete mixture may not be
placed until the air temperature reaches 35° F (2°
C). See City of Lubbock "Standard Details of
Construction" for additional restrictions.
�-
E. 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 (1350 C) for
asphalt stabilized base.
.. F. Standby rollers shall be located at the job site for
immediate use if needed.
G. Proof rolling shall be required on subgrade, caliche base,
black base, embankment or surface. After rain showers, if
deemed necessary by the Engineer, each item that was
approved will be re -rolled. The proof rolling will be
performed using a self-propelled twenty five (25) ton
pneumatic roller with certified weight certificate.
H. 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.
I. 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 or hot mix will
be replaced at the Contractor's expense.
J. Before any portion of any street, alley or taxiway is
closed to traffic the Contractor will be required to have
sufficient equipment on the site to start the
construction, and at no time will any section of the
closed area be left more than three (3) calendar days
without some type of work being performed. If there is a
shortage of equipment to work on all areas of the closed
SC -8
section 'then the Contractor will be required to provide
additional equipment 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 be constructed in the least possible amount
of time. In the event damage occurs to the pavement in the
area of a fire hydrant, which was caused -by the
Contractor's_employees negligence to shut off the valve on
the loading rack, it will be the Contractor's
responsibility and expense to repair the paving and
replace curb and gutter if required by the Engineer.
10. REMOVING OBSTRUCTIONS
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 delay caused by the Utility Companies in
relocating or removing their equipment.
11. MATERIALS TESTS
The Contractor shall bear the cost of all materialtests on
hot mix design and concrete design. The City 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 Base (Materials of Construction)
Before materials can be used on any public right of way,
independent laboratory test reports not older than forty
five (45) days will be submitted to the Engineer for
approval. Test reports shall be required every forty five
.(45) days or as required by the Engineer before this
material can be used on City contract projects. During
the construction period, tests which fail to meet minimum
standards shall require re -testing by the City lab at
the contractor's expense.
SC -9
r
i
(B) Concrete Mix Design (Materials of Construction)
and Preconstruction Tests (Materials of Construction)
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 until a mix design is received.
The City of Lubbock Testing Laboratory shall make
test cylinders during the construction period.
When test cylinders fail to meet the required
strength at the seven (7) days or twenty eight (28) days
break, the concrete in question will be cored by the City
of Lubbock Testing Laboratory within three (3) days after
the seven (7) days or twenty eight (28) days break. If
the core samples fail to meet the required strength, the
concrete will be rejected and removed. The cost of coring
concrete that fails on the core test(s) will be charged
to the Contractor or Concrete Supplier. After the mix
design is submitted and approved by the Engineer, no
changes in the design or materials will be permitted
without written approval of the Engineer.
(C) Cement
A certified mill test on each car bearing cement or
transport bearing cement shall be required.
(D) Asphalt
A certified laboratory test shall be required on all
4 liquid asphalt.
i~ (E) Density Test (s)
The City of Lubbock Testing Laboratory shall
provide density tests on the base or subgrade.
The City of Lubbock Lab will be the final authority on
all tests.
SC -10
12. SUBCONTRACTORS .
The Contractor shall not award any work to any subcontractor
without prior written approval of the Owner, which approval
will not be given until the Contractor submits to the. Owner a
written statement concerning the proposed award to the
subcontractor, which statement. shall contain 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, bid books and other contract documents on
the jobsite at all times.
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that
pipelines and other underground installations as may be shown
on the plans have been taken from the best available
information. There may be other pipelines or installations.
The Contractor shall save harmless the City from any and all
suits or claims resulting from damage by his operations to
any pipeline or underground installation.
It is the Contractor's responsibility, during the period of
construction, to insure that all utility cuts in the limits
of street or alley 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 provide for the utility cut repair but for the
individual utility company making the cut to provide their
own repairs.
SC -11
In the case of a City underground installation, the
Contractor may be required, at the Engineer's option, to
repair the cut with 3 -sack cement stabilized caliche at the
unit price bid.
14. WORKING HOURS
Construction work under this contract requiring an inspector
will not be performed on weekends or holidays unless all the
following conditions exist:
(A) The project being constructed is essential to
the City of Lubbock's ability to provide the
necessary services to it's citizens.
(B) Delays in construction are due to factors
outside the control of the Contractor. The
Contractor is approaching the penalty 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 must 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 will be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the
site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life,
the Contractor shall immediately commence work regardless of
the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to
property or life.
No work will be allowed from December 1st through January 2nd
unless approved by the Engineer.
15. PARTIAL PAYMENTS
r
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
SC -12
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.
16. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision
in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he
shall remedy '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 acceptance of
the project. The Owner or the Owner's Representative shall
give written notice of observed defects with reasonable
promptness
17. EXTENSION OF TIME - TIME FOR COMPLETION
The project completion will be based on working days allowed
instead -of calendar days allowed.
All places in these documents referring to the number of
calendar days to complete the project are hereby revised and
termed the number of working days to complete the project.
A working day is defined as 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:O0 p.m. For
each Saturday or designated City of Lubbock holiday on which
the Contractor chooses to work and has the proper
authorization to work, one (1) day will be charged against
the contract working time when weather conditions will permit
at least seven (7) hours of work as delineated above. Work
on Sunday will not be permitted except in cases of extreme
emergency. I -f 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
earliest of the following:
(1) with the effective datestatedin the."Notice to Proceed"
unless the Contractor is not allowed to begin work on
SC -13
that date due to factors beyond his control. In that
event, time charged against the project will begin on the
.., date the Contractor could first work a minimum of seven
(7) hours.
(2) with the date the Contractor first works a minimum of
seven (7) hours prior to the "Notice to Proceed" with
the Engineer's written approval to begin work.
No liability is assumed by the City of Lubbock should the
Contractor begin work prior to the effective date stated in
the "Notice to Proceed" unless the Contractor has written
approval from the Engineer to begin work at an earlier date.
The Engineer will furnish the Contractor a monthly statement
showing the number of working days charged against the
project during the month, the total number of working days
allowed in the contract, and the working days remaining in
the contract. The Contractor will be allowed ten (10)
working days in which to protest the correctness of the
statement. This protest shall be in writing, and shall show
cause. Not filing a protest within the allowed ten (10)
working days for any statement will indicate the Contractor's
approval of the time charges as shown on that time statement
and future consideration of that statement will not be
permitted. If the satisfactory completion of the contract
shall require unforseen work or work and materials in greater
amounts than these set forth in the contract, then additional
working days or suspension of time charge will be allowed the
Contractor equal to the time which, in the opinion of the
Engineer, the work as a whole is delayed.
If the Contractor fails to complete the contract in the
working days specified, the stated liquidated damages will be
charged for each working day or portion of a working day
thereafter for breach of contract.
SC -14
SwKaa %*Coen%
'R'd `rIR18RH
8HRNIONN
Amavri
AZIo
ssvo 902
MHDVNVW A1I0
3x00D
„�JL„
X3rlV
`83fl
239fl3N
)UlNV8 `HONI
''l
XVW
`NOZZIS
AGNIM
`NOSHHJL
LVd
*P*JL
`ZHCINVN8HH
801DIA
rI I O N t10 O
80AVW
Allo
CHAVQ
!SiNEI AlAOUd A I
110 NVN IiN IVA !D N i Cl inO
Cl 0
Cl Cl
YL a I I OQ- E a
w v cl
C(l = ---]I
Eci I r I
PART 1
MUNICIPAL SQUARE
• I ry 1111.l Il I I I T T nKI
PART 2
C T 017 C T A T T n k l A I n 1 1
1
NOT TO SCALE
MUNICIPAL BUILDING
IMPROVEMENTS
n..x
u„ DSON AYI R.A.J.
LUBBOCK TEXAS DR*N BY. J.D. SHEET NO,
DRAINAGE LOCATION MAP SCALE- NO SCALE
ENOUPIEENIN® 2—D-412 ( A )
DATD:o MAR. 1 3. 1996
Sawcut around columns for smooth removal where necessary. ow A
.� I_J I L �Pvs°' La��
�\
i-2 I/z"
3/4" Expansion joints ELEV.3467
ELEV. 3a_s� _
B0'
A
I \
/
/ Slope to drain
c.o. SIOpe Drainage structure not
/ 0 to be reinstalled.
L 15.6'
TYPICAL REINFORCEMENT SIG o � o1m fill -- - - 14nl �' 411UIZSIope35'_8" 3/4'Expansionjoint
av
34.49 Slope lope B W ' .•.P'
7" thick slab with No.4 I
bars at 12"O.C. each way. I1.8' ) : �,. 4.49 I 12'
I
ELEV. 34.67 Slope to drain 1 '
14.7'
All to be 3/4" W
Slope Expansion joints '
` 1L Ca, DRAIN LINE
Jp� \ I C 6"max. TO SANDTRAP
C.O. v / � � ._
-----------LI---- -- - TYPICAL EXPANSION JOINT
_77132 W i / No scale
__----___ p,,p ____ -.____ -
---- - ----- -_ ______ ____ ______ __ ___ BENCHMARK C I
i U Elev. - 35.00 (assumed) j No. 4 each wa ,12�� O.C.
/ ELEV. 3as7 `� u Leave sealant I/4' �4" each way.
Edge of walk Straight sawcut below surface.
a.. 9
0 °:•;, Scale: I/B„= I' �` : P: '. s. y_
Proposed 7"concrete. ,d �_b �q. Existing 7"concrete
1y 1F-T -ELEV. e
.____________]__.________.._. _L.L._...__1________ ___- __
UUU 000 I j f 3/4 Expansion joint.
a
/ /Salvaged grate �"•
/ I 2 p Dowels : No 4 bars epoxied in place, spaced 24"O.C.
8 o + .p �'' 18"long (smooth bars)
* o:
New 2"x 2 x 3/B', 2'�'
( Galvanized )
I i Angle Iron Frame. iA.
18.7
Slope to drain 5I SECT. B-B ( DRAIN DETAIL)
P I 3
W _ _ _ -- W No scale
y( Grating to be salvaged and re -used. SECT. C-C (AT SIDEWALK)
No scale
i I
116Angle iron frame to be new.
1/2 Beveled edges.
B I // (all sides)
$10 e I I FLOOR GRATE I $10 a Slope _` 14-3/9"--� I $aWaDt
�► I , u +--p ' 3/4" Expansion joint leave fi�max. Existing wdk to remain in place.
'F.yr •.'
sealant 4"
0— concrete surface. / below surface.
34.49 p •.V \
79' SIMILAR - -
y i. 4
Slope to drain �a
Ao
Slope to drain / - 7„
moeoo..�
0000a 8" Crushed rock (existing)
A (!�rRAINAGE STRUCTURE LIMITS 8' Crushed rock (existing) % Dowels: No. 4 bars epoxied in place,spaced 24" O.C.
—_-- �- ELEV. 34.671 4'2 I/2" --
n.'. i
•'E'r"y......... j'-------------�. , ----------------- --
3/4" Expansion joint SIMILAR
NOTES:
I, Hub drains, drain lines and associated facilities and equipment are to be tested for leaks before and after repouring concrete drainage boxes and floor.
2. Contractor to contact City of Lubbock Building Services at 767-2275 prior to repouring concrete drainage boxes and/or floor to coordinate
necessary plumbing repairs.
All concrete to be removed shall be removed to on expansion joint or sawcut for smooth removal if an expansion joint does not exist.
4Angle irons for drainage grate supports are to be 9 ey cast iron with a minimum compressive strength of 35,000 IRS. I. and to be new clean stock.
Existing angle irons are to be removed and dispose.d of appropriately,
5. Drainage grates are to be salvaged and cleaned for reinstallation at new elevations, excess grates are to be stockpiled on site as directed by owner.
6 Contractorto schedule all construction activities with City of Lubbock Fire Chief Don Stevens at 767-2630.
7. Drainage boxes are to be poured monolithic with concrete floor.
8. Hub drains, drain lines and water lines are shown at approximate locations. ( See note 2 )
SECT. A -A (JOINING CONC. APRON)
No scale
Inside of column.
2' ' to fit closure of proposed new overhead doors.
Dowels: No. 4 bars epoxied in place
spaced /4' Beveled edge.
(smooth bars).,IB'long
r/
Slope to drain, y
_ - iv>:''•' * _---(((---
- 7
C` O
_______
L-�--- _ --�
iv�:'.'r s.-..
.
ems• ..
��o e
-4� 3/4'Exp. jt.
: �sE 8" Crushed rock (existing)
I'6 4' 21/2,
b
6•
P
4
1•
-...
P
n
r.
:P..:
r'
54
w
7
n
In.
7 I,In
-
7 mi
.
MR.
-
s
P
35
e
O
o
o
Nza
R.aA a,
I F;�etl
/ 2 / 2 0 / 95
j
37REEV/ DRA0H,%QE
1EN80FIVE ONG
LUBBOCK INTERNATIONAL AIRPORT
FIRE AND RESCUE BUILDINci
CONCRETE SLAB FLOOR
RECONSTRUCTION
DSGN BY: RAfL
ORMN BYS NI E 0,
SCALES AS SHOWN
DATEt 8/15/95
SHEET NO:
2- D - 545
HIGHWAY FEDERAL AID SHEET
PLATE 1-SINGLE PLAN AND PROFILE -FULL LINE
NATICIAM PR/NTFAS7
PRINTED IN U.S.A.
Existing structure
Leave sealant 1/4�
below surface.
Varies
3/4"
W2.9x W2.9 welded Wire mesh
11— ..:A.
p,
varies
centered in slab.
3/4" Expansion joint.
3"
6' Concrete pavement.
`.
AP
•}
0
o e v
� m�
0
O p
O
p p p
0 0
1 14.5'
3
.2 EXISTING CONIC. TO
uj REMAIN IN PLACE.
a �ba is
a
w
w
P..o:o::r STRAIGHT GU
-164
v ry\ CONCRETE TO BE
" V REMOVED AND REPLACED. 13.7 eF✓
W o \ \ \\ •� 20'
\\\
\\ \
B.M."X"ON T. C
ELEV. 5.00 -
(ASSUMED) c I
� W
_ a$
� J
W N
W N
o
9
o:
.pP>
C:!`•`
f C12 SLOPE
URB TO HAVE
4.3
I
QP' SIGN �,DO
P. P.
STRAIGHT
OPOLE CUT FOR
RAMP WING:F0
REMOVE EXISTING SIDEWALK
SLAB TO EXISTING EXPANSION
JOINTS.
G�
PLANTER BOX
JG WALL.
BLD'G.
0. 50 %
TYPICAL SECTION (NO SCALE)
k--24"-
DIRT
FILL
/Existing concrete.
_\3/4" Expansion joint.
— I" Sand cushion.
— fi " Subgrade compacted
to 95 % S.P.D.
4811 CLASS "C"CONCRETE
4, • V V
• 4•
• • V •
• 18 I
V• . V
•V V
15" 4" RV. C.
I<-2 4 "---->I
DITCH DETAIL
52.8'
25'
\ \\ \
Expansion Jt.\
0.50%
BLD'G.
CONCRETE TO BE
REMOVED AND REPLACED.
L7
_Q
m 63'
NOTES:
I. The first alley reconstructed is to be completely finished before beginning reconstruction
of the second alley. Order of reconstruction is to be determined by the contractor.
2. Concrete pavement in each alley is to be removed to expansion joints unless stated
otherwise. Contractor shall place 3/4 preformed bituminous expansion joint
material at all joints between new concrete, existing concrete and existing structures
unless directed otherwise by the engineer.
3. Contractor shall contact'Van Cook; City of Lubbock Traffic signal Engineering Supervisor
at 767-2135 before beginning any work in the E.- W. alley between 9th. ST. and
10th. ST , East of Ave. J" regarding underground traffic conduit.
"e' r 4. Contractor is to saw transverse contraction joints at each cold joint and every 13' of
pavement.
y':,➢� 5. Contractor shall salvage street paving bricks in Ave. T' Care shall be taken to avoid
20 breaking bricks, and they shall be stockpiled on site as directed by the engineer.
m Contractor will be required to place a cash deposit with the City for brick pavement
2 5, repair in Ave. ,J:' Deposit will become refundable when the brick paving has been
repaired in a manner acceptable with Streets Department. ,
9
PROPOSED CONC.
PAVING
PROPOSED CONC.
PAVING
\ ` 14'\\ \ \ \
ISLAND
9
0
A
1�
6
0
J
m
STAIRWAY
XEE
RETAINING WALL
TO REMAIN IN
PLACE.
D.
0
°P,V Exponslon Jt.-
\ T 121
\\
> b:
.D;
. 0.
\ \ I .,. p.
20 ;Pq a;
D
W J \\ \ 'P•p
u w J
J
\ \\\
4. P 7. P \
16.5'
\N \ CONCRETE TO BE
\` \EMOVED AND REPLACED.
59
J
Q
W
0
W
W
\
\
0
a.
o
o
a "
Q.
u
0 57
a
J
a
z
a
J
_Z
m
a
UJ
w
ir
STRAIGHT CUT
O
r
U
Z
0
U
z
F-
W
BLD'G. � \ \ b:••1
I p \ A 4•
Scale: I"= 5'
STRAIGHT CUT LOB FROM COLUMNS
7 BLD' G.
I' I• 1•
,p p'
3/4" Expansion jts. p•
0. 30 %
20
S
0
25.5' \ \\\\`31\
\\\\\\ \\\\\ \ \ \ \\ \ \\ \\ \ ISLAND
Expansion Jt.,
\ N..
PROPOSED � I \ STRAIGHT c T\ ,{
L.
TRANSFORMERER PAD
AD 1
PLANTER BOX I \
I
I \I 11.5 n 1
I
I
\ 16' \\
PROPOSED RAMP \
1:12 SLOPE CONCRETE TO BE \ \\
\ REMOVED AND REPLACED. \\
9.5
SIDEWALK 12\\\ \\\\\ \
CURREPAIR
EDGE OF/B�RjCK PAV MENT
ST . �
TO 9th ////j///�j
Maintain existing gutter flow ine.
p: AVE. llJ
ROEiEHT q JETTER
� AlAt
12/00/ 95
SIGNAL
BOX
7///i. BLD'G.
PLANTER BOX
L0
PROPOSED RAMP
�-- 1: 12 SLO PE
SIDEWALK
t flow
TO IOth. ST
lBUILDING MAINTENANCE IMPROVEMENTS
MUNICIPAL SQUARE DSGN BY: ME.W SHEETNO:
LU4�ttQ� ALLEY PAVEMENT �W+ BY=MEW
STREET/ M90EEROMIR RECONSTRUCTION SCALES AS SHOW