HomeMy WebLinkAboutResolution - 4488 - Contract- Williams & Peters Inc- 50Th St & University Intersection Construction - 05_19_1994Resolution No. 4488
May 19, 1994
Item #19
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and Williams and Peters Construction, of Lubbock to furnish and
install all materials as bid for the 50th Street and University Intersection Construction for the City
of Lubbock, which contract is attached hereto, 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 19 th day of May 1994.
ATTEST:
)A aaO6�
Betty .-Johnson, City Secretary
APPROVED AS TO CONTENT:
dldx-
Victor Kilmait Purchasing Manager
APPROVED AS TO FORM:
Assistant City Attorney
Dd V:dp\GAccdo=%WJU'CONST..Rns
May 9.1994
4y8�
CITY OF LUBBOCK
SPECIFICATIONS FOR
50TH AND UNIVERSITY INTERSECTION CONSTRUCTION
BID #12923
CITY OF LUBBOCK
Lubbock, Texas
o
x
0
00
00
r
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: 50TH AND UNIVERSITY INTERSECTION CONSTRUCTION
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 12923
PROJECT NUMBER: 1441-553101-9811
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
r
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITIONS
NOTICE OF ACCEPTANCE
I
NOTICE TO BIDDERS
r
r-
NOTICE TO BIDDERS
BID #12923
Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the
Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 20th day
of April ,1994, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform
7 all work for the construction of the following described project:
50TH AND UNIVERSITY INTERSECTION CONSTRUCTION
CAfter the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and
publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing Manager for the City of
Lubbock, prior to the expiration of the date above first written.
711 The City of Lubbock will consider the bids on the 12th day of May,1994. at the Municipal Building, 1625 13th Street,
f Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article
r 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of P or superior, as the rating of the
bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not
exceed $25,000.00 the said statutory bonds will not be required.
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 proposal bond from a reliable surety comparrf, payable without recourse to
the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder
will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions
under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and
considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager
f for the City of Lubbock, Lubbock, Texas.
a
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.
rr
k
r
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.
There will be a pre bid conference on 13th day of April, 1994, at 10:00 o'clock a,m., in the Personel Conference Room
108, 1625 13th Street, Lubbock, Texas. _
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 Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting.
C OF LUB OCK
RON SHUFFIE
SENIOR BUYER
ADVERTISEMENT FOR BIDS
BID # 12923
Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock, Texas, will be received at
the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the
20th day of Anril,1994, 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:
50TH AND UNIVERSITY INTERSECTION CONSTRUCTION
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and
publicly read aloud.
The plans, specifications, bid forms and contract documents may be examined at the office of the Purchasing Manager for
` the City of 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, Texas. Each bidder's attention is further
directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage
scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
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.
There will be a prebid conference on the 13th day of Anril,1994, at 10:00 a.m., in the Personnel Conference Room 108,
f'• 1625 13th Street, Lubbock, Texas.
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 Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.)
' or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting.
GENERAL INSTRUCTIONS TO BIDDERS
r-
r
7
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the 50th and University Intersection Construction.
CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 120 (One Hundred Twenty) 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.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor
of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the
project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set forth in the contract
documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which
shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
9. 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.
10. 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 proposed
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.
11. 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.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. 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
i
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.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
4 constriction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all uses 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.
rO
15. 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.
16. 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
k 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.
j 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
17. 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
r-• requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
` wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
(2) Delays in construction are due to factors outside the control of the Contractor, The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract y
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.
18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per
diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder
without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal 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 proposes to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of
discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If
the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
signed by a member of the firm, association or partnership, or person duly authorized. _ If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
Each proposal 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) Proposal for (description of the project).
j
r
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
21. 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 Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
M General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
6) 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.
No Text
BID PROPOSAL
BID FOR UNIT PRICE
PLACE: L&AEOLk TZ
DATE: o / zo 9"I
PROJECT NO: 12923 - 50TH AND UNIVERSITY INTERSECTION CONSTRUCTION
Proposal of WILLI NA5 it PE Eja CyzT,,&croIV Co.. -TALC• (hereinafter called "Bidder")
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner")
Gentlemen:
r The Bidder in compliancewith your invitation for bids for 50TH AND UNIVERSITY INTERSECTION CONSTRUCTION
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the
proposed project including the availability of materials and labor, hereby proposes 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
prices stated in Exhibit "A".
The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according to the accompanying
forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this proposal.
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 120 (ONE HUNDRED TWENTY) working days thereafter as stipulated in
the specifications and other contract documents. Bidder hereby further agrees to pay the owner as liquidated damages the sum of
S100.00 (ONE 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.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the General
Instructions to Bidder.
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.
r
r 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 proposal 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 (S%) 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 proposal is a Cashier's Check or Certified Check for
rDollars (S ) or a Proposal Bond in the sum of Dollars ($ ,which it is agreed
shall be collected and retained by the Owner as liquidated damages in the event the proposal 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 proposal; otherwise said check or bond shall be retumed to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made
available to him for his inspection in accordance with the Notice to Bidders.
Contras
r- By:
ehAT-61J, TtTEP<, . VICE E-SWEA1 r
T.' 0 . ZoX 3907
(Seal if Bidder is a Corporation)
ATTEST:
r
4
r retary
7
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
1. H LAS CM
2.
3.
4.
6.
7.
8.
9.
10.
r.
BID PROPOSAL
is
BID
FOR UNIT PRICE CONTRACTS
Item
.Quantities
Per Total
No.
& Units
Description of Item & Unit Prices Unit Amount
-------------------------
-------------------------------------------------------
1.
535 L.F.
Removal and legal disposal of existing
concrete curb and gutter or gutter,
complete, per linear foot: (J'
2,14-D. D[
SERVICES:710"
($ ,Da )$
MATERIALS:
TOTAL:
Qa" Cam;' (s )$ 60
i
2.
525 L.F.
30" wide standard City of Lubbock
concrete curb and/or gutter, including
all subgrade preparation, reinforcement
r-
and jointing, complete in place, as
specified and as shown, per linear foot:
SERVICES:J1W
L%&AAl- Qntddt ,r�> (s �. (� D Y96.60
_)$1
MATERIALS:
adg, dA40, (s 3 )sZ,)4%SD
!"
TOTAL:(
r
3.
635 S.Y.
Removal and legal disposal of miscella-
neous concrete slab areas (including
r,
fillets, valley gutters, approaches,
sidewalks and medians), complete, per
square yard:
r"
SERVICES:.
&a—'Z� a4t'1 X6 ca"t 3Qd 00
MATERIALS:
%%-n� _($ A) R �)E A) A
r
TOTAL:
&L Yz&?A& a'l� ada"(s3 OD )� D
r
r
BP-1
k BID PROPOSAL
r" BID FOR UNIT PRICE CONTRACTS
C" Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
4. 350 S.Y. 8" concrete paving, including all subgrade
preparation, reinforcement, jointing, com-
plete in place, as specified and as shown,
per square yard:
�.�...% ice.%_, � •'�.� �ri , , I i
5. 2,450 S.Y. Asphalt paving and base removal from
streets and delivery to stockpile
�., location shown on the plans, complete,
per square yard:
SERVICES: p &,4'aWae )$g_ ,!52,5C
MATERIALS:
TOTAL: , (���_)S_171511 Dl
6. 2,400 S.Y. HMAC paving Type C hot mix asphal-
tic concrete pavement, including 3%
latex polymer (SBR) and 1% hydrated
lime, 1-1/2' minimum compacted thickness,
including all subgrade preparation, 9"
asphalt stabilized base, prime and tack
coats, and dilute emulsion treatment,
complete in place, as specified and as
shown, per square yard:
I r6 WE M
meorrl 01"..�_i
r
BP-2
BID PROPOSAL
r-
r
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------------------------------------------------------------------------------
7. 130 S.Y. 6" concrete drive approaches and
alley returns including all subgrade
preparation, reinforcement and jointing,
complete in place, as specified and as
shown, per square yard:
SERVICES: G - (S_,(2. 95 )s ��g3,54
MATERIALS:
TOTAL: s Z 0
8. 15 S.Y. 4" concrete handicap ramps as per the
plans, including all subgrade preparation,
Jointing, finishing and striping,complete
In place, as specified and as shown, per
square yard:
9.
SERVICES
MATERIALS
TOTAL
250 S.Y.
SERVICES:
MATERIALS:
TOTAL:
Standard City of Lubbock 4" concrete
sidewalk, including all subgrade
preparation and jointing, complete in
place, as specified and as shown, per
square yard:
1 V r W11
WrIA
. 7CV7.W' W111110"M
$ 11. 3n )s./6150
s Z. Zo )s 183.00
$Z3.50 ) a.35z. s�1
BP-3
i
BID PROPOSAL
r &a+60H
Item Quantities
No. & Units
BID FOR UNIT PRICE CONTRACTS
Per Total
Description of Item & Unit Prices Unit Amount
-------------------------------------------------------
10. 360 S.Y. Construction of concrete median in the
street of the size and shape and at the
location, as shown or as directed, inclu-
ding all pavement preparation, jointing,
reinforcement and dowels, complete in
place, as specified and as shown, per
square yard:
SERVICES: ,, j ,j, /,1, 11�Q l//_�C ($ l3. Z )S 7%Q. 06
t MATERIALS: ($ i 75 )$
~' TOTAL • - ($Z7, 00 _)$0.00
r
11. 250 S.Y. Type C or Type D hot mix asphaltic
concrete pavement in off-street areas,
r includingminimum
m allsubgrcompacted thickness,
adepreparation6"
caliche base, prime and tack coats,
complete in place, as specified and
r' as shown, per square yard:
' � MATERIALS:/
.�.' �%� �.� /�. � sic /.., .•
1/
12. 460 L.F.
Sawing
of contraction and
longitudinal
Joints,
sealing the sawed
joints with
W.R. Meadows "Sof-Seal,"
complete in
•-
place,
as specified and as
shown, per
linear
foot:
SERVICES:
'Iy
"a.0'/ ai "
rl� (S z, oo )$Z0.
i ' MATERIALS:
�D
QD���,,.,/?,,T� ,n,0
/'0,� �(s 2 X 0 )s gZ0. 0
r' TOTAL:
D D _)&M
r
F BP-4
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------------------------------------------------------------------------------
13. LUMP SUM Landscape adjustment complete in place,
as specified, per lump sum:
SERVICES:&I- kiV$Z94.00)s 70.41
MATERIALS:,&&
707AL :1�2P ��OG!GYLitGC /�2�����/171�"/%laPL�il?f i (� ) S DD, DIC
TOTAL BID (Items 1 through 13)
SERVICES S rI ZI TS . O
MATERIALS $ % 1 , Z32.0D
TOTAL s. &T' 001 00
BP-5
' T �7 &
z, a�""tlz
NCE UNDERWRITERS INC. FIDELITYANDGUARANTYM
(A Stock Company)
BID BOND
BOND NUMBER ......................................
KNOW ALL MEN BY THESE PRESENTS:
Williams & PeterConstruction. THAT .............................s ......n......u.......... Company,
ayjy.,.. Inc .......................................
.......................................................... of P...O... Box. 391)7... Lubbnck...Tx ..... 79452....
........................................................................ . as Principal, and the other undersigned,
as Surety, are held and firmly bound unto ...City o f L14bb...ock....................................................
........................................................................................................................
as Obligee, in the full and just sum of... of --Amount .. Bid ....................................................
............................................................................................................... Dollars,
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the said Principal is herewith submitting its proposal
50th Street and University Avenue Intersection Construction
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the
contract the said Principal will, within the time required, enter into a formal contract and give a good and
sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to
be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between the
amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another
party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder
exceed the penal sum hereof.
Signed, sealed.and delivered April..2Q...1 9.94
(Date)
...................................................... (SEAL)
V1AM$_ ...... ..................................................... (SEAL)
AND RA INSURANCE UNDERWRITERS; INC. INS
. . ...... .. ..
.... ........... hio Corporation)
................................................... ............... . . ........................
Doris Davis Attomev-in4act
M
Contract 500 (9-84)
N° 3952
f- FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
POWER OF ATTORNEY
NO. 239
OT.
KNOW ALL MEN BY THESE PRESENT'S: That FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., a corporation organized and
existing under the laws of the State of Ohio and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
Tim Sampson, Linda Attaway, Alan Henry and Doris Davis
of the Ci of LUbbOCk State of Texas its true and lawful Attorn
dY ty(s)-in-Fact, each in their separate
capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other
written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts;
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
r In Witness Whereof, the said FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. has caused this instrument to be sealed with its
corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 18thday of December , A.D. 19 92
FIDELITY AND GUARANTY INSURANCE UNDERWR1TEtS, INC.
{ IICORPORAiF! (Signed) By..... t.
t 1951 /j Senior vice President
(Signed) ey.......... 4Z/k''` '.......
�O Assistant Secretary
STATE OF MARYLAND) S
BALTIMORE CITY
On this 18thday of December. (�j , D.19 92, before "raspy carve R ert J . Lamendola
Senior Vice President of the FIDELITY AND GU INSURANCE UNDE4;�RS, INC. and D . Sims
Assistant Secretary of said Company, with bQ���. h m I am personally nt who being by me s my awormm, said, that they, the said
Robert J. Lamendola ?V ul D. Siang spectivalythe Senior Vice President and the Assistant
01
Secretary of the said FIDELITY AND RANIY INSU D RWRTTERS, IN e�poration described in and which executed the foregoing Power of
Attorney; that they each knew the seal of said corporation- �al affixed to said P WE ttorney was such corporate seal, that it was so affixed by order of the
Board of Directors of said corporation, and that th si a httr names thereto a as Senior Vice President and Assistant Secretary, respectively, of the
Company.
My Commission expires the l l Q day in t� AD* 19 91 .
(Signed) e. ..
9 NOTARY PUBLIC
V`
This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the FIDELITY AND
I
GUARANTY INSURANCE UNDERWRITERS, INC. on September 24, 1992:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments
relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,
either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President. or a Vice President or an Assistant Vice President. jointly with the
Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. Ilse signature of each
of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing
Attorneys) -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof: and, unless subsequently
r" revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate beating such facsimile signature or facsimile seal shall be valid and
binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is validly attached.
RESOLVED, that Attomey(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations
of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the: Company to any and all bonds and undertakings,
and other writings obligatory in the nature thereof, and any such instrument executed by such Attorneys) -in -Fact shall be as binding upon the Company as if signed by
an Executive Officer and sealed and attested to by the Secretary of the Company.
I. Paul D . Sims , an Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE
rr, UNDERWRITERS, INC., do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on
G September 24, 1992 and that this Resolution is in Rrll fora and effect.
1. the undersigned Assistant Secretary of the FIDELTIY AND GUARANTY INSURANCE UNDERWRITERS, INC. do hereby certify that the foregoing
Power of Attorney is in full force and effect and has not been revoked.
in Testimony Whereof. I have hereunto act my hand and the seal of t ELITY GUARANTY INSURANCE UNDERWRITERS, INC. on this
20th day of April ,19 94 -
elcow►tEn: ...........................
r Fs 81 (Ia92) 5151 Assistant Secret:uy /
l
r
L- t L—.- Li_=, L-_._ t- L- L-- L--y U-- L- L-- L-.�_ t-. L-.- L-_ L-L--__- L__
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
r. AS AMENDED BY
ACTS OF THE 561H LEGISLATURE, REGULAR SESSION,
1959
i'
7
I
t
KNOW ALL MEN BY THESE PRESENTS, that _ (hereinafter called the Principal(s), as
(hereinafter called th Sur ty(s�, as Sur ty(s) are hel and firmy bound}to the City of Lubbock (hereinafter called the Obligee), in
the amount of lawful money of the United States for the
payment whereo ,the sZd Principal an urety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the ' eipal has entered into a certain written contract with the Obligee, dated the day of
` , 19:�to
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall, pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, 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 WHE OF, the said Principal (s) and Surety (s) have signed and sealed this instrument this C7 d of
_ 19
LLXA 1)h `° BOND CHECK _ W ILLI ATO S i Prmx5 (AMS1Re 0 l
Surety Principal
BEST RATING -
LICENSED IN TEXAS
*By: BATE 9q By '�P, By:
- &Z��
(Title)/- .,_ r� (Title) \/ ICE t51 E T
TlI.C�
' `� v -• J
V v V
By:
(Title)
13y' (Title)
f`
Y
cip he un si sur ty company represents that it is duly qualified to do business in Texas, and hereby designates
� ffa
a nt resident in Lubbock County to whom any requisite notices may be delivered and on whom service
of Oocess Cy be had in matters arising out of such suretyship. 1 ti
—
.k� -
Surety _
By. * Ova-,.-
_
Approved as to form:
City
yof Lubbock ,
itykt ey
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
PERFORMANCE BOND
r
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
r., AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that Lb , Z*,L- (hereinafter called the Principal(s), as Principal(s), and
(hereinafter 1(A th Sure (s), 9-5t�
s)are h and y bound to the City of Lub (hereinafter called the Obligee), in
s
the amount o �`� . oars (S O D lawful money, of the United States for the
payment wher o the aid Princi an Sure bind themselves and thei�dministrators executors successors and assigns,
PaYm P ty Z�
jointly and severally, firmly by these presents.
WHEREAS, the Principp has entered into a certain written contract with the Obligee, dated the �of
r^ 19y1-toIf
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise
to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
r of Texas as amended by Acts of the 56th Legislature, regular session 1959, 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. ,%
WITNESS WHE OF, the said Principal (s) and Surety (s) have signed and sealed this instrument this,44y of
19CILL
�� . i L>a 00 m'
Surety BOND CHECK Principal
* By: 0BEST RATING By:�
(Title) _ _ `� — LICENSED IN / TEXAS VICE •? ES 0 E VT
DATE 2G 2 BY � (Title)
By:
(Title)
By.
(Title)
i
e u�nedy company represents that it is duly qualified to do business in Texas, and hereby designates
dent in Lubbock County to whom any requisite notices may be delivered and on whom service of
p ocess y bearising out of such suretyship.
Surety
*
lip
Approved as to Form
City o bbock
By:
City Att
* 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.
r
>1"
M 3962
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
r�
,-. POWER OF ATTORNEY
NO. 239
TM
KNOW ALL MEN BY THESE PRESENTS: That FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC., a corporation organized and
existing under the laws of the State of Ohio and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
f Tim Sampson, Linda Attaway, Alan Henry and Doris Davis
of the City of Lubbock , State of Texas its true and lawful Attorney(s)-in-Fact, each in their separate
capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other
written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts;
and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, the said FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. has caused this instrument to be sealed with its
corporate seal, duly attested by the signatures of its Senior Vice President and Assistant Secretary, this 18thday of December A.D. 19 92
STATE OF MARYLAND)
BALTIMORE CITY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC.
(Signed) By....... r. .............................'--
SeniorVice President
(Signed) By......... 4 L1ld'.'.`.... .................
VOAssistant Secretary
SS: llc�'NI--,'
Onthis 18thdayof Deceaber qU ,A.D. 19 92,before e?rsonallycame R ert J. Lamendola
Senior Vice President of the FIDELITY AND GU INSURANCE UNDE KMRS, INC. and - D . Sims 1
Assistant Secretary of said Company, with bit m I am personally rat who being by me e my sworn, -said, that they, the said
Robert J. Lamendola ,�+(� �'�'aul D. Si �1�e"Iespectivelythe Senior Vice President and the Assistant
Secretary of the said FIDELITY AND c3I1}�RANTY INSURARWRITERS, INC ee�poration described in and which executed the foregoing Power of
r Attorney; that they each knew the seal of said corporation• eal affixed to said P ttorney was such corporate seal, that it was so affixed by order of the
Board of Directors of said corporation, and that the site h rr names thereto b tli�Ce as Senior Vice President and. Assistant Secretary, respectively, of the
1 Company. V' f �j
My Commission expires the 11 day in I17S A.D. 19 95 .
i (Signed)
NOTARY PUBLIC
This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the FIDELITY AND
GUARANTY INSURANCE UNDERWRITERS, INC, on September 24, 1992:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments
relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,
either by the Chairman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the
Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each
of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing
Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently
' revoked and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and
bindi ng upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company
with respect to any bond or undertaking to which it is validly attached.
RESOLVED, that Attorney(s)-ia-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitations
of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,
and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by
an Executive Officer and sealed and attested to by the Secretary of the Company.
I, Paul D . Sims , an Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE
UNDERWRITERS, INC, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company m adopted by its Board of Directors on
September 24. 1992 and that this Resolution is in full force and effect.
1, the undersigned Assistant Secretary of the FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC. do hereby certify that the foregoing
Power of Attorney is in full force and effect and has not been revoked.
In Testimony Whereof, I have hereunto set my hand and the seal oft F ELITY JUARANTY INSURANCE UNDERWRITERS, INC on this
24th day of may , 19 94
+ 1NCt1R4'OMTED ...... • ........................... .
�" FS 81 (10-92) i 551 Assistant Secretary /
.K
CERTIFICATE OF INSURANCE
r
1M
r
CERTIFICATE OF INSURANCE
I r0: CITY OF LUBBOCK DATE: 5-24-94
TypeofBid #12923—Intersection
Lubbock, Texas Pro)ed: Construction
*' Williams & Peters Construction
THIS IS TO CERTIFY THATCo . , Inc. (Name and Address of Insured) is, at the date of this certificate, insured by
this Company with respect to the business operations hereinafter described, for the types of inR,rance. and in accordance with the
r-provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted
p hereon.
r.
r TYPE OF INSURANCE
Policy No. Effective Expires Limits of Liability
r—Workmen's WC930616 9-1-93 9-1-94
Each Accident — 500,000.
Compensation
Disease—Pol Lmt — 500,000.
Disease —Ea Empl — 500,000.
Owner's Protec- TBD 5-24-94 5-24-95
Per Person
$ 500,000,
!_five or Contin-
Per Occurrence
S 500,000-
sent Liability
Property Damage
S goo-non-
Contmctor's
7
Per Person -
$
;Protective or
Per Occurrence
S
Contingent
Property Damage
S
r—Liability
--------
CSL — $1,
000 , 000 .
Per Person
$
Automobile 071 M 142961 6-6-93 6-6-94
Per Occurrence
$
Property Damage
S
Comprehensive Gen' 1 Agg $ 2 , 000 , 000 .
Prod/ Compp 0pps 2,000,000.
^GeneralLiabilit)071GL823070 6-6-93 6-6-94 Pers & Adv Inj 11000,000. $
Ra--,b (lnnnrroar- 1_ 4001000.
Umbrella Liability 071XS23399276 6-6-93 6-6-94 S 5,000,000.
FThe foregoing Policies (do) (dmxw) coverall sub -contractors. Subject to Certificates of Insurance .
Certificate holder as additional insured as respects Comprehensive General Liability and
Locations Covered Automobile liability.
50th and University Intersection
DESCRIPTION of Operations Covered
r—50th and University Intersection Construction.
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the
insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case
r there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THIS CERTIFICATE
r^ MUST BE SENT TO THE OWNER.
W.C. — Colonial Casualty Ins. Co.
A11 Other AP nn rnsu I y S__r+s. Cos.
(Name of Insurer)
By: t12�
Title Agent
TE 99 016
(Ed. Effective 3/92)
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
TRUCKERS COVERAGE FORM
P, The provisions and exclusions that apply to UABLI Y COVERAGE also apply to this endorsement.
I
rite of Lubbock. Lubbock, Tx
(Enter Nome and Address of Additional Insured.)
is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom liability Coverage is afforded under this
policy.
The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any
dividend, if applicable, declared by us shall be paid to you.
You are authorized to act for the additional insured in aU matters pertaining to this insurance.
We will mail the additional horned notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the
additional insured.
The additional i oared will retain any right of recovery as a claimant under this policy.
POLICY NUMBER:
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED --- OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Lubbock, Lubbock, Texas
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organizaticn shown in the
Schedule. but only with respect to liability arising out of "your work" for that insured by or for you.
CG 20 10 1185 Copyright, Insurance Services Office. Inc.. 1984
t. �-_ �--__. _ ��: �.__.___ c.__�: t��� t.r.__ tom,_: �: i__�_� �� t� : i---- t��♦ �� �_s ,t.��a �: a.._�
r
CONTRACT
STATE OF TEXAS
t` COUNTY OF LUBBOCK
i
THIS AGREEMENT, made and entered into this 19th day of May. 1994, by and between the City of Lubbock, County of
Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and WILLIAMS & PETERS CONSTRUCTTON CO.. INC. of the City of bbock County of Lubbock. and the State
of Texas. hereinafter termed CONTRACTOR
7 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 #12923 - 50TH AND UNIVERSITY INTERSECTION CONSTRUCTTON FOR $144,030.00
"" and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
r.. Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
r• 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:
I" tary i ' U
I
ATTEST:
014 AVYA"te-v
Cffporatc ecretarf
CONTRACTOR
WILL S &PETERS COUNIMUCTION CO., INC.
By:
TITLE: V 1 CE ZE 51) E YQ-r
COMPLETE ADDRESS:
P.O. Box 3907
Lubbock, Texas 79452
r
i
GENERAL CONDITIONS OF THE AGREEMENT
r
r
1. OWNER
r'-
GENERAL CONDITIONS OF THE AGREEMENT
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it small be
understood as referring to the City of Lubbock, Texas.
Z. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: WILLIAMS & PETEMS CONSTRUMON CO.,
INC. who has agreed to perform the work embraced in this contract, or to his or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
LARRY HERTEL. CITY ENGINEER City of Lubbock, under whose supervision these contract documents, including
the plans and specifications, were prepared, and 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, Proposal, 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.
S. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted,". "Designated," "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like
import shall mean approved by or acceptable or satisfactory to the Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address
known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, Supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout
of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not
relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications.
II. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto.. His
efforts will be directed towards providing assurances for the Owner that the completed project will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
i
i PM
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
r 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
l insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
agreed that the Owner's Representative shall, in all 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's estimates and findings shall be conditions precedent to the right of the
parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under.
f this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with
said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action
7 may reserve the right to submit the questions so raised to arbitration as hereinafter provide. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
r- arbitration as hereinafter provided.
r
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. Should the Owner's Representative fail to make such decision
within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing.
ro
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by arty subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
f 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
r
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.
is. 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 famish 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.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
Contractor's expense.
7
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after
the beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with. If they inCrease the amount of work, and the
increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for
any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
r.. as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as
t:
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
l 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 (151/6) per cent
0
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used
on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (151/6) 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
thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, 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 proposal 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. "
i
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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
r, 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
j character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
` attorney's fees.
r 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
t` 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 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. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
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.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, 500 000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the
City of Lubbock as insured.
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement
doing to is to be attached to the Certificate of Insurance.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or arty
Subcontractor on the job with Employers Liability of at least $500,000
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate. —
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications. r
ow
r-
(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.
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 priviliges 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,
r- power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
a Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
` have been paid, discharged or waived. '
r� If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
G 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.
r-�
t.
Any and all communications between any party under this paragraph must be in writing.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
r
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this
contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as partof the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of 5100.00 (One
Hundred) 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
change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from 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.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
conductive to economy of construction, provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the proposals; 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 proposes to carryon 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.
Pb
36. EXTENSION OP TIME
�,. The Contractor agrees that he has submitted his proposal 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
g 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
r- 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 submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
r
b 37. HINDRANCE AND DELAYS
r- 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
P„ 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.
r
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
proposals offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to
r be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
( contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
39. PROTECTION OF ADJOINING PROPERTY
b
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
�^ which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on
account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
PM Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
R out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
^" 40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
�•• Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto,
which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly
a
r
a
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this'contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final
payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by
Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
r
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.
r 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 W17111HELD
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. THE 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 (1 S) 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
r 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
L the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute.
r. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third
I chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the
' District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party
demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the
decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter
1 within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply
the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex
�- Parte Proceedings.
P
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless
r, either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that
each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of
Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY
t
QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT
TO ANY RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums
as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable
cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless
otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The
award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or
award.
50. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the
Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in'a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
r
r"
r 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
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 tjobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
51. 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
r. work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
t 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 the attached proposal, 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
E 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
r" 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.
a
52. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. 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.
53. 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.
54. 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
r
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.
55. 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.
56. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
r
E
CURRENT WAGE DETERMINATIONS
t..
r
Resolution #2502
January 8, 1987
Agenda Item #18
DGV:da
..
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
t
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
'Passed by the City Council this 8th day of
r
Ranett6,-Boyd, City Secretary o
APPROVED T ONTENT:
Bi 1 P yne, Dilrector of Building
Services
r
C
January 1987.
G
B.C. McMINN, MAYOR
APPROVED AS TO FORM: 0
M AA
Do ld G. Vandiver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper_
5.50
Bricklayer
10.50
Bricklayer -Helper,
5.00 —y
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35 _
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00 —
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
Iron Worker
.7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75` —
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series - 8.90,. —
Groundman Series 7.25
EXHIBIT D —
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates -
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
SPECIFICATIONS
50th STREET & UNIVERSITY AVENUE
TURN LANE INSTALLATION AND
VALLEY GUTTER REPLACEMENT
TECHNICAL SPECIFICATIONS
STREET/DRAINAGE ENGINEERING
MARCH 22, 1994
•.e.•�'�.�.tNA
. OF IPA
kL
......... N.�».....3
LOUISccD.QQWOOD, JR.
5/22 / f 19
MATERIALS OF CONSTRUCTION
1. GENERAL
The following paragraphs give the specifications on the
various materials which are to be used in this project. On
minor items a certificate from the manufacturer may be
required, certifying 'that the material or equipment meets the
specifications for such material as specified herein. All
materials shall be subject to the approval of the Engineer
before being used.
2. CONCRETE
A. Cement
r' Cement shall conform to "Standard Specifications and Test
for Portland Cement," A.S.T.M. Serial Designation C150,
Type I and Type III, and shall be an approved brand.
B. Aggregate
Description
Concrete aggregates shall consist of natural, washed and
screened sand, and washed and screened gravel or clean
crushed stone conforming to "Standard Specification for
Concrete Aggregate," A.S.T.M. C-33-39 and Item No. 360 of
the Texas State Highway Specifications. Coarse aggregate
for Class "C" Concrete Street Paving shall be crushed
limestone (Brownwood Type). The aggregate shall be well
graded from coarse to fine and shall be free from injurious
amount of clay, soft or flaky materials, loam or organic
impurities. All aggregate shall be approved by the
Engineer before use. Maximum size of aggregate shall be 1-
1/2 inches. Aggregate for concrete construction proposed
to be used in this project shall have a loss not to exceed
18% when subjected to 5 cycles of the Magnesium Sulfate
soundness test A.S.T.M. C-88-76.
Stockpiles
The location of all stockpiles of aggregate shall be
approved by the Engineer prior to unloading as to zoning
requirements, smoothness and compaction of the ground, and
traffic conditions. Stockpiles of aggregate to be
incorporated into the project shall be protected from dust
IV-1
by drift fences of any suitable material approved by the
Engineer, when sandstorm possibilities exist. Care will be
taken to prevent dusty conditions in the stockpile area
from any sources.
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.
D. Concrete Materials Test
pre -Construction Tests
The contractor will submit test certificates from an
approved commercial laboratory on all aggregates proposed
for use on this work. Tests should be made approximately
20 days before beginning the concrete operation.
The contractor will submit in advance of construction the
mix design and the result of compression tests made by a
commercial laboratory. These will be made on each type of
concrete mix design proposed for use on this project.
Tests shall be made on 6 cylinders for each mix, 3 tested
in 3 or 7 days, 3 tested at 7 or 28 days. Additional tests
shall be furnished if material source is changed or if
concrete used varies from the original design.
The Engineer shall approve the mix design after the pre -
construction tests have been completed.
Construction Tests
Tests of the aggregates and theconcretewill be made by
the Engineer during construction to determine conformity
with the specifications. Test cylinders will be'made in
accordance with the Method of Making and Curing Concrete
Compression and Flexure Test Specimens in the Field (ASTM
Designation C-31). The specimens shall be cured _under
standard moisture and temperature conditions in accordance
with requirements of ASTM C-31.
Strength tests shall be made, in general, for each day's
run, or for each 50 cubic yards of concrete if a day's run
greatly exceeds this amount, but these tests may be made
entirely at the discretion of the Engineer. Strength tests
on Class "C" Concrete shall be made for approximately each
30 cubic yards, or every third truck on each day's run. The
{
i
costs of all such testing will be borne by the City but the
Contractor shall cooperate in securing and storing samples
and shall furnish all materials required for sampling.
A strength test shall consist of five standard test
�^
cylinders made from a composite sample obtained in
accordance with the requirements of ASTM Designation C-172.
Two of the cylinders shall be tested at 3 or 7 days and at
7 or 28 days. The fifth cylinder shall be held available
for subsequent testing, if determined necessary by the
Engineer. The test result shall be the average of the two 7
or 28 day specimens, except that, if one specimen in the
test shows manifest evidence of improper sampling, molding,
1
or testing, it shall be discarded and the remaining two
strengths averaged. Should more than one specimen
r-
representing a given test show definite defects, due to
improper sampling, molding or testing, the entire test
shall be discarded.
The result of the 7 or 28 day strength tests shall be used
as the basis for accepting or rejecting the concrete
represented.
The results of the 3 or 7 day strength tests will be
compared with the 3 or 7 day strength of the
preconstructibn test cylinders for the type and slump of
the concrete being produced. Should the 3 or 7 day
strengths indicate a deficiency in the 7 or 28 day
strengths, the Engineer may require a temporary change in
proportions to correct such deficiency. Such change shall
remain in effect until the 7 or 28 day strength of the
material in question is determined, at which time the
change shall become permanent or shall be rescinded,
depending upon the results of the 7 or 28 day test.
The engineer shall record
the concrete and the exact
each load represented by a
E. Concrete Desicrn
the delivery ticket number for
location in the work at which
strength test is deposited.
Concrete -conforming to these specifications may be "Ready
Mix" but transporting vehicles shall be operated such as to
insure delivery and placement in forms without loss or
segregation of ingredients and within one hour of mixing
time. Concrete will be mixed continuously during transit.
IV-3
Mix Design
All concrete for curb and gutter, valley gutters, fillets
and alley stubs, alley slabs, drainage channels, inlet
boxes, headwalls, and medians shall have 5% air entrainment
(±1-1/2% tolerance). The concrete mix design shall be
based on water -cement ratio, and shall be as follows for
the different classes of concrete.
Minimum Sacks Max. Gal. Max. Slump
Class Cement per C.Y. Water per sack in inches
A 5 6.5 4
C 6 6 3
E 5.5 5.5 3 --
F 6 5.5 2
The concrete mix design for the different classes shall
also be such that the compressive and flexural strength for
each class shall not be less than the following:
Minimum Average for --
Class any test
3 day 7 day beam strength 28 day_
A --- 2100 --- 3000
C --- 3000 600 3600
E 2500 3000 --- ---
F 2900 3500 --- --- —
Any concrete failing to meet these strength requirements or
air content shall be removed and replaced.
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-4
i
is
I
r-
F. Classification
Unless otherwise shown on the plans: Class A concrete
shall be used for curb and gutter, drainage channels,
medians, inlet boxes, headwalls and sidewalks; Class C
concrete shall be used for concrete paving and valley
gutters constructed in thoroughfare and collector streets;
Class E concrete shall be used for valley gutters on
streets other than thoroughfares and collectors and for
alley returns, alley paving and reinforced gutter sections;
Class F concrete is used for railroad sections.
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 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 the "Standard Specifications for
Ready Mixed Concrete," A.S.T.M. Serial Designation C94-38
and Item No. 502 of the Texas State Highway Specifications.
After mixing, the concrete shall be transported to the
forms in a manner which will prevent separation or
segregation of the aggregates and shall be placed without
undue delay. It shall be deposited as nearly as
practicable in its final position in order to avoid
rehandling or flowing of the concrete. No water shall be
added to the concrete to facilitate finishing.
H. Curing Compounds
Compounds used to form an air tight membrane over fresh
concrete surface for curing purposes shall conform to Item
526, Texas State Highway Specifications and "A.S.T.M."
Serial Designation C-309.
3. REINFORCING MATERIALS
A. Fire Mesh
Wire mesh reinforcing shall conform to "Standard
Specifications for Welded Steel Fabric for Concrete
Reinforcement" ASTM Designation A-185.
Mesh reinforcement shall be of the size shown
All reinforcement shall be permanently marked
identification marks or shall, on delivery, be
IV-5
on the plans.
with grade
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, mudorstructural
defects when incorporated into alley slab, or valley
gutters.
B. Bar Reinforcing
Reinforcing steel to be used on this project shall conform
to A.S.T.M. Designation A-432 and shall be deformed to
A.S.T.M. 305 requirements unless otherwise shown on the
plans.
C. Fiber Reinforcement
(1) The fiber used shall be 100 per cent virgin
polypropylene collated, fibrillated fibers specifically
manufactured for use as concrete reinforcement,
containing no reprocessed olefin materials.
(2) The physical characteristics of the fiber to be used is
as follows: Specific Gravity - 0.91; Tensile Strength
- 70 to 110 ksi; Length of fibers - 1/21'..
(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 4-2-E. 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. 420.2 (a) of the Texas State Highway Department
Specifications.
Expansion joints shall be placed as shown on the plans or
as directed by the Engineer.
B. Joint Sealing Material
Joint sealing material shall be W.R. Meadows SOF-SEAL or
approved equivalent
IV-6
■•
y
5. FORMS
rForms for curb and gutter and alley paving may be of wood or
metal, of a section satisfactory to the Engineer, straight,
free of warp, and a depth equal to the depth of the concrete
section formed. Forms shall be constructed accurately to the
line and grade as established in the field, shall be
adequately braced so that they will not move during the
r placing of the concrete, and shall remain in place at least
twelve (12) hours after placing concrete. Forme shall be
oiled with a light oil before each use and forms which are to
be re -used shall be cleaned immediately after each use and
i maintained in good condition. Curb forms shall be such that
i the face of the curb can be formed by use of a face form held
in place by steel templates. Forms used for curb shall meet
r' all of the above specifications, except that face forms on
curb radii may be omitted if a true section and an accurate
flow can be obtained by other methods approved by the
r. Engineer. In no case will a concrete pour be started without
r the approval of the Engineer. No forms shall be placed until
the subgrade is within one inch (111) of its finished grade.
Forms for alley slabs may be used as a guide for screeding.
Where longitudinal construction joints are required, the form
shall be so constructed as to provide a 1-1/8 inch "V" shaped
groove in the face.
6. FLEXIBLE BASE (CALICHE)
r A. Description
"Flexible Base (Caliche)" shall consist of a foundation
course for surface course or for other base courses. It
r shall be composed of caliche and stone materials and shall
be constructed as herein specified in one or more courses
in conformity with the typical sections shown on plans and
to the lines and grades as established by the Engineer.
B. Material
(1) The material for the base course shall consist of
argillaceous limestone, calcareous or calcareous clay
particles, conglomerate, gravel, sand or other granular
r- 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.
{ (2) The material will conform to the requirements:
IV-7
Sieve Size 2" 1-1/2" 7/8" 1/2" #4 J40
-------------------------------------------------------
% retained 0 0-5 8-30 30-55 50-70 .70-90
Material passing the No. 40 sieve shall be known as
"Soil Binder" and shall meet the following requirements when prepared in accordance with Test Method Tex 101-E
procedure:
Liquid Limit - 45 maximum; plasticity
Index - 15 maximum, 3 minimum; and,
Linear Shrinkage - 10 maximum
(3) Wet Ball Mill Test of Flexible Base Material
The material, when tested in accordance with Texas
Method 116-E, shall have a maximum allowable value of
55.
7. ASPHALT STABILIZED BASE -PLANT MIX (THD Item 2921
A. 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 will not change to another source
without the Engineer's approval) and asphaltic material,
mixed hot in an approved mixing plant. The percent asphalt
shall be determined by the Engineer in accordance with Test
Method Tex 126-E and Tex 204-F or other established
procedures.
B. Materials
(1) Mineral Aggregate (Graded Gravel)
The material shall be crushed and shall be screened as
necessary to meet the requirements hereinafter
specified and shall consist of durable aggregate
particles otherwise specified below.
(2) Stockpiling, Storage, Proportioning and Mixing
Prior to the mixing operations with asphaltic material,
processed mineral aggregate shall be stockpiled on an
area previously cleared of trash, weeds and grass and
smoothed as directed by the Engineer. The aggregate
stockpiles shall be not ,less than 10 feet in height and
constructed in layers not exceeding 18 inches in depth
or as directed by the Engineer. The plant shall have
and maintain at least a two day supply of aggregate on
hand unless otherwise directed by the Engineer.
IV-8
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 will be the
contractor's responsibility.
(3) Gradation
Unless otherwise specified, the grading of the mineral
aggregate shall conform to the limitations as shown
below:
r
This mixture shall meet the T.H.D. 1982 Specification
Item (292)
I
Grade 4 -- Grading requirements percent retained -sieves
1-1 2" 7 8" .f 2" f4 f4O
0 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as
"Soil Binder" and shall meet the following requirements
when prepared in accordance with the Test Methods 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
F
Samples for testing the material shall be taken prior
to the mixing operations. Where more than one material
r-
is used, tests will be on the combined materials.
The mineral aggregate shall not contain more than 0.5%
moisture prior to entering the pugmill for mixing with
asphalt.
C. Asphaltic Materials
Asphalt for the paving mixture shall be of the type as
determined by the Engineer and shall meet the requirements
of Item 300, THD Specs, 1982 "Asphalt, Oils, and
Emulsions." The grade of asphalt used shall be designated.
by the Engineer. The contractor shall notify the Engineer
of the source of his asphaltic material prior to design or
production of the asphaltic mixture and this source shall
not be changed during the course of the project, except
when authorized by the Engineer.
(1) Asphaltic Stabilized Mixture
IV-9
The mixture shall consist of a uniform mixture of
mineral aggregate and asphaltic material. The mineral
aggregate will conform to the gradation requirements
specified. The asphaltic material shall form from 4 to
9% percent of the mixture by weight. The design
percent asphalt shall be determined in accordance with
Test Method Tex.-126-E or Test Method Tex.-204-F and
procedures outlined in the SDHPT Bulletin C-14. The
percent of asphalt in the mix shall be determined by
Extraction ASTM D-2172, ASTM D-4125 Method of Test for
asphalt content by Nuclear Method, Test Method Tex-210-
-F or Test Method Tex.-126-F.
(2) Tack Coat
Asphaltic materials shall meet the requirements of the
Item, "Asphalts, Oils, and Emulsions THD Item 30011, 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 0.2 percent dry weight (based on
total mixture).
Asphaltic concrete pavement and asphaltic stabilized base
shall be machine layed and the equipment shall meet the
requirements of THD 1982 specifications Item 528,
"Automatic Screed Controls for Concrete Spreading and
Finishing Machines."
8. EQUIPMENT - MIXING PLANTS BLACK BASE AND HOT -MIX
All equipment for the handling of all materials and mixing and
placing of the mixture shall be maintained in good repair and
operating condition and subject to approval of the Engineer.
Any equipment found to be defective and affecting the quality
of the mixture will be replaced.
Mixing plants may be the weigh -batch type or the continuous
mixing type or the drum mix type. All types of plants shall be
equipped with satisfactory conveyors, power units, aggregate
handling equipment, bins and dust collectors and shall consist
of the following essential pieces of equipment.
IV-10
r
When requested by the'Engineer, weigh -batch and continuous
types of;mixing plants shall be equipped with automatic
r proportioning devices in accordance with the requirements of
THD 1982 Specifications Item 520, "Weighing and Measuring
Equipment." If automatic recording devices are required by the
plans, they shall be in accordance with the THD Item 520,
"Weighing and Measuring Equipment."
A. Weigh -Batch Type
(1) Cold Aggregate Bin 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 share 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 in a separate compartment.
(2 ) Dryer
The dryer shall be the type that continually agitates
the aggregate during heating and in which the
temperature can be so controlled that the aggregate
will not be injured in the necessary drying and heating
operations required to obtain a mixture of the
specified temperature. The burner, or combination of
burners, and type of fuel used shall be such that in
the process of heating the aggregate to the desired or
specified temperature, no residue from the fuel shall
adhere to the heated aggregate. A recording thermometer
shall be provided which will record the temperature of
the aggregate prior to the mixing operation. The dryer
shall be of sufficient size to keep the plant in
continuous operation.
(3) Screening and Proportioning
The screening capacity and size of the hot aggregate
bins shall be sufficient to screen and store the amount
of aggregate required to properly operate the plant and
to keep the plant in continuous operation at full
capacity. The hot bins shall be constructed so that
oversize and overload material will be discarded
through overflow chutes. Provisions shall be made to
enable inspection forces to have easy and safe access
r
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 T.H.D. Item 520,1982, "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 the requirements of the Item, "Weighing and
Measuring Equipment." If.a pressure type flow meter is
used to measure the asphaltic material, the
requirements of T.H.D. Item 520, 1982, "Weighing and
Measuring Equipment," shall apply .
(6) Mixer
The mixer shall be of the pugmill type and shall have a
capacity of,`not less than 3,000 pounds (of natural
aggregate mixture) in a single batch, unless otherwise
shown on the plans. The number and position of blades
shall provide a uniform 'nix. 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 segregates the
mineral aggregate or fails to secure a thorough and
uniform mixture with 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 time lock that will lock the discharge doors
of the mixer for the required mixing period. The dump
door or doors and the shaft seals of the mixer shall be
tight enough to prevent spilling of aggregate or
mixture from the mixer.
(7) Surge -Storage System
IV-12
A surge -storage system may be used. It shall be
r. adequate to minimize production interruptions during
the normal days 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 item, "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.
B. Continuous Mixing Type
(1) Cold Aggregate Bin and Proportioning Device
Same as for weigh -batch type of plant.
(2) Dryer
Same as for weigh -batch type of plant.
(3) Screening and Proportioning
Same as for weigh -batch type of plant.
(4) Hot Aggregate Bin
The hot bins shall be so constructed that oversize
and overload material will be discarded through an
overflow chute. Hot aggregate bins that become
deficient in material shall activate a switch that
automatically stops the plant until proper
adjustments are made.
(5) Hot Aggregate Proportioning Device
The hot aggregate proportioning device shall be so
designed that when properly operated, a uniform and
continuous flow of aggregate into the mixer will be
maintained.
IV-13
r
(6) Asphaltic Material Spray Bar
The asphaltic material spray bar shall be so
designed that the asphalt will spray uniformly and
continuously into the mixer.
(7) Asphaltic Material Meter
An asphaltic material recording meter meeting the
requirements of the THD 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 ente6ing the recording meter
shall be maintained at ± 10 F of the temperature at
which the asphalt metering pump was calibrated and
set. Inability to maintain this tolerance in
temperature shall result in an adjustment of the
pay quantity for the asphaltic material.
If a pressure type flow meter is used to measure
the asphaltic material, the requirements of the
THD 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 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 pug -mixer and/or
pitch of the mixing paddles shall be so adjusted to
maintain a level of mixture in the pugmixer
between the shaft and the lower paddle tip (except
at the discharge end).
(9) Surge Storage System
A surge storage system may be used. It shall be
adequate to minimize production interruption during
IV-14-
i
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 THD Item 520, "Weighing and Measuring
Equipment." If truck scales are used, they shall be
placed at a location approved by the Engineer. If
other weighing equipment is used, the Engineer may
require weight checks by truck scales for the basis
of approval of the equipment.
C. Drum Mix Plant
Unless otherwise shown on the plans, the Contractor may, at
his option elect to use the drum mixing process in the
mixing of asphalt stabilized base material. The plant shall
be adequately designed and constructed for the process of
mixing aggregates and asphalt in the dryer -drum without
4"
preheating the aggregates. The plant shall be equipped with
satisfactory conveyors, power units, aggregate handling
j'
_equipment and feed controls and shall consist of the
ll
following essential pieces of equipment.
�^
(1) Cold Aggregate Bin and Feed System
The number of compartments in the cold aggregate bin
r
shall be equal to or greater than the number of
r
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 of one bin to that of another bin. The feed
system shall provide a uniform and continuous flow of
aggregate in the desired proportion to the dryer. Each
aggregate shall be proportioned in a separate
compartment 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
IV-15
measuring device as required by the Item, "Weighing and
Measuring Equipment".'When a belt scale is used,
mixture production shall be maintained so that the
scale normally operates between 50 percent and 100
percent of its rated 'capacity. Belt scale operation
below 50.percent of the rated capacity may be allowed
by the Engineer if accuracy checks show the scale to
meet the requirements of the THD Item 520, "Weighing
and Measuring Equipment", at the selected rate and it
can be satisfactory demonstrated to the Engineer that
mixture uniformity and quality have not been adversely
affected.
(2) Scalping Screen
A scalping screen shall be required, unless otherwise
shown on the plans, and shall be located ahead of any
weighing device.
(3) Asphaltic Material Measuring System
An asphaltic material measuring device meeting the
requirements of the item, "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 asphaltic material. Unless otherwise
shown on the plans; the temperature of the asphaltic
material entering the measuring device shall be
maintained at.±l00F 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 THD Item
520, "Weighing and Measuring Equipment", shall apply.
(4).Synchronization Equipment for Feed Control
System
The asphaltic
with the total
such manner,as
as required to
(5) Arum Mix
material feed control shall be coupled
aggregate weight measurement device in
to automatically vary the asphalt feed
maintain the required proportion.
IV-16
r
The drum mixing system shall be of the type that
continually agitates the aggregate and asphalt mixture
r during heating and in which the temperature can be so
controlled that the aggregate and asphalt will not be
damaged in the necessary drying and heating operations
required to obtain a mixture of the specified
temperature. A'continuously recording thermometer shall
be provided which will indicate the temperature of the
mixture as it leaves the drum mixer.
(6) Surge Storage System
A surge storage system will be required. It shall be
adequate to minimize the production interruptions
during the normal days operations and shall be so
constructed to minimize segregation. A device such as a
1 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 THD Item 520, "Weighing and
Measuring Equipment." If truck scales are used, they
shall be placed at a location approved by the Engineer.
If other weighing equipment is used, the Engineer may
require weight checks by truck scales for the basis of
approval of the equipment.
r
D. Asphaltic Material Heating Equipment
Asphaltic material heating equipment shall be adequate to
heat the amount of asphaltic material required to the
desired temperature. Asphaltic material may be heated by
steam coils which shall be absolutely tight. Direct fire
heating of asphaltic materials will be permitted, provided
the heater used maintains a positive circulation of the
asphalt throughout the heater without damage to the
asphalt. Agitation with steam or air will not be permitted.
The heating apparatus shall be equipped with a recording
thermometer with a 24-hour chart that will record the
temperatures of the asphaltic material at the highest
temperature.
E. Spreading And Finishing Machine
The spreading and finishing machine shall be of a type
approved by the Engineer, shall be capable of producing a
IV-17
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
subsequent shedding of this accumulated material into the
asphaltic mixture will not be permitted.
Automatic screed controls, if required, shall meet the
requirements of the THD Item 528, "Automatic Screed
Controls for Asphaltic Concrete Spreading and Finishing
Machines".
F. Rollers
It shall be the responsibility
rolling equipment available on
the paving mixture in place as
the laydown operation. Rollers
qualifications for their type
IV-18
of the Contractor to have
the job to properly compact
required without delay to
provided shall meet the
as follows:
6
r
i
fool
1. (1) pneumatic Tire Rollers (Required on all Black
OW Base and Hot Mix Surfacing)
The rollers shall be acceptable medium pneumatic tire
rollers conforming to the requirements of the Item,
"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 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 10 tons.
(4) Three Axle Tandem Roller
C' This roller shall be an acceptable power driven three
axle roller weighing not less than 10 tons.
(5) Trench Roller
This roller shall be an acceptable power -driven trench
roller equipped with sprinkler for keeping the wheels
r` wet and adjustable road wheel so that the roller may be
kept level during rolling. The drive wheel shall be not
less than 20 inches wide. The roller under working
�. conditions shall produce 325 pounds per linear inch of
roller width and be so geared that a speed of 1.8 miles
per hour is obtained in low gear.
(6) Vibratory Steel -Wheel Roller (Required on all
i Black Base)
This roller shall have a minimum weight of 6 tons. The
compactor shall be _equipped with amplitude and
frequency controls and specifically designed to compact
the material on which it is used, and shall be operated
in accordance with the manufacturer's recommendations
or as directed by the Engineer.
r" (7) Straightedges and Templates
When directed by the Engineer, the Contractor shall
�., provide acceptable 10-foot straightedges for surface
r".
4=
IV-19
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
device and to perform the calibration checks as
required by the Engineer.
G. Stockpiling, Storage, Proportioning 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
smoothed as directed by the Engineer. The aggregate
stockpiles shall be not less than 10 feet in height and
constructed in layers not exceeding 18 inches in depth
or as directed by the Engineer. The plant shall have
and maintain at least a two-day supply of aggregates 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 _
aggregates from stockpiles and/or sources. More than
one stockpile will be permitted unless otherwise shown
on plans. The gradation requirements for the
individual stockpiles and proportioning from these
stockpiles will be the Contractor's responsibility as
approved by the Engineer.
(2) Storage and Heating of Asphaltic Materials
The asphaltic material storage shall be ample to meet
the requirements of the plant. Asphalt shall not be
heated to a temperature in excess of that specified in
THD Item 300, "Asphalts, Oils and Emulsions". All
equipment used in the storage and handling of asphaltic
material shall be kept in a clean condition at all
times and shall be operated in such manner that there
will not be contamination with foreign matter. _
IV-20
(3) Feeding and Drying of Aggregate
The feeding of various sizes of aggregate to the dryer
shall be done through the cold aggregate bin and
proportioning device in such a manner that a uniform
and constant flow of materials in the required
proportions will be maintained. The aggregate shall be
dried and heated to the temperature necessary to
produce a mixture having the specified temperature. In
no case shall the aggregate be introduced into the
mixture unit at a temperature more than 4000 F.
(4) Proportioning
The proportioning of the various materials entering the
asphaltic mixture shall be the responsibility of the
Contractor as approved by the Engineer and in
accordance with these specifications. The asphaltic
material and aggregates 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 5 to 20 seconds,
or as directed, to uniformly distribute the various
sizes throughout the batch before the asphaltic
material is added. The asphaltic material shall
then be added and the mixing continued for a total
mixing period of not less than 30 seconds. This
mixing period may be increased, if in the opinion
of the Engineer, the mixture is not uniform. The
differential in temperature of the aggregates and
the asphalt as they enter the pugmixer shall not
exceed 250 F.
` Temporary storing or holding of the asphaltic
mixture by the surge -storage system may be used
during the normal day's operation. Overnight
storage will not be permitted unless authorized in
the plans or in writing by the Engineer. The
�- mixture coming out of the surge storage bin must be
of equal quality to that coming out of the mixer.
I
t IV-21
r
(b) Continuous -Tyne Mi
The amount of aggregate and asphaltic material
entering the mixer and the rate of travel through
the mixer shall be so coordinated that a uniform
mixture of the specified grading and asphalt
content will be produced. The differential in
temperature of the aggregates and the asphalt as
they enter the pugmixer shall not exceed 250 F.
Checks on asphalt used shall be made at least twice
daily comparing the asphalt used in ten loads of
completed mix as shown on the asphalt recording
meter and the design amount for these ten 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 orholdingof the asphaltic
mixture by the surge -storage system may be used
during the normal day's operation. Overnight
storage will not be permitted unless authorized in
the plans or in writing by the Engineer. The
mixture coming out of the surge -storage bin must be
of equal quality to -that coming out of the mixer.
(c) Drum -mix Plant
The amount of aggregate and asphaltic material
entering the mixer and the rate of travel through
the mixing unit shall be so coordinated that a
uniform mixture of the specified grading and
asphalt content will be produced. —
Temporary storing or holding of the asphaltic
mixture by the surge -storage system will be
required during the normal day's operation.
Overnight storage will not be permitted unless
authorized in the plans or in writing by the
Engineer. The mixture coming out of the surge -
storage -bin must be of equal quality to that coming
out of the mixer. The mixture, when discharged
from the plant, shall have a moisture content not _
greater than 1 percent by weight unless otherwise
shown on the plans and/or specified by the
Engineer. The moisture content shall be determined
in accordance with Test Method Tex-212-F, Part II. The mixture produced from each type of mixer shall
not vary from the specified mixture by more than
the tolerances herein specified.
IV-22
7
k
The asphaltic mixture from each type of mixer shall
f.,. be at a temperature between 3000 F and 3500 F when
discharged from the mixer. The Engineer will
' approve the temperature within the above
limitations, and the mixture when discharged from
r the mixer shall not vary from this selected
temperature more than 250 F.
�- H. Construction Methods
(1) Temperature Requirements
A. HMAC - November 1 until April 1
1. The asphaltic mixture shall not be placed when the
air temperature is below 550 F and falling.
2. The asphaltic mixture may placed when the air
temperature is above 50° F and rising.
B. HMAC - April 1 until November 1
1. The asphaltic mixture shall not be placed when the
air temperature is below 500 F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 450 F and rising.
C. Asphalt stabilized Base
1. The asphaltic mixture shall not be placed when the
air temperature is below 450 F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 40° F and rising.
The engineer may use his discretion to require a cover over
the asphaltic mixture when being hauled from the plant to
the job site. The air temperature shall be taken in the
shade away from artificial heat or as reported by the
National Weather Service on their hourly report (Telephone
No. 762-0141). It is further provided that the prime coat,
tack coat or asphalt stabilized base shall be placed only
when the general weather conditions and temperature and
moisture conditions of the subbase or subgrade,in the
opinion of the Engineer, are suitable.
If, after being discharged from the mixer and prior to
placing, the temperature of the asphaltic mixture is 250 F
or more below the temperature approved by the Engineer, all
IV-23
-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 0.25
gallons per square yard of MC asphalt. The asphalt
stabilized base shall not be applied on a previously primed
course until the prime coat has completely cured to the
satisfaction of the Engineer.
(3) Tack Coat
Before the asphaltic mixture is laid, the surface upon
which the tack coat is to be placed shall be cleaned
thoroughly to the satisfaction of the Engineer. The surface
shall be given a uniform application of tack coat using
asphaltic materials of this specification. This tack coat
shall be applied, as directed by the Engineer,, with an
approved sprayer at a rate not to exceed 0.10 gallon per
square yard of surface. Where the mixture will adhere to
the surface on which it is to be placed without the use of
a tack coat, the tack coat may be eliminated by the
Engineer.. All contact surfaces of curbs and structures and
all joints shall be painted with a thin uniform coat of the
asphaltic material meeting the requirements for tack coat.
The tack coat shall be rolled with a pneumatic tire roller
when directed by the Engineer.
(4)_Transportinq
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, in such a manner that 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
IV-24
i
rs
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
r" 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
r. occur. on deep lifts, the edge of the course may be rolled,
with a motor grader wheel or similar equipment or supported
by blading a roll of earth against the edge of the course
prior to compacting the surface.
When the asphaltic mixture is placed in a narrow strip
along the edge of an existing pavement, or used to level up
small areas of an existing pavement or placed in small
irregular areas where the use of a finishing machine is not
practical, the finishing machine may be eliminated when
authorized by the Engineer, provided a satisfactory surface
can be obtained by other approved methods.
I. Compacting
(1) As directed by the Engineer, the asphalt stabilized
base shall be compacted 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
IV-25
r
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 gasoline, oil, grease or other foreign
matter on the roadway, either when the rollers are in
operation or when standing. —
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 rollers, shall be
thoroughly compacted with lightly oiled tamps.
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 laws governing
traffic on highways unless otherwise authorized by the _
Engineer. When another roadway surface is provided for the
traveling public and construction traffic through the
project, the Engineer may prohibit traffic on the completed
base course.
L. Surface Density Test
IV-26
r
7
F
City personnel will provide density test and results
throughout the construction process at no cost to the
contractor.
Samples of the completed pavement shall be removed from
locations designated by the Engineer to enable him to
determine the composition, compaction, and density of the
pavement. Samples for each day or fraction thereof shall
be taken by City personnel. The contractor shall replace
the pavement removed from core holes at no cost to the
City. If the pavement is deficient in composition,
compaction, or thickness, satisfactory correction shall be
made as directed by the Engineer.
9. ASPHALTS
Asphalts for use on this project shall comply with Texas State
Highway Department Specification, Item 300.
SPECIAL PROVISION TO ITEM 300, ASPHALTS, OILS AND EMULSIONS
For this project, Item 300, "Asphalts, Oils and Emulsions", of
the TxDOT Standard Specifications, is hereby amended with
respect to the clauses cited below and no other clauses or
requirements of this Item are waived or changed hereby.
Article 300.2. Materials, Subarticle (3) Latex Additive, is
voided and replaced by the following:
(3) Latex Modified Asphalt Cement.
(a) Latex Additive. Latex additive shall be an emulsion of
styrene-butadiene low -temperature copoloymer in water. The
emulsion shall have good storage stability and possess the
following properties.
Monomer Ratio of Latex - 73 +r[- 5
butadiene to styrene 27 +/- 5
Minimum Solids Content, - 45
percent by weight
Viscosity of Emulsion at - 2000
77 +/- 1 F, cps, max
(No.3 spindle, 20 RPM,
Brookfield RVT Viscometer)
The manufacturer shall furnish the actual styrene-butadiene
rubber (SBR) content for each batch of latex emulsion. This
IV-27
r
information shall accompany all shipments to facilitate proper
addition rates.
(b) Latex Modified Asphalt Cement. This material shall
consist of AC-10 asphalt cement in accordance with Subarticle
300,2(1) to which has been added a styrene-butadiene rubber
latex. The amount shown is based on. solids in the
finished asphalt -latex blend. Possible combinations and
their intended uses are as follows:
Material use
AC-5 + 2% latex solids Seal coats and surface treatments
AC-10 + 2% latex solids Seal coats and surface treatments
or asphaltic concrete
AC-10 + 3% latex solids Asphaltic Concrete
The finished asphalt -latex blend shall be smooth, homogeneous,
and comply with.the following requirements.
Property
AC-5
+
2% Latex
AC-10
+
2% Latex
AC-10
+
3% Latex
Minimum SBR Content, percent by
2.0
2.0
3.0
wt. solids (IR determination)*
Penetration,100g, 5 sec,77 F min
120
80
75
Viscosity,140 F, poises, minimun
700
1300
1600
Viscosity,275 F, poises, maximun
Ductility, 39.2 F, 1 cm/min, cm,
-
100
minimum
Ductility, 39.2 F, 5 cm/min, cm,
70
60
-
minimum
Separation of Polymer, 325 F**
None
None
None
*The asphalt supplier shall furnish the department samples of
the base asphalt and latex emulsion used in making the
finished product.
**A 350 gram sample of the asphalt -latex blend is stored for
48 hours at 325F. Upon completion of the storage time the
IV-28
i
sample is visually examined for separation of rubber from
the asphalt (smoothness and homogeneity). If a question
still exists about the separation of rubber a sample will be
taken from the top and bottom for Infrared Spectrocopy
analysis to determine actual rubber contents. A difference
of 0.4% or more between the .top and bottom concentration
�.
levels constitutes separation. When the latex modified
asphalt is to be used in asphaltic concrete and the latex
r-
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 -latex combination
shall be determined by preparing a laboratory blend and
r
storing it for five hours at 325 F. Upon completion of
storage time, the sample shall be examined as indicated
above.
Article 300.3. Storage, Heating and Application Temperatures.
Table of application and mixing is supplemented by the
following:
Heating and
Recommended Maximum Storage
Type -Grade Range. F Allowable. F _.Maximum. F
All AC -latex blends 300-375
390
390****
****Maximum temperature for storage by the asphalt supplier or
the Contractor shall be 375F. On AC-5 and AC-10 + 2 percent
SBR designated for seal coat or surface treatment work, the
temperature may be increased to a maximum of 390F by the
supplier loading through an in -line heater, or with the
Engineer's permission, these materials may be heated to a
maximum of 390F by the Contractor just prior to application.
10. HOT MIX ASPHALTIC CONCRETE SURFACE
(A) Aggregate
(1) General
The mineral aggregate shall be composed of coarse
aggregate, a fine aggregate, and if required, a mineral
filler. Samples of coarse aggregate, fine aggregate and
mineral filler shall be submitted to the City of Lubbock
Testing Laboratory for testing and approval by the
Engineer. Approval of other material and of the source
of supply must be obtained from the Engineer prior to
delivery.
The combined mineral aggregate, after final processing
by the mixing plant, and prior to addition of asphalt
and mineral filler, shall have a sand equivalent value
r
IV-29
of not less than 40, unless otherwise shown on the
plans when tested in accordance with ASTM D-2419.
The percent of flat or elongated slivers of stone for
any course shall not exceed 25%, when tested in
accordance with Test Method Tex-224-F.
Aggregate that appears susceptible to film stripping
when tested in accordance with ASTM D-1075, minimum 70%
index of retained strength and tested in accordance with
AASHTO T-283, minimum 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 10 percent 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 15 percent by weight, (100 percent of
which shall pass a 1/4 inch sieve). However, the
coarse aggregate shall meet the quality tests specified
herein for "Coarse Aggregates." Suitable equipment of -
acceptable size shall be furnished by the Contractor to
work the stockpiles and prevent segregation of the
aggregates.
If the Contractor utilizes an asphalt continuous mix
plant, the various aggregate stockpiles of different
gradation will be stockpiled in the same manner as
described for stockpiling of aggregate for asphalt
stabilized base. That is, the stockpiling of the
aggregate shall be made up of layers of material not to
exceed two feet in height of each layer. The edge of
each succeeding layer shall extend inward so as not to
overlap the edge of the layer below. In loading from
the stockpile, the material shall be loaded by making
successive vertical cuts through the entire depth of the
stockpile.
(2) Coarse Aggregate
The coarse aggregate shall be that part of the aggregate
retained on a No. 10 sieve; shall consist of clean,
IV-30
7
r
tough, durable fragments of crushed stone of uniform
quality throughout; mixing or combining crushed gravel
and crushed stone will not be permitted. The aggregate
shall be crushed to the extent that produces a minimum
of 85% crushed faces when tested in accordance with Test
Method (Tex-460-A) The aggregate shall have a maximum
of 30% loss when subjected to 5 cycles ofthe Magnesium
Sulfate Soundness Test (A.S.T.M. C-88-83).
When coarse aggregate is tested in accordance with Test
Method Tex-217-F, the amount of organic matter, clays,
loams or particles coated therewith or other undesirable
materials shown on the plans shall not exceed 2 percent.
When it is specified that the coarse aggregate be
sampled during delivery to the plant, from the
stockpile, or from the cold bin, the material removed
when tested in accordance with test method Tex.-217-F
(Part II, Decantation), shall not exceed 2 percent. The
plasticity index of that part of the fine aggregate
contained in the coarse aggregate passing the No. 40
sieve shall not be more than 6 when tested by ASTM
D-4318. However, where the coarse aggregate
contains less than 5% of fine aggregate and the fine
aggregate is of the same or similar material as the
coarse aggregate, the P.I. requirements for the material
passing the No. 40 sieve may be waived by the Engineer
in writing.
When it is specified that the coarse aggregate be
sampled from the hot bins and tested in accordance with
Test Method Tex-217-F (Part II Decantation), the amount
of material removed shall not exceed 1 percent.
Tests performed as specified herein represent material
processed or placed until a subsequent test is
performed.
The coarse aggregate shall have an abrasion of not more
than 40 percent loss by weight when subjected to the Los
Angeles Abrasion Test, ASTM C-131. Coarse
aggregate from each source shall meet the abrasion
requirements specified.
(3) Fine Aggregate
The fine aggregate shall be that part of the aggregate
passing the No. 10 sieve and shall consist of sand or
screenings or a combination of sand and screenings.
IV-31
r-
The plasticity_ index of that part of the sand passing
the No.40 sieve shall not be more than 6 when tested in
accordance with ASTM D-4318. The plasticity index of
that part of the screenings passing the No. 40 sieve
shall not be more than 9, unless otherwise shown on
plans,,when tested by ASTM D-4318.. Fine aggregate from
each source shall meet plasticity requirements.
Sand shall be composed of durable stone particles free
from injurious foreign matter. Screenings shall be of
the same or similar material as,specified for coarse
aggregate.
(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.
When tested by ASTM D-242
it shall meet the following grading
requirements:
Per Cent
By Weight
Passing a No. 30 sieve 100
Passing a No. 80 sieve .95 to 100
Passing a No. 200 sieve 70 to 100
(B) 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 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
Iv-32
changed during the course of the project except by
written permission of the Engineer.
(1.1)
HYDRATED LIME
Hydated lime shall be added to the Asphalt mixture, as
per TxDot Item 264, as an additive to improve the
quality of the mixture.
SPECIAL PROVISION TO ITEM 264
HYDRATED LIME AND SLURRY
Item 264, "Hydrated Lime and Lime Slurry", of the
Standard Specifications, is hereby amended with
respect to the clauses cited below and no other
clauses or requirements of this Item are waived or
changed hereby.
Article 264.1. pescription is voided and replaced by
the following:
264.1. Description. This item establishes the
requirements for hydrated lime, quicklime and
commercial lime slurry of the type and grade
considered suitable for use in the
treatment of natural or processed materials or
mixtures for subgrade, subbase and base construction.
CAUTION: Use of quicklime can be dangerous. Users
should become informed of the recommended precautions
in the handling, storage and use of quicklime.
Article 264.2. Types is voided and replaced by the
following:
264.2. Types. The various types and grades of lime
and lime slurry are identified as follows:
a. Type A. Hydrated Lime, a dry powdered material
consisting essentially of calcium hydroxide.
b. Type B. Commercial Lime Slurry, a liquid mixture
of essentially hydrated lime solids and water in
slurry form.
c. Type C. Quicklime, a dry material consisting
essentially of calcium oxide. It shall be furnished
in either of two grades which differ in sizing.
IV-33
Grade DS, "pebble" quicklime of a gradation suitable
for either "Dry Placing" or for use in the preparation
of a slurry for "Wet Placing"
Grade S. finely graded quicklime for use in the
preparation of a slurry for wet placing. (Note: Due
to the possibility of appreciable amounts of finely
divided, powdered quicklime
being present in this product, the use of Type C, Grade
S Quicklime is restricted to "Slurry Placing" only. It
is considered to be unsuitable for "Dry Placing".)
Lime for stabilization purposes shall be applied as
provided for in the governing specifications, as a dry
material or as a mixture of lime solids and water in
the form of lime slurry.
For dry application, Type A, Hydrated Lime or Type C,
Quicklime of Grade DS only may be used where
specifications permit.
For wetapplication, lime slurry may be delivered to
the job site as Type B, Commercial Lime Slurry or a
lime slurry may be prepared at the job site by using
Type A Hydrated Lime or Type C Quicklime as specified.
The lime and lime slurry being furnished under the
terms of this specification shall, in addition to all
other requirements, also meet the following chemical
and physical requirements.
a.. Chemical Composition:
Total "active" lime content,
$ by weight ---------------
(i.e., $ by weight ca(OH)2 + $ by
wt Cao, if present)
Unhydrated lime content,
$ by wt CaO--------------
"Free Water" content,
$ by H2O:-----------,----
b. Sizina
(1) Wet sieve requirement, as
$ by wt residue:
IV-34
TYPE
A_ C
1 2
90.0 min 87.0 min
5.0 max
5.0 max -
87.0 min
l:
Retained on No. 6 (3360 micron) 2 3
sieve:----------------- 0.2 max 0.2 max 8.0 max
r
Retained on No. 30 (590 micron) 2
sieve:----------------- 4.0 max 4.0 max -
(2) Dry sieve requirement, as
by wt residue:
Retained on a 1-inch (25 mm)
sieve:----------------- - - 0.0
r'
Retained on a 3/4" (19.0 mm)
sieve:----------------- - - 10.0 max
Retained on a No. 100
(150 micron) sieve:---- - - Grade DS
80.0% min
Grade S -
r
No Limits
Note 1: No more than 5.0% by weight Cao (unhydrated
�-
lime) will be allowed in determining the total
"active" lime content.
Note 2: In "solids content" of the slurry.
R.
Note 3: The amount of total "active" lime content, as
Cao, in the material retained on the No. 6 sieve must
not exceed 2.0 percent of the original Type C lime.
f
Type B, Commercial Lime Slurry or a slurry prepared at
the job site from A Hydrated Lime or Type C Quicklime
"Dry
shall be furnished at or above the minimum
Solids" content as prescribed by the Engineer and must
be of a consistency that can be handled and uniformly
applied without difficulty. The slurry shall be free
of liquids other than water and any materials of a
nature injurious or objectionable for the purpose
r-
intended.
(2) Tack Coat
The asphaltic material for tack coat shall meet the
requirements for Cut -Back Asphalt RC-2, or shall be
a Cut -Back Asphalt made by combining 50 to 70
percent by volume of the asphaltic material as
specified for the type of paving mixture with 30 to
50 percent by volume of gasoline and/or kerosene. If
IV-35
RC-2 Cut -Back Asphalt is used, it,may, upon
instructions from the Engineer, be diluted by
addition of an approved grade of gasoline and/or
kerosene, not to exceed 15 percent by volume.
(C) Paving Mixtures
Types
The paving mixture shall consist of a uniform mixture of
coarse aggregate, fine aggregate,.,lime and
asphaltic/latex material. The grading of each
constituent of the mineral aggregate shall be well graded
from coarse to fine and shall not vary from the low limit
on one sieve to the high limit on the adjacent sieve, or
vice versa. The final designated gradations shall produce
a relatively smooth line when plotted on a 0.45 power
semilogarithmic gradation chart when tested in accordance
with ASTM C-136.
(1) Master Gradation Specifications
Mixture Type
City of Lubbock (C.O.L.)
Sieve Type.VIC" Type upn
Size (Residential Traffic
Only)
Percent by Weight Passing Sieves
1" 100 ---
3/4" 98-100 ---
1/2" 81-93 100
3/80 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 - 7.5 4.0 - 7.5
(of total mix)
(D) Laboratory Control
If the Contractor or supplier wishes to use a material or
Location not previously approved by the City of Lubbock,
he will be required to request approval in writing of the
IV-36
Flo
t
F
material not less than 60 days prior to anticipated use
of the material. The City of Lubbock laboratory test
results shall be tht sole consideration for approval of
materials, mix designs, adequacy of procedures, etc.. The
results of such testing shall be evaluated and final
approval given by the City Engineer.
The City of Lubbock will utilize its own testing
laboratory to monitor the plant mixing for Black Base and
Hot Mix. This laboratory control will be provided by the
City of Lubbock. A representative of the City Engineer
will be at the plant with full authority to control the
mixing operation.
In those instances where irregularities occur and the
�^ limits of the specification are exceeded for aggregate,
black base, or hot mix, appropriate corrections will be
required.
(E) Tolerances
The Engineer will designate the exact grading of the
aggregate and asphalt content to be used in the mixture
(Job Mix Formula). The paving mixture produced shall not
vary from the designated grading and asphalt content by
more than the tolerances allowed herein and shall remain
within the limitation of the master grading specified.
The respective 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
(F) Extraction/ Gradation Tests And Design Criteria
(1) samples of the mixture when tested in accordance with
ASTM D-2172 shall not vary from the grading
proportions of the aggregate and the asphalt content
designated by the Engineer by more than the
IV-37
respective tolerance specified above. (See Section
IV-7-C (1) for methods of extraction of asphalt)
removed and replaced at no cost to the Owner.
(2) Design Method
Thoroughfare Residential
Traffic Traffic
Min. Max. Min. Max.
Marshall Method
No. of compaction blows,
each end of specimen 75 50
Stability, Lbs. 1800 --- 1200 ---
Flow, units of 0.01 in 8 14 8 18
% Air Voids
Surfacing or Leveling 3 5 3 5
Percent Voids in
Mineral Aggregate 13 --- 14 ---
(3) Sampling and Testin
It is the intent of this specification that the
mixture will be designed to produce a mixture of
optimum density and stability,. as determined by the
Engineer, when tested in accordance with these
specifications and applicable ASTM procedures.
Samples of the completed pavement shall be removed
from locations designated by the Engineer to enable
him to determine the composition, compaction, and
density of the pavement. Samples for each day or
fraction thereof shall be taken by City personnel.
The contractor shall replace the pavement removed
from core holes at no cost to the City. If the
pavement is deficient in composition, compaction, or
thickness, satisfactory correction shall ;be made as
directed by the -Engineer.
IV-38
F
F
Tests on Marshall specimens shall be made twice daily or as
directed by the Engineer to retain job control. The
mixture shall comply with the requirements of Table (2)
above when tested in accordance with the Marshall method
procedures contained in Chapter III of the Asphalt
Institute's Manual Series No. 2 (MS-2), current addition.
If the laboratory stability and/or field tests of the
mixture produced has a value lower than that specified, and
in the opinion of the Engineer is not due to change in
source or quality of materials, production may proceed, and
the mix shall be changed until the laboratory/field tests
equals or exceeds the specified values. If there is, in the
opinion of the Engineer, an apparent change in any material
from that used in the design mixtures, production will be
discontinued until a new design mixture is determined by
trial mixes.
11. SILO STORAGE
A silo storage system.may be used during the normal day's
operation. The mixture coming-out of the silo storage must be
of equal quality and temperature to that coming out of the
mixing plant. Any operation that has tendency to segregate
the mixture or fails to maintain a thorough and uniform
mixture and temperature shall not be used. If any load of
mixture coming out of the silo storage system fails to meet
the asphalt specifications or gradation requirements, then
the total contents of the silo storage system shall be
condemned.
12. BARRICADES AND SIGNS
Barricades shall'be constructed of clean, sound lumber, shall
be of first-class workmanship, and all surfaces above ground
shall be painted with an approved brand of white paint to
secure thorough coverage and a uniform white color. In no
case shall less than two coats be used. The paint for
barricade stripes shall be reflective orange and reflective
white. All dimensions, striping, lighting, painting, coloring
and placement of barricades shall be in accordance to the
details and design as set forth in the Texas Manual on
UNIFORM TRAFFIC CONTROL DEVICES for Street and Highways, Part
VI, issued in May, 1983.
The Contractor shall maintain each barricade in a neat
acceptable condition and furnish replacements when necessary
or requested by the Engineer.
IV-39
Each sign shall be displayed only for the specific purpose
prescribed for it. Before any detour or temporary route is
open to traffic all necessary Regulatory, Warning and Guide
signs shall be in place.
Signs required by temporary conditions or restrictions shall
be removed immediately when those conditions cease to exist
or the restrictions are withdrawn. Guide signs,directing
traffic to and on temporary routes or,detours shall be
removed when no longer applicable.
Standardization is important with respect to design and
placement, and uniformity -of application is equally ,
important. Identical conditions should always be marked with
the same type of sign, irrespective of where those particular
conditions occur.
All signs that are to convey their message during hours of
darkness shall be reflectorized or illuminated. Signs for
daytime use only may be non-reflectorized but a fluorescent
background material will be used for increased daytime
visibility if requested by the Engineer.
Where there is serious interferencefromextraneous light
sources, and a reflectorized sign is not likely to be
effective, an illuminated sign will be used.
Construction warning signs shall have a black legend on an
orange background and shall conform to the standards as to
size, shape and color as outlined in the Texas Manual on
UNIFORM TRAFFIC CONTROL DEVICES mentioned above.
Barricades, flares, and signs are a necessity in the
construction involved in this contract. The provision of
these items by the Contractor should be considered in the bid
prices submitted, as no separate compensation will be made,
unless indicated otherwise in the plans or the proposal.
No work will be permitted on any project prior to
installation of barricades or other warning devices at the
beginning and end of the construction area.
IV-40
r
6
7,
Details of Construction
1. CONCRETE
A. Curb and Gutter (Class A -Concrete)
escrintio
This item shall consist of Portland Cement 24"
concrete curb and gutter or 2411 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.
1. Curb ODenincts
Separate gutter sections will be placed only across
alleys and driveways presently in use or where
definitely planned for future property improvements.
It shall be the responsibility of the contractor to
contact the property owner and determine the proper
location of driveways before curb and gutter is
constructed. All gutters across new or proposed
driveways must meet the requirements set forth in the
City Sidewalk and Driveway Regulations, Ordinance
Number 1466 and amendments thereto and gutters across
existing driveways will be required to conform to
said regulations if no hardship to the existing
property improvements is involved. In any event, all
curb and gutter to be poured must have the engineer's
approval as to driveway widths and location, in
addition to the section, and line and grade approval
before any pour is started on any curb and gutter
unit.
2. Excavation and Subgrading (See Section V-2)
Excavation for the curb and gutter shall be made with
the excavation of the entire street. The excavation
shall be done to the lines and grades set by the
engineer and in such a manner as to require a maximum
1/2" (inch) of fill to bring the subgrade to the
correct elevation. Subgrade that is undercut 1" (one
inch) or more shall be brought to the correct
elevation by scarifying, wetting, disking, blading,
rolling and compacting to 95% Standard Proctor
Density (A.S.T.M. D-698) with pneumatic rolling to
correct elevation prior to setting forms. Before
completion of curb and gutter, all traffic signs and
street name markers found in the way of paving will
V-1
immediately be relocated
gutter by the Contractor.
3. Setting Forms
behind the proposed curb and
Forms for concrete 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.
4. Placement (Including Making Joints)
Sufficientconcrete shall be placed to allow for
shrinkage and extra material for finishing, and the
concrete shall be floated and troweled to the
approximate section, and only after the concrete
receives a partial set shall the face forms be
removed. The section shall then be shaped to the true
cross-section by the use of a metal -screed which is
shaped,to the true cross-section.
A "mule" screed shall be used only to shape to true
cross-section when topping material is provided and
pushed along on the front edge of the mule.
Curb and gutter shall be constructed with an
expansion joint at the tangent point of each return
at intersections and at intervals of no more than
forty (40) feet between the intersections. Forty feet
intervals may be waived if curb and gutter machine is
used. Expansion joints shall be of the material
hereinbefore specified. Construction joints formed by
removable metal plates (templates) accurately shaped
to the cross-section of the curb and gutter shall be
located at the mid -point of each section between
expansion joints or as directed by the engineer.
Contraction joints shall be placed at ten foot
intervals. All joints shall be perpendicular to the
surface of the concrete and to the axis of the
section.
kiga
I
t
5. Finishing
A ten (10) foot metal "straight -edge" shall be used
to strike the flow line to grade, continuously along
the flow line of the gutter. This operation shall be
followed with a four (4) foot spirit level to assure
the continuous grade down the flow -line the length of
the gutter.
r
Curb and gutter shall be finished uniformly by wood
trowelling to an accurate cross-section. Extra water
will not be added for finishing. The final finish
will be accomplished with a brush, the last stroke
being one from the back of curb to the lip of gutter.
Both sides of all joints, the lip of gutter, and the
back edge of the curb shall be finished with a 1/411
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.
PM
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.
6. Removing Forms
F
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.
V-3
7. Machine Laid Curb and Gutter
Class A concrete shall be used for machine laid curb
and gutter. The slump of the concrete shall be as
directed by the.Engineer. Reinforcing steel, if
required, shall conform to Section 3 under Materials
of Construction.
The curb and gutter shall be laid by an extrusion
machine approved by the Engineer. Immediately prior
to placing the curb and gutter, the previously
approved foundation shall be thoroughly cleaned.
The line for top of curb shall be maintained from a
guideline set by the Contractor from survey marks
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 footintervals between the expansion
joints.
8. Curing
All concrete work shall be covered with heavy water-
proof type paper to prevent loss of moisture and to
prevent direct sunlight from striking the concrete,
as soon as it has set sufficiently enough to prevent
marking.
In lieu of this method of curing, the curb and gutter
may, be cured by applying a liquid membrane coating to
all exposed surfaces, provided such material and
method is first approved by the Engineer.
9. Filling Behind Curb
After the forms are removed and the concrete has
cured, the contractor shall fill the area behind the
curb with top soil. 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
V-4
in a manner satisfactory to the property owner and/or
Engineer.'Fill should be done prior to placement of
base materials.
10. Replacement of Damaged Curb and Gutter or. Gutter
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
r
defective flow line found at time of surfacing shall
be handled as described in sentence 2 above.
�.
B. Reinforced Concrete 24" Separate Gutter (Class E
Concrete) Description
This item shall consist of Portland cement 24"
separate gutter constructed in accordance with the
typical curb and gutter sections included in these
specifications and at locations as shown on the plans
r-
or as directed by the Engineer.
1. Subgrade Preparation (See Section V-2)
2. Reinforcing Steel - See Section 3 Under Materials of
Construction
3. Placement of Reinforcement
Care shall be taken to tie the (3) three horizontal #
3 bars to the (3) three vertical # 3 bar pins at a
point 311'above the bottom.
C. Reinforced Concrete Valley Gutters (Class C and
Class E Concrete)
Description
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
V-5
(8) .inch concrete slab on thoroughfare or collector
streets or a (6) inch concrete slab on residential
streets reinforced with 4-Number 3 bars on one and -"
one-half (1-1/2) foot spacing for 5 foot wide valley
gutters,(Cross bars shall be #3 bars 4 1/2 feet long)
or with 6" x 611" 6 gauge wire mesh. Fillet areas —
shall be reinforced as shown on the plans and
constructed to the lines and grades as shown on the
plans and as designated by the Engineer. Details of
construction are the same as for curb and gutter
where they can be directly applied.
1.- Subgrade Preparation (See Section V-2)
2, Reinforcing Steel - See Section;3.under Materials of
Construction.
3. Placement of Reinforcement
Care shall be taken to hold the steel in the center
of the slab, high chairs or precast concrete blocks
shall be located at three (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 Slab and Alley Returns
(Class E Concrete)
Description
This item shall consist of reinforced concrete paving
of variable thickness (5" to 7-1/2") constructed in
the center 10 feet of alleys and shall be constructed
of Class E concrete. All alley paving and alley
returns shall be constructed in accordance to the
Alley Paving Details.
1. Forming
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.
OM-1
I
2. subgrade Preparation (See Section V-2)
3. Reinforcing
Care shall be taken to securely hold the welded wire
mesh 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.
4. Finishing
Concrete shall be deposited so as to conform roughly
to the finished cross-section. Sufficient concrete
shall be placed to allow for shrinkage and extra
material for finishing. Extra water will not be added
for finishing.
The shape and flow line of the alley paving slab may
be established by the use of two (211) inch by four
(411) inch wood screeds, or 'other approved removable
devices, accurately staked to line and grade. If such
devices are used they shall be in place before the
final finishing of the subgrade and the subgrade
shall be finished so that the concrete slab will be
of the proper depth. The concrete shall be "struck
off" to the true section and finished smooth by
floating and troweling. The final finish shall be
provided by brushing to provide a nonskid surface for
traffic. Particular care shall be taken in the final
troweling and finishing so that the finished slab
presents a smooth straight surface without waves in
the edge and without pockets in the flow line.
5. Curing 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
r during this period and until the work is accepted.
r
r
V-7
Any work damaged prior to acceptance shall be
repaired by the Contractor at his own expense and to
the satisfaction of the City Engineer.
The City Sanitation Department shall be notified of
alley shall be closed to traffic. The Contractor
shall properly flare and barricade alley returns
alleys during the period of construction and as
afterward as the Engineer may require for curing
achieving strength. Before opening alley returns
traffic, the contractor shall properly fill and
by hand, (no maintainer shall be used until full
strength of concrete is achieved), the adjacent
and
long
and
to
level
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.
6. Removina Forms
Special care is required of the Contractor in his
removing of pins and moving of forms. Pins shall be
pulled from the ground to free forms. If hammering is
found to be necessary a 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.
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.
V-8
r
1.
E. Reinforced Concrete Median Curb (Class A Concrete)
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 dowled as shown
on the plans. Details of concrete placement,
finishing, and curing shall be used where applicable.
€�
1. Subgrade Preparation (See Section V-21
F. Reinforced Concrete Railroad Crossing (Class F
!
Concrete) Description
This item shall consist of the construction of Class
�-
F reinforced concrete as shown on Concrete Railroad
Crossing Details. (File #2-B-92 (2)).
1. Subarade Preparation (See Section V-2)
2. Reinforcing Steel Bars to be Used)
Reinforcing steel to be used on this project shall
conform to A.S.T.M. Designation A-432 and shall be
deformed to A.S.T.M. 305 requirements.
3. Placement of Reinforcement
Care shall be taken to hold the (1/201) bars above the
bottom of the foundation slab and above the railroad
ties as shown on the plans. In the top slab the
vertical and horizontal bars shall be securely tied
with wire.
G. Reinforced Concrete Drainage Slabs (Class A Concrete)
This item shall consist of a concrete slab (511) thick
.. and containing wire mesh reinforcing which shall
conform to "Standard Specification for Welded Steel
r Wire Fabric For Concrete Reinforcement" ASTM
Designation A-185, or approved fiber reinforcement.
PM 1. Subgrade Preparation (See Section V-21.
H. Concrete Pavement - Class C Concrete Description
This item shall consist of a pavement of portland
cement concrete, with reinforcement as shown on
plans, constructed as herein specified on the
prepared subgrade and one inch of sand cushion or
other base course in conformity with the thickness
and typical cross sections shown on plans and to the
lines and grades established by the Engineer.
rConcrete shall be considered of satisfactory quality
V-9
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.
Materials
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
C150. 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 Designation
C150, the specific surface area of Type I cement
shall not exceed 2,000 square centimeters per gram as
measured by the Wagner Turbidmeter in accordance with
Test Method Tex-310-D.
2. Admixtures
Unless otherwise provided,in the plans or special
provisions, approved types of admixtures to minimize
segregation, to improve workability, or to reduce the
amount of mixing water may be used in the rate of
dosage specified by the Engineer. Admixtures shall
not be used to replace cement. Admixtures shall
comply with all the requirements and be measured and
dispensed in accordance with T.H.D. Item 437,
"Concrete Admixtures".
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-
V-10
F
410-A and when tested by standard laboratory methods
shall meet the following grading requirements:
Retained on 1-3/4" sieve......................0%
Retained on 1-1/2" sieve................0 to 5 %
Retained on 3/4" sieve.................30 to 65%
Retained on 3/8" sieve.................70 to 90%
Retained on No. 4 sieve...............95 to 100%
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.
r-
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.
r-
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
a
possible in a uniform condition of moisture.
Each aggregate stockpile shall be reworked with
suitable equipment as required by the Engineer to
remix the material to provide uniformity of the
stockpile.
4. Fine Aggregate.
Fine aggregate shall consist of sand or a combination
of sands, and shall be composed of clean, hard,
durable, uncoated grains. Unless otherwise shown on
plans, the acid insoluble residue of the fine
aggregate shall be not less than 28 percent by weight
when tested in accordance with Test Method Tex-612-J.
VMVI
5. Fine Aggregate Exclusive of Mineral Filler
Fine aggregate shall be free from injurious amounts
of salt, alkali or vegetable matter. It shall not
contain more than 0.5 percent by weight of clay
lumps. When subjected to the color test for organic
impurities, Test Method Tex-408-A, the fine aggregate
shall not show a color darker than the standard.
Unless specified otherwise, fine aggregate shall meet
the following grading requirements:
Retained on 3/8" sieve.....................0%
Retained on No.4 sieve................0 to 5-%
Retained on No. 8 sieve..............0.to 20%
Retained on No. 16 sieve ............ 15 to 30%
Retained on No. 30 sieve ............ 35 to 75%
Retained on No. 50 sieve ............ 70'to 90% --
Retained on No. 100 sieve .......... 90 to 100%
Retained on No. 200 sieve .......... 97 to 100%
Fine aggregate will be subjected to the Sand
Equivalent Test (Test Method Tex-203-F). The sand
equivalent value shall not be less than 80, or less
than the value shown on the plans, whichever is
greater. _
6. Mineral Filler
Mineral filler shall consist of clean stone dust,
crushed sand, crushed shell or other approved inert
material. When tested in accordance with Test Method
Tex-401-A, it shall meet the following requirements: -
Retained on No. 30 sieve........................0%
Retained on No. 200 sieve.................0 to 35%
At the time of its use the mineral filler shall be
free from frozen material, and.aggregate'containing
foreign material will be rejected.
7. Mixing Water
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
V-12
F
7
than 1,000 parts per million of chlorides as CL. nor
^, more than 1,000 parts per million of sulfates as 504.
Water from municipal supplies approved by the State
Health Department will not require testing, but water
r from other sources will be sampled and tested before
use.
Test procedure shall be in accordance with AASHTO
Designation: 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 Designation: A615. 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 or Grade 40 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)
r 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-
rfurnace,
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
l"
or parted during shipping or project handling shall
be realigned to within one-half inch of the original
horizontal plane of the mat. Mats with any portion of
.-
the wires out of vertical alignment more than one-
half inch after realignment and/or wires dislocated
or mutilated so that, in the opinion of the Engineer,
they do not represent the original mat, shall be
r,
rejected. The mats may be clamped or wired so that
r-�
V-13
the mats will retain the horizontal and vertical
alignment as specified by the plans or as approved by
the Engineer. Deformed wire may be used for tie bars
and load transfer bars that, require bending.
when fabricated steel bar or rod mats are specified,
the mats shall meet the requirements of ASTM A-184.
10. Mechanical Vibratory, Equipment
All concrete placed for pavement shall be
consolidated by approved mechanical vibrators
designed to vibrate the concrete internally. The
internal type will be used for full -depth placement.
Vibratory members shall extend across the pavement
practically to, but shall not come in contact with
the side forms. Mechanically operated vibrators shall
be operated in such a manner as to not interfere with
the transverse or longitudinal joints.
Separate vibratory units shall be operated at
sufficiently close intervals to provide uniform
vibration and consolidation to the entire width of the pavement. The frequency in air of the internal
spud type vibratory units shall be not less than
8,000 cycles per minute and not less than 5,000 _
cycles per minute for tube types and the method of
operation shall be as directed by the Engineer. The
Contractor shall have a satisfactory tachometer
available for checking the vibratory elements.
The pavement vibrators shall not be used to level or
spread the concrete but shall be used only for
purposes of consolidation. The vibrators will not be
operated where the surface of the concrete, as
spread, is below the elevation of the finished
surface of the pavement, except for the first lift of
concrete where the double strike off method of
placement is employed, and the vibrators shall not be
operated for more than 15 econds while the machine
upon which they are installed is standing still.
Approved hand manipulated mechanical vibrators shall
be furnished in the number required for provision of
proper consolidation of the concrete along forms, at
joints and in areas not covered by mechanically
controlled vibrators. These vibrators shall be
sufficiently rigid to insure control of the operation
position of the vibrating head.
Complete and satisfactory consolidation of the
concrete pavement is a most important requirement of
this specification. Cores taken shall be carefully
examined for voids, honeycombing or other evidence of
V-14
incomplete consolidation. If such evidence is
present, changes in the consolidation procedures
and/or equipment will be made to insure satisfactory
consolidation.
11. Finishing
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
i,
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.
r-
T"
V-15
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 has
fully hardened. Any correction of the surface
required shall be accomplished by adding concrete if
required and by operating the longitudinal float over
the area. The surface test with the straightedge
shall then be repeated.
For one -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 sraightedge operation, as
soon as construction operations permit, texture shall
be applied with 1/8-inch wide metal tines with clear
spacing between the tines being not less than 1/4
inch nor more than 1/2 inch. If approved by the
Engineer, other equipment and methods may be used,
provided that a surface texture meeting the specified
requirements is obtained. The texture shall be
applied transversely. It is the intent that the
average texture depth resulting from the number of
tests directed by the Engineer be not less than 0.060
inch with a minimum texture depth of 0.050 inch for
any one test when tested in accordance with Test
Method Tex-436-A. Should the texture depth fall below
that intended, the finishing procedures shall be
revised to produce the desired texture.
12. Proportioning of Concrete
Concrete shall be composed of Portland cement, fine
aggregate, coarse aggregate, mineral filler and/or
admixture if used and water,'mixed in proportions as
approved by the Engineer in the mix design as
submitted by a commercial laboratory and in the
manner set forth in 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,
V-16,
F
i
in order to produce concrete of the specified
strength and workability.
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 THD Bulletin C-11.
14. Workability of Concrete
r 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
i• 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 THD Bulletin C-11.
r
V-17
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 THD Bulletin C-
11. The slump shall not be less than 1 inch nor more
than 3 inches.
15.. Mix Design
Prior to the beginning of the concrete placement, and
thereafter before any change in source or
characteristics of any of the ingredients except
mineral filler, sufficient compression tests using
various quantities of cement and aggregates proposed
for use shall be supplied the Engineer for
consideration.
Mixes will be designed and made in sufficient number
to represent a wide range of water -cement ratios.
These mixes shall comply with the requirements herein
prescribed for workability. From these preliminary
tests the water -cement ratio required to produce
concrete of the specified strength will be selected
by the Engineer. The Contractor may at any time
present in writing a suggested mix design and the
Engineer will make the tests necessary to determine
its acceptability under these specification
requirements.
For mixing the concrete to be used in making the
preliminary test specimens, the Contractor shall --
furnish and operate the mixer approved for use on
this project. A minimum one cubic yard batch shall be
mixed or a batch of sufficient size to afford proper _
mixing, whichever is the greater. In lieu of the
above mixer and procedure, the Contractor may furnish
a portable mixer of sufficient rated capacity to mix
a minimum three -sack batch;.in which case, the batch
mixed for the preliminary test shall not'be less than
the rated capacity of the mixer furnished.
No additional compensation will be allowed for
equipment, materials or labor involved in making
preliminary test specimens.
After the mix proportions.and water -cement ratio
required to produce concrete of the specified
strength have been determined, placing of'the
concrete may be started.
Type I cement shall have a specified surface area
within a range of 1,600 to 1,900 square centimeters
per gram. A change in the specific surface of the
cement of more than 100 square centimeters per gram
may require a new mix design.
V-18
r
F
16. Subgrade and Forms
r Preparation of subgrade.
Rolling and sprinkling shall be performed when and to
�^ the extent directed, and the roadbed shall be
completed to or above the plane of the typical
sections shown on the plans and the lines and grades
j.. 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.
r- See Section V-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.
t
17. Placing and Removing Forms
The subgrade under the forms shall be firm and cut
r, 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.
t� Forms shall be staked with at least three pins for
w 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.
rWhere any forms have been disturbed or any subgrade
}
r
V-19
becomes unstable, the forms shall be reset and
rechecked. In exceptional cases, the Engineer may
require stakes driven to the grade of the bottom of the forms. Sufficient stability of the forms to
support the equipment operated thereon and to
withstand its vibration without springing or
settlement shall be required. If forms settle.and/or
deflect over 1/8 inch under finishing operations,
paving operations shall be stopped and the forms
shall be reset to line and grade. `
Forms shall remain in place for not less than 12
hours after the concrete has been placed. They shall
be carefully removed in such a manner that little or
no damage will be done to the edge of the pavement.
Any damage resulting from this operation shall be _
immediately repaired. After the forms have been
removed, the ends of all joints shall be cleaned, and
any honeycombed areas pointed up with approved
mortar. Immediately after 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.
I. concrete Mixing and Placing
1. Mixing
The aggregates, mineral filler if required, cement
and water shall be measured separately, introduced _
into the mixer, and mixed for a period of not less
than 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.
V-20
F
l
The Engineer may increase the minimum mixing time to
that necessary to produce thoroughly mixed concrete
based on inspection or appropriate uniformity tests.
The mixing time may be varied at any time necessary
to produce acceptable concrete.
If Ready -Mix concrete is used, the concrete shall be
discharged into the specified hauling equipment and
delivered to the road site. If truck agitators are
used, the concrete shall be continuously agitated at
not less than one nor more than six rpm as directed
by the Engineer.
The initial batch of concrete mixed after each time
the mixer is washed out shall be enriched by
additional mortar. The additional mortar shall be one
sack of cement and three parts of sand.
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 50°F 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 32°F, 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.
r, Concrete shall be placed only on approved subgrade or
sub -base, and unless otherwise indicated on plans,
i
r-
V-21
the full width of the pavement shall be constructed
monolithically. The concrete shall be deposited on
the subgrade or sub -base in such manner as to require
as little rehandling as possible. Where hand
spreading is necessary, concrete shall be distributed
to the required depth by use of shovels. The use of
rakes will not be permitted. Workmen will not be
permitted to walk in the concrete with any earth or
foreign material on their boots or shoes. The placing
of concrete shall be rapid and continuous.
Concrete shall be distributed to such depth that when
consolidated and finished, the slab thickness
required by plans will be obtained at all points and
the surface shall not, at any point, be below the
established grade. Special care shall be exercised in
placing and spreading concrete against forms and at
all joints to prevent the forming of honeycombs and
voids.
If in the opinion of the Engineer, the temperature,
wind and/or humidity conditions are such that the
quality, of the concrete will not be adversely
affected, the specified placing time may be extended
to a maximum of 45 minutes.
3. Reinforcing Steel
All reinforcing steel, including steel wire fabric
reinforcement, tie bars, and dowel bars shall be
accurately placed and secured in position in
accordance with details shown on plans. Reinforcing
bars shall be securely wired together at alternate
intersections, following a pattern approved by the
Engineer, and at all splices, and shall be securely
wired to each dowel intersected. When wire fabric is
used, it shall be securely wired together at all
splices and to each dowel intersected. Tie bars shall
be installed in the required position by the method
and device shown on plans or by approved method and
device equivalent thereto.
Tightly adhered scale or rust which resists removal
by vigorous wire brushing need not be removed except
that excessive loss of section to the reinforcement
due to rust shall be cause for rejection. Excessive
loss of section shall be defined.as loss of section
to the extent that the reinforcement will no longer
meet the physical requirements for the size and grade
of steel specified.
Where plans require an assembly of parts at pavement
joints, the assembly shall be completed, placed at
requiredlocationand elevation, and all parts
V-22
i'
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
r- concrete.
4. Joints
When the placing of concrete is stopped, a bulkhead
of sufficient cross sectional area to prevent
deflection, accurately notched to receive the load
transmission devices or dowels if required, and
shaped accurately to the cross section of the
pavement shall'be provided and installed as a back-up
for the joint filler and rigidly secured in required
position to permit accurate finishing of the concrete
up to the joint. After concrete has been finished to
the joint, formation of the joint seal space and
finishing of the joint shall be executed. The back-up
bulkhead shall remain in place until immediately
prior to the time when concrete placing is resumed,
when it shall be carefully removed in such manner
that no element of the joint assembly will be
disturbed. The exposed portion of the joint assembly
shall be free of adherent concrete, dirt or other
material at the time placing of concrete is resumed.
If necessary for proper installation of joint sealer,
C excessive spalling of the joint groove shall be
repaired to the satisfaction of the Engineer in the
manner which he prescribes.
Careful workmanship shall be exercised in the
construction of all.joints to insure that the
concrete sections are completely separated by an open
joint or by the joint materials and to insure that
i the joints will be true to the outline indicated.
5. Weakened Plane Joints
Weakened plane joints shall consist of transverse
r- contraction joints and longitudinal joints and shall
be sawed as specified on the plans or as directed by
the Engineer. When the joints are sawed, the saw
shall be power driven, shall be manufactured
especially for the purpose of sawing concrete, and
shall be capable of performing the work. Saw blades
shall be designed to make a clean smooth cut having a
width and depth of cut as detailed on the plans.
# Tracks adequately anchored, chalk, string line or
other approved methods.shall be used to provide true
alignment of the joints. The concrete saw shall be
maintained in good operating condition and the
Contractor shall keep a stand-by power saw on the
project at all times when concrete operations are
under way.
If membrane curing is used, the portion of the seal
which has been disturbed by sawing operations shall
be restored by the Contractor by spraying the area
with additional curing seal.
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.'be sawed in a
uniform pattern as directed by the Engineer, and they
shall be completed before uncontrolled cracking of
the pavement takes place. All joints shall be
completed before permitting traffic to use the
pavement.
7. Longitudinal Joints
Longitudinal joints shall be sawed within two days
after construction of the pavement. Sawing shall not
cause damage to.the pavement and the grooves shall be
cut with a minimum of spalling. No traffic (including
construction traffic) shall be permitted on the
pavement until the longitudinal joint is cut.
8. Joint Sealers
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.
9. Asphalt Board
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
V-24
r
F
the tendency of the material to fall out of the
joint.
10. Spreading and Finishing
All concrete pavement shall be consolidated by a
mechanical vibrator. As soon as the concrete has been
spread between the forms, the approved mechanical
vibrator shall be operated to consolidate the
concrete and remove all voids. Hand manipulated
vibrators shall be used for areas not covered by the
mechanical vibratory unit.
After finishing is completed and the concrete still
workable, the surface shall be tested for trueness
with an approved 10-foot steel straightedge. The
straightedge shall be operated from the side of the
pavement, placed parallel to the pavement centering
and passed across the slab to reveal any high spots
or depressions. The straightedge shall be advanced
along the pavement in successive stages of not more
than one-half its length. Practically perfect contact
of the straightedge with the surface will be
required, and the pavement shall be leveled to this
condition, in order to insure conformity with the
surface test required after the pavement has fully
hardened. Any correction of the surface required
shall be accomplished by adding concrete if required
and by operating the longitudinal float over the
area. The surface test with the straightedge shall
then be repeated. Extra water will not be added for
finishing.
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
r, such a condition that the burlap drag or other
V-2 5
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.
11. Protection of Pavement and Opening to Traffic
The Contractor shall erect and maintain the
barricades required by plans and such other standard and approved devices as will exclude public traffic
and traffic of his employees and agents from the
newly placed pavement for the periods of time and at
locations hereinafter prescribed by the Engineer.
Portions of the roadway, or crossings of the roadbed
required to be maintained open for use by traffic,
shall not be obstructed by the above required
barricades.
The pavement shall be closed to all traffic,
including vehicles of the Contractor, until the
concrete is at least 7 days old. This period of
closure to all traffic may be extended if, in the
opinion of the Engineer, weather or other conditions
make it advisable to provide an extension of the time
of protection.
At the end of the 7 day period and as long thereafter
as ordered by the Engineer, and if so desired by the
Contractor, the pavement may be opened for use by
vehicles of the Contractor provided the gross weight
(vehicle plus load) of such vehicles does not exceed
14,000 pounds. Such opening, however shall in no
manner relieve the Contractor from his
responsibilities for the work. On those sections of
the pavement thus opened to traffic, all joints shall
first be sealed, the pavement 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.
V-26
F
1
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.
2. EARTH WORK
A. Subarade Preparation for curb and gutter, streets.
paving (asphalt and concrete) alley returns, alley
Paving, valley gutters, and earth work.
Description
rR Sub -grade preparation shall include the removal, haul
i 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 (A.S.T.M. D-698) in conformity to the
line, grade and sections as shown on the plans or as
established by the Engineer.
ti
V-27
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. Scraper Work
The utilization of a scraper for excavation and
shaping of subgrade and base is permitted with
exceptions which are determined by depths of utility
lines. Unless otherwise specified by the Engineer,
the scraper shall not exceed 23 cubic yards capacity
as rated loaded flush by the manufacturer.
2. Compaction
Subgrade shall be compacted to 95% Standard Proctor
Density (A.S.T.M. D-698) for all improvements except
thoroughfare and collector street paving. Subgrade
shall be compacted to 100% Standard Proctor Density
for thoroughfare and collector street paving.
Density tests (A.S.T.M. 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 2% below 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 compacted to
V-28
7
F
F
F
specified density. The areas so corrected shall be
test rolled as specified above.
3. Intersection
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.
4. Prosecution of the Work
The Contractor may proceed with subgrade preparation
on any schedule he may select except that, unless
hindered by factors beyond his control, not more than
seven (7) calendar days shall elapse between the time
subgrade preparation is begun and the spreading and
compacting of the base has started. Measures shall be
taken by the contractor not to leave driveways
impassable during the night hours.
5. Excess Materials
Materials excavated in excess of that needed in fill
and backfill behind curb shall be wasted by the
Contractor. Care shall be taken by the Contractor to
use only topsoil in the backfill behind the curbs.
The Contractor may dispose of the surplus excavated
material in any manner not objectionable to the
public, and it is his responsibility to locate a
suitable site for dumping the waste excavation. In
any event, the Contractor shall not dispose of the
surplus materials in any of the lake areas either
outside or within the city limits. Location of
disposal sites near any lake area must be approved by
the Engineer.
6. Subgrade for Alley Paving
The preparation of the subgrade for concrete alley
paving shall be done in the same manner as other
subgrade excavation which requires scarifying,
r' wetting, disking, blading, rolling, and compacting.
I 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.
i.
V-29
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
therewillbe 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 rolledto 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.
B. Embankment
Description
Prior to placing any embankment, all "Preparing
Right -Of -Way" and/or "Clearing and Grubbing"
operations shall have been completed on the
excavation sources and areas over which the
embankment is to be placed. Stump holes or other
small excavations in the limits of the embankment
shall be backfilled with suitable material and _
thoroughly tamped by approved methods before
commencing embankment construction. The surface of
the ground, including plowed loosened ground, or _
surface roughened by small washes or otherwise, shall
be restored to approximately its original slope by
blading or other methods and where indicated on plans
or required by the Engineer, the ground surface thus
prepared shall be compacted by sprinkling and
rolling.
Where embankments are to be placed adjacent to or
over existing roadbeds, the roadbeds slopes shall be
plowed or scarified to a depth of not less than six
(611) inches and the embankment built up in successive
layers, as hereinafter specified, to the level of the
old roadbed before its height is increased. Then, if
directed, the top of the roadbed shall be scarified
and recompacted with the next layer of the new
embankment. The total depth of the scarified and
added material shall not exceed the permissible depth
of layer.
Trees, stumps, roots, vegetation, or other unsuitable
materials shall not be placed in embankment.
V-30
F
Except as otherwise required by the plans, all
embankment shall be constructed in layers
I approximately parallel to the finished grade of the
I roadbed and unless otherwise'specified each layer
shall be so constructed as to provide a uniform slope
of 1/4" inch per foot from the center line of the
roadbed to the outside."
Embankments shall be constructed to the grade
established by the Engineer and completed embankments
shall correspond to the general shape of the typical
sections shown on the plans and each section of the
embankment shall correspond to the detailed section
or slopes established by the Engineer. After
completion of the roadway, it shall be continuously
maintained to its finished section and grade until
the project is accepted.
Except as otherwise specified, earth embankments
shall be constructed in successive layers for the
full width of the individual roadway cross section
and in such lengths as are best suited to the
sprinkling and compaction methods utilized.
Layers of embankment may be formed by utilizing
equipment which will spread the material as it is
dumped, or they may be formed by being spread by
blading or other acceptable methods from piles or
windrows dumped from excavating or hauling equipment
in such amounts that material is evenly distributed.
Minor quantities of rock encountered in constructing
�. earth embankment shall be incorporated in the
specified embankment layers, or may be placed in
accordance with the requirements for the construction
of rock embankments in the deeper fills within the
limits of haul shown on the plans, provided such
placement of rock is not immediately adjacent to
structures. Also, rock may be placed in the portions
�- of embankments outside the limits of the completed
roadbed width where the size of the rock prohibits
their incorporation in the normal embankment layers.
4 Each layer of embankment shall be uniform as to
material, density and moisture content before
beginning compaction. Where layers of unlike
materials abut each other, each layer shall be
featheredged for at least 100 feet or the material
shall be so mixed as to prevent abrupt changes in the
�. soil. No material placed in the embankment by dumping
in a pile or windrow shall be incorporated in a layer
in that position, but all such piles or windrows
shall be moved by blading or similar methods. Clods
or lumps of material shall be broken and the
V-31
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. Compaction
The compaction method shall require that each layer
shall be compacted to the required density by any
method, type, and size of equipment which will give
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 A.S.T.M. 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
V-32
I
i
r-
i.
and refinished at the sole expense of the Contractor.
Excessive loss of moisture in the subgrade shall be
prevented by sprinkling, sealing, or covering with a
subsequent layer of granular material. Excessive loss
of moisture shall be construed to exist when the
subgrade soil moisture content is more than 4 percent
below the optimum foricompaction to Standard Proctor
Density. (Also see Section V. Item 2 [A] Compaction.)
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.
V-33
3. BASE COURSE
The base course shall consist of a minimum of six
(611) or nine (911) inchesof 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.
A. Hauling and Placing
Approved base material shall be hauled in vehicles of
uniform capacity to the site and dumped evenly so
that an adequate quantity of material will be placed
to provide a minimum of six (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.
B. Processing
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 (A.S.T.M. D-698) for all improvements
except thoroughfare street paving shall be compacted
to 100% Standard Proctor Density.
Density tests (A.S.T.M. D-2922) will be performed and
test rolling for base will be observed by City
inspectors.
Caliche base shall be compacted at a moisture content
of plus or minus 2% of 2% below optimum moisture or
other moisture content directed by the Engineer.
The finished caliche base shall be test rolled with a
25 ton pneumatic tire or other approved roller. The
Engineer may require up to six passes of the roller
in determining the condition of the base.
All nine (911) inch compacted caliche base shall be
accomplished in three (311) inch lifts. The caliche
course shall then be sprinkled as required and rolled
V-34'
F
with compactors as directed until a uniform
compaction of specified "Standard Proctor Density" is
secured. Throughout this entire operation, the shape
of the course shall be maintained by blading; and the
surface upon completion shall be smooth and in
conformity with the 'typical sections shown on plans
and to the established lines and grade.
Traffic may be allowed to travel on the caliche base,
as directed by the Engineer, during.construction.
During this period, the.caliche base shall be
satisfactorily maintained by the use of water trucks,
blades, drags and such other equipment as may be
required. The base course shall be so maintained
until the wearing surface is placed thereon. The
surface shall not be placed on base course that
exceeds optimum mixture by two percent (2%).
Processing of asphaltic base shall be as directed by
the Engineer and similar to that described under Hot
Mix Asphaltic Concrete Surface. Lift thickness will
be indicated by the Engineer or as shown on the
paving plans: Electronic screed controls will be
required for placing black base on grade. The density
required will be determined by the Engineer after
material to be used has been approved. All areas and
L "nests" of segregated coarse or fine material shall
L 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.
C. Finishing
Description
The compacted base shall be finished and shaped
immediately preceding the application of the surface
treatment. All loose or unconsolidated material shall
be removed and the surface moistened and rolled with
a steel wheel roller.
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
V-35
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. Allowable Deviation in Finish
Immediately prior to placing of surfacing. the base —
shall be checked and any deviation in excess of
three -eights (3/8) inch from the established grade or
true cross section shall be corrected as provided
above for, defects. Longitudinally a straightedge 10
feet long shall be used to detect any deviation which
shall be corrected as defects.
4. HOT MIX ASPHALTIC CONCRETE SURFACE
A. Description
This item shall consist of 1-1/2" compacted C.O.L.
Type "C" or Type "D" hot mix asphaltic concrete
surface, using approved crushed stone aggregate,
constructed over a compacted base. The base shall be
primed and a tack coat applied as required.
1. Sampling and Testing Hot Mix Asphaltic Concrete for
Compaction
Hot mix asphaltic concrete will be accepted on a lot
basis. A lot will consist of 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.
V-36
F
F
Density Specifications
Based on Maximum Theoretical Density
Minimum 92.5%
Optimum 96.0%
Maximum 97.5%
If the mixture produced does not have the specified
qualities, it shall be adjusted until it does. The
pavement shall be constructed on the previously
completed and approved subgrade, base, existing
pavement, bituminous surface or in the case of a
bridge, on the prepared floor slab, as herein
specified and in accordance with the details shown on
the plans.
2.
Temperature Requirements
r
A.
November 1 until April 1
1.
The asphaltic mixture shall not be placed when the
air temperature is below 55 degrees F and falling.
2.
The asphaltic mixture may be placed when the air
temperature is above 50 degrees F and rising.
B.
April 1 till November 1
1.
The asphaltic mixture shall not be placed when the
[
air temperature is below 50 degrees F and falling.
2.
The asphaltic mixture may be placed when the air
temperature is above 45 degrees F and rising.
The air temperature shall be taken in the shade away
from artificial heat or as reported by the National
Weather Service on their hourly report (Telephone No.
762-0141).
[; The Engineer may use his discretion to require a
cover over the asphaltic mixture when being hauled
from the plant to the job site.
If the temperature of a load of asphaltic concrete
measured while passing through the lay -down machine
is 25 degrees F less than the mixing temperature, the
load may be rejected by the Engineer and payment will
not be made for the rejected material.
3. Preparation of Base and Areas Bordering
�- The compacted base upon which the hot mix asphaltic
concrete surface is to be placed shall be prepared
7 V-37
and cleaned, as required by the Engineer, before the
prime coat is applied.
4. Prime Coat
The prime coat shall consist of an application of .25
gallons per square yard of MC asphalt.
5. 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.
6. Transporting Asphaltic Concrete
The asphaltic mixture, prepared as specified above
shall be hauled to the work site in tight vehicles
previously cleaned of all foreign material. The
dispatching of the vehicles shall be arranged so that
all material delivered may be placed, and all rolling
shall be completed during 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.
7. Placina
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.
V-38
F
F
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.
When the asphaltic mixture is placed in a narrow
strip along the edge of an existing pavement, or used
to level up small areas of an existing pavement or
placed in small irregular areas where the use of a
finishing machine is not practical, the finishing
machine may be eliminated when authorized by the
Engineer, provided a satisfactory surface can be
obtained by other approved methods.
Adjacent to flush curbs, gutters, liners and
structures, the surface shall be finished uniformly
high so that when compacted it will be slightly above
the edge of the curb and flush structure.
All joints shall present the same texture density,
and smoothness as other sections of the course. The
joints between old and new pavements or between
successive day's work shall be carefully made to
insure a continuous bond between old and new sections
of the course.
The transverse edges of old pavement and, if required
by the Engineer, the successive days pavement shall
be sawed with an approved concrete saw to expose an
even vertical surface for the full thickness of the
course. All contact surfaces of previously
constructed pavement shall be painted with a thin
uniform coat of hot bituminous material before the
fresh mixture is placed.
8. compacting
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
V-39
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 Yeast one three wheel
roller, as specified above, shall be provided for
each job. Additional rollers shall be provided if
needed. The motion of the roller shall be slow enough
at all times to avoid displacement of the mixture. If
any displacement occurs, it shall be corrected at
once by the use of rakes and of fresh mixture where —
required. The roller shall not be allowed to stand on
pavement which has not been fully compacted. To
prevent adhesion of the surface to the roller, the
wheels shall be kept thoroughly moistened with water,
but an excess of water will not be permitted. All
rollers must be in good mechanical condition.
Necessary precautions shall be taken to prevent the
droppings;of 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.
9. 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
k =1Uk
inch deviation in 10 feet requirement may be waived
by the Engineer.
10. Surface Density Test
See Section IV, Item 10-D. Laboratory Control.
11. Equipment
I
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
I
section and the surface test, when required, and
shall have adequate power to propel the delivery
vehicle in a satisfactory manner when the mixture is
dumped into the finishing machine. The finishing
machine shall be equipped with a flexible spring
and/or hydraulic type hitch sufficient in design and
capacity to maintain contact between the rear wheels
I
I
of the hauling equipment and the pusher rollers of
the finishing machine while the mixture is being
r
unloaded. The finishing machine shall be operated in
I
a low gear, or as directed by the Engineer, at a
speed to produce a surface that will meet the
requirements of the typical cross section and surface
r
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
I 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.
r Dumping of the asphaltic mixture in a windrow and
I 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
7 V-41
accumulated material into the asphaltic mixture will
not be permitted.
Forms. The use of forms will not be required except
where necessary to support the edges of the pavement
during rolling. If the pavement will stand rolling
without undue movement, binder twine or small rope
may be used to align the edges.
Motor Grader. The motor grader, if used, shall be
self-propelled power motor grader; it shall be
equipped with pneumatic tired wheels; shall have a
blade length of not less than 12 feet; shall have a
wheel base of not less than 16 feet ; and shall be
tight and in good operating condition and approved by
the Engineer. - r
Pneumatic Tire Rollers. The pneumatic tire roller
shall be an acceptable self-propelled roller mounted
on pneumatic tired wheels, with the weight capable of
being varied uniformly from 275 to 550 pounds per
inch width of tire tread, so constructed as to be
capable of being operated in both a forward and a
reverse direction and shall have suitable provision
for moistening the surface of the tires while
operating. All tires of the same roller shall be
smooth tread of equal size and diameter and shall be
arranged in such a manner that the gap between the
tires of one axle will be covered by the tires of the
other. —
The tire pressure of.each tire shall be adjusted as
directed by the Engineer and this pressure shall not
vary by more than 5 pounds per square inch.
Two Axle Tandem Roller. This roller shall be an
acceptable power driven tandem roller weighing not
less than 8 tons
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 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.
V-42
r
Straightedges and Templates. When directed by the
Engineer, the Contractor shall provide acceptable 10
I foot straightedges for surface testing. Satisfactory
1 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.
12. opening to Traffic
The pavement shall be opened to traffic when directed
by the Engineer. All construction traffic allowed on
the pavement shall comply with City Ordinance
governing traffic on City Streets.
If the surface ravels, corrugates or shoves, it will
be the contractor's responsibility to correct this
condition at his expense.
5. CLEANUP
Within three days after completion of any Sub -Unit of
paving the Contractor shall' clean,' remove rubbish and
temporary structures from the street, restore in an
acceptable manner all property, both public and private,
which has been damaged during the prosecution of the
work, and leave the site of the work in a neat and
presentable condition throughout. The cost of the
"cleanup" shall be included as a part of the cost of the
various items of work involved, and no direct
compensation will be made for this work. This work shall
be done before final acceptance of the Sub -Unit will be
considered.
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. 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.
F
7 V-43
6. PROTECTION OF EXISTING UTILITIES
'A. Adjustment of Valves and Manholes
The City Forces will place valve boxes and manholes
on finished grade after the base has been finished to
.grade. The Contractor shall allow the City Forces at
least 3 days 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. Adiustments. and Protection of
Utilities and Traffic Installations
The plans show only approximate locations of
utilities as obtained from the various utility
companies and shall not relieve the Contractor from
familiarizing himself with all underground utilities.
It is not implied that all existing utilities are
shown on the plans. The City of Lubbock does not
assume any responsibility for any utility lines which
are not shown on the plans.
The utility companies will attempt to move all
utilities that can be reasonably removed ,prior to
beginning of construction; however, this does not
relieve the Contractor from any damage'that he might
do to any utility property. In case of any damage,
the Contractor shall immediately notify the utility
company.
City Water and Sewer 767-2595
Lubbock.Power and Light 767-2554
City Traffic Shop 767-2140
Energas Traffic Shop 741-4200
Southwestern Public'Service 763-2881
Southwestern Bell Telephone 741-6101
Cox Cable of Lubbock 793-2222
City Traffic Engineering 767-2132
V-44
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
I
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
I
necessary, locate and flag all meters, valves,
manholes, underground cables, etc., prior to the date
r
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
I
for which he is awarded a contract, the Contractor
will be responsible during the construction period
for any damages to manholes, valve boxes, meter
boxes, and other utilities.
Should any item be damaged during the process of
construction, the Contractor is to notify the
l
l
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
I
repair.
Private contracts do not have plans, but utility
companies will be furnished cut sheets and notified
I
of impending construction by letter. Other items such
as adjustments, damages, etc. will be handled the
same as for bid let projects.
The utility p 1 companies will schedule their work with
l
the Contractor. When utility adjustments commence
before the contract is awarded, it will be the
F V-45
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:
Utility Sequence
Sewer First
Electric (Primary) Second
Electric (Secondary) Third
Telephone Fourth (last if no.power
or T.V.)
T.V. Cable Fifth
Water Sixth
Gas Seventh
Traffic Engineering Eighth on all projects, including private contracts, the
Contractor shall not place curb and gutter or base
material at points where underground utilities cross -
or propose to cross until such utilities have been
adjusted or installed.
7. SALVAGING AND REPLACING BASE
A. Description
"Salvaging and Replacing Base" shall consist of
removing the existing base material where shown on
plans, such temporary storage as is necessary, and the —
replacement of this material on the prepared roadbed
as herein specified and in conformity with the typical
sections shown on plans and to the lines and grades as
established by the engineer.
B. Construction Methods
1. Salvaging Existing Base
The existing base, including any bituminous mat not —
shown on plans to be salvaged, shall first be cleaned
of all dirt or other objectionable material by
blading, brooming or other approved methods, then
scarified to the width and depth as may be required to
V-46
F
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.
1
i
Any bituminous mat encountered shall be broken into
particles not more than two inches in size, And
incorporated uniformly with the existing base.'The
l
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 maybe placed directly upon the
prepared subgrade as directed by the Engineer, thus
eliminating the necessity of stockpiling. It 'shall be
the responsibility of the Contractor that all the
available material shall be salvaged and replaced and
shall be kept reasonably free of soil from the
subgrade or roadbed during the salvaging and replacing
operations. When material is windrowed or stockpiled,
it shall be so placed not to interfere with traffic,
i
proper drainage or the general progress of the work.
2. Preparation of Subgrade
Preparation of subgrade shall be in accordance with
Section V, Item 2 Earth Work of these specifications.
3. Replacement of Salvage Material
The salvage material shall be in accordance with
Section V, Item 2 Earth Work of these specifications.
8. SALVAGING AND STOCKPILING BASE MATERIAL
A. Description
This item shall consist of salvaging base material
rfrom places shown on the plans or as directed by the
11 Engineer and of stockpiling that material where shown
on the plans or directed by the Engineer.
B. Construction Methods
Trash, wood, brush, stumps and other objectionable
17
material at the storage site shall be removed and
disposed of as directed by the Engineer prior to the
beginning of work required by this item. The base
r"
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 windows and loaded by approved
equipment into approved equipment for hauling to the
7 V-47
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.
9. TOLERANCE IN PAVEMENT THICKNESS
The thickness of the pavement shall be determined by
average caliper measurement.of cores tested in
accordance with ASTM C-174.
Pavement thickness shall be.not less than the specified
minimum thickness.
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.
10. LANDSCAPE ADJUSTMENT
A. Description
The contractor shall remove existing trees and
plants, and furnish and install new trees and plants
to provide the same coverage as currently exists or
as directed. If any plastic/fabric and/or gravel
ground cover is existing, it shall be replaced to
the existing or specified thickness and coverage
with comparable material. If any sprinkler, drip or
other irrigation system is existing, it shall be
replaced as directed, with the work done by a
licensed irrigator.
B. Quality of Plant Material
1. Plant material to be grown in and conditioned to
climatic conditions similar.to locality of
project, or well healed -in and conditioned to
local climate.
V-48
Plant material to be true to botanical an 2. Pla nic d
common name variety as specified.
3. Plant material to be sound, healthy and
vigorous, well -rooted and established in the
r container in which they are sold. Fibrous roots
11 shall be well developed so that root mass will
retain its shape and hold together when removed
from the container.
' 4. Plants collected from the wild or balled and
potted plants are not acceptable. Plant
material shall be well branched and densely
foliated (when in leaf) and have healthy,
unbroken well -developed root systems.
5. Plant material to be free from disease, insects,
and defects such as knots, sun -scald, windburn,
injuries, abrasions or disfigurement.
6. All plant material shall be container grown and
shall have -a compact, fibrous root system.
Plant materials shall fill the specified
container, but shall show no evidence of being
or of having been root bound.
7. All plant material to be installed after
irrigation is installed (if applicable).
S. The Owner reserves the right to inspect all
plant material prior to acceptance and after
delivery to the site. Owner shall reject any
damaged, diseased or other plant material which
does not conform to specifications. It shall be
the Contractor's responsibility to replace and
provide new plant material.
C. Delivery of Plant Materials
1. Deliver all plant materials to site in original
unopened containers bearing scientific name and
common name.
2. Protect all material during delivery to prevent
damage to root system or damage to foliage.
3. Notify Owner of Delivery Schedule in advance so
plant material may be inspected upon arrival at
job site.
4. Deliver plants to job site only when planting
areas are prepared.
V-49
D. _ Storacre of Plant Materials
1. Protect all roots of plant material from drying
or other possible in jury.
2. Take necessary precautions to protect material
in adverse weather.
3. Maintain and protect materials not to be planted
immediately upon delivery. The contractor shall
be responsible for damage to all materials
which are not planted immediately.
E. Handling of Plant Materials
1. Do not drop plants.
2. Do not damage root system, trunk, or crown of
plant material.
3. Plants shall not be picked up or moved by the
branches, stems, or foliage, but shall be lifted
and handled from the sides of containers.
4. Any material damaged in ways described in this
subsection shall be replaced at Contractor's
expense.
F. Top Soil
Top soil shall be considered soil dug from hole,
free of caliche, brush, roots, weeds, rocks of 1"
diameter or larger, and grasses. In the event that the site subsoil material consists of caliche, the
Contractor will excavate and hauloffand bring in
good top soil —
G. Below Grade Obstructions
1. Remove rock or underground obstructions to depth
necessary to permit planting.
2. If underground obstructions cannot be removed,
notify Owner for new obstructions.
3. Avoid damaging underground utility lines.
Contractor shall be responsible for the
protection of sub -surface lines and structures.
4. Repair damage to existing irrigation system (if
applicable) at no expense to Owner.
V-50
F
H. Planting
1. For shrubs and groundcovers: Dig holes one (1)
foot wider and six (6) inches deeper than
container. Loosen the soil in the planting pit,
removing rocks, compacted soil, and other
obstacles which could deter good root growth.
2. Fill lower third of pit with soil mixture up to
height that will being top of container soil
even with the existing grade.
3. To remove plant from container:
Tap lightly on bottom of container.
Ease plant out of container by grasping trunk
near crown and pulling slowly.
1 Keep root ball intact when planting.
4. Place plant in pit and backfill with soil
mixture.
5. Water to allow soil to sink in around roots.
Push plant and soil around roots to remove air
pockets and to keep plant straight.
6. Fine spray all plant materials after planting to
wash leaves. This shall only be done in the
early morning on hot, sunny days or any time on
overcast days. Prune minimum necessary to
remove injured twigs, branches, deadwood, and
suckers.
I. Clean -Up
Remove all planting debris such as excess soil,
rocks, trash, and other material from project site.
J. Warranty
�• Contractor shall guarantee all container grown
j material for a period of one year beginning at final
accepta nce date by Owner. All defective or dead
plant material shall be replaced by Contractor, as
well as all labor necessary to install new material,
and shall be at Contractor's expense.
�- The Contractor shall guarantee all work done under
u this section for a period of one year beginning at
final acceptance date by Owner. All defects in
workmanship or materials shall be replaced or
required by the Contractor, as well as all labor,
V-51
etc., necessary to correct the defects, and shall be
at the Contractor's expense.
11. LANDSCAPING DETAILS
At the Caprock Medical Center where there is now grass
between curb and sidewalk, there shall be put back 4"
thick exposed aggregate concrete. The aggregate shall
be Vealmoor and of a size and color as selected by the
Engineer.
At the University Park Center the Tam Junipers
(Juniperus Sabina "Tamariscifolia") shall be removed and
disposed of to where the widening starts. The
trees/plants shall remain where the landscaping bed is
undisturbed. Where the trees/plants are removed, new
material of the same kind shall be put back in the new
location. The Junipers shall be planted on a 3-foot
triangulated spacing. Two multi -trunk Red Oaks (Quercus
Shumardii) shall be replaced with new material. All of
the landscaping work is to be done by a certified
Nurseryman.
All of the Juniper/Red Oak beds have an irrigation
system. The Contractor shall utilize the services of a
licensed irrigator for design modification and re-
installation. The irrigator shall be responsible for
identifying the location of all existing lines, electric
valves, backflow prevention devices, main valves and
water meters.
Where there is new material to be insalled, a gound
cover of decorative gravel and landscaping fabric shall
be used to keep down the weeds until the plants are
fully grown. The gravel shall be rounded, hard and
durable. It shall be a decorative material that will
compliment the landscaping and have an average diameter
of about 1-1/411. Color selected by the Engineer. A
minimum of 311 thickness overlaying the fabric will be
required. The fabric shall be as described below.
The ground shall be covered by a Professional Grade
Landscaping Fabric that is permeable, a woven plastic
that can be used as a soil separator and stabilizer. It
shall be U.V. stabilized and have a minimum weight of 4
ounces per square yard. The fabric shall be
manufactured.expressly for this use. The product from
American Excelsior Company or approved equal is
acceptable.
Where new trees and plants are planted, the Contractor
shall also be responsible for watering them during the
warranty,year. From April through September the
material shall be thoroughly watered twice a week. From
V-52
r
t:
l
October through March they shall be thoroughly watered
once a month. Parks and Recreation will assist the
Engineer with the landscaping portion of this project.
r
r
r
V-53
F
SITE WORK MEASUREMENT AND PAYMENT
GENERAL
The unit price bid on each item, as stated in the proposal, shall.
include furnishing all labor, superintendence, machinery, equipment and
materials necessary or incidental to complete the various items of work
in accordance with the plans and specifications. Cost of work or
materials shown on the plans or called for in the specifications and on
which no separate payment is made shall be included in the bid prices on
the various pay items.
ITEM I - CURB AND GUTTER REMOVAL AND DISPOSAL
a Measurement along the face of the curb will be made of the actual length
of concrete curb and gutter removed and will be paid for at the unit
price bid. It shall be the Contractor's responsibility to notify the
Engineer or City Representative prior to removal to enable measurements
y to be made. This unit price shall be full compensation for all curb and
gutter removal, loading, hauling and disposal of curb and gutter at a
suitable site for dumping waste material. It shall also be full
compensation for A.C. pavement sawing (if required) and all labor,
equipment and materials necessary to restore subgrade, base and A.C.
�. paving to a condition satisfactory to the Engineer.
ITEM 2 - 30N CONCRETE CURB AND/OR GUTTER
Measurement along the face of the curb will be made of the actual length
of concrete curb and gutter placed and will be paid for at the unit
price bid for the linear feet of construction. This unit price shall be
full compensation for subgrade preparation including all excavation or
fill, blading, tamping, wetting, rolling, loading, hauling and wasting
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 for all manipulations, labor, tools, equipment and
incidentals necessary to the completion of the work as herein specified.
ITEM 3 - CONCRETE SLAB REMOVAL
Measurement of all concrete valley gutters, fillets, sidewalks,
driveways and medians shall be made prior to removal and the actual
amount removed shall be determined in square yards. It shall be the
Contractor's responsibility to notify the Engineer or City
representative prior to removal to enable measurements to be made. The
unit price bid per square yard shall be full compensation for all labor
and equipment required for concrete removal, loading, hauling and
disposal at a suitable site for dumping of waste material.
MP- I
ITEM 4 - 8° CONCRETE PAVING
Measurement shall be made of the actual area of concrete paving placed,
and shall be paid for at the unit price bid per square yard. The unit
price bid shall be full compensation for compacting, shaping and fine
grading of the roadbed; including furnishing, installing and smoothing
one inch (1") sand cushion on the finished subgrade or,roadbed, applying
all water required for finishing, loading and unloading, storing,
hauling and handling all concrete ingredients, including eight inch (8")
of Class "C" 3600 psi concrete, including all freight and royalty
involved; for mixing, placing, furnishing, cleaning and curing all
concrete; for furnishing and installing all reinforcing steel; for
furnishing all steel wire and devices for placing, holding and
supporting the steel bars; for furnishing and installing 16" dowel bars
in the new slab; for furnishing and installing expansion -joint material;
and for all manipulations, labor, equipment, appliances, tools, traffic
provisions, barricades, flagmen and other incidentals necessary to
complete the work.
ITEM 5'- REMOVING AND STOCKPILING OF EXISTING PAVING AND BASE
Measurement shall be made of the actual paved area removed and shall be
paid for a the unit price bid per square yard of removal. The City's
representative will determine the limits of all paved areas to be
removed prior to removal, and it,shall be the Contractor's
responsibility to notify the City of planned removals in order for said
limits to be established. The unit price bid shall be full compensation
for scarifying, removing, windrowing or stockpiling; for preparing the
stockpile area; for hauling of salvaged material to the designated
stockpile area; for spreading, blading, shaping and finishing this
stockpile; and for all manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
ITEM 6 - PAVING (1-112° T.H.D. Type "C" A.C. on 9" of Asphalt
Stabilized Base)
Measurement shall be made of the actual area placed.and shall be paid
for at the unit price bid per square yard of paving. This unit price
shall be full compensation for all work, including subgrade preparation,
all excavation or fill, compacting, blading, wetting and rolling,
loading, hauling and wasting all excess subgrade material, removing and
disposing of all obstructions as become necessary and for furnishing and
placing black base materials, 1-1/2" of Type "C" Hot -Mix, including
prime and tack coat, a 1:2 dilute emulsion at the rate of .10 gallons
per square yard on the finished asphalt surface, including hauling and
delivering to the street, spreading, blading, mixing, sprinkling,
compacting, rolling, hauling and placing all materials and all
manipulations, labor, tools, equipment, traffic provisions, barricades
and flagmen and other incidentals necessary to complete the work as
herein specified.
MP- 2
ITEM 7 - DRIVEWAY APPROACHES
This item shall consist of 6" thick driveway and alley returns
constructed as herein specified on an approved subgrade in conformity
with the lines, methods, and grades established by the Engineer.
Measurement will be made of the actual slab areas constructed with a
reduction made for the area comprised by a 30" wide strip across the
opening of the drive which will be measured and paid for separately as
"concrete curb and/or gutter." Work and accepted material as prescribed
for this item will be measured by the square yard of surface area of
completed driveways. The unit price bid shall be full compensation for
clearing obstructions, preparing the subgrade, furnishing and placing
all materials and for all manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
,ITEM 8 - CURB RAMPS
This item shall consist of'4" thick concrete curb ramps placed as herein
specified on an approved subgrade in accordance with the standard City
of Lubbock details included in the specifications. Work and accepted
materials as prescribed for this Item will be measured by the square
yard of surface area of completed ramp. Curb and gutter removal and
replacement, and sidewalk adjustment will be paid for as separate items
and should not be included in this bid item.
ITEM 9 - SIDEWALK
This item shall consist of 4" thick sidewalks constructed as herein
specified on an approved subgrade in conformity with the lines, methods
and grades established by the Engineer. Work and accepted material as
prescribed for this item will be measured by the square yard of
completed sidewalk. The unit price bid shall be full compensation for
clearing obstructions, preparing the subgrade, furnishing and placing
all materials, and for all manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
ITEM 10 - 6' CONCRETE MEDIAN
This item shall consist of 6" thick concrete median placed as herein
specified. Work and accepted materials as prescribed for this item will
be measured by the square yard of surface area of completed median. The
unit price bid shall be full compensation for furnishing and placing all
materials, including dowels, and for all manipulations, labor, tools,
equipment and incidentals necessary to complete the work.
ITEM 11 - ASPHALT PARKING LOT ADJUSTMENT
�w Measurement shall be made of the actual area placed and shall be paid
for at the unit price bid per square yard. This unit price shall be
�. full compensation for removal and disposal of existing surfaces, all
sawing, brooming, blading, wetting and rolling, loading, hauling and
MP- 3
wasting all excess excavated material, removing and disposing of all
obstructions as become necessary, prime coat and tack coat, and for
furnishing and placing all surface material including a 1:2 dilute
emulsion at the rate of .10 gallon per square yard on the finished
asphalt surface and removal and relocation or replacement of any
concrete parking stops, including freight, preparing, hauling and
placing all materials, and all manipulations, labor, tools,' equipment
and incidentals necessary to complete the work as herein specified.
ITEM 12 — JOINT SAWING AND SEALING
Measurement along sawed joints in concrete paving will be made of the
actual length of sawing and sealing, and will be paid for at the unit
price bid for "Joint Sawing and Sealing; per linear foot. This unit
price shall be full compensation for sawing and sealing the joints as
indicated on the plans, including all materials, tools, labor,
equipment, and incidentals necessary to the completion of the work as
herein specified.
ITEM 13 — LANDSCAPE ADJUSTMENT
This item shall consist of removal of the trees, plants, grass, gravel,
etc., proper disposal of the existing materials, planting of new
materials similar to those removed, fabric liner and/or gravel
comparable to existing and removal and replacement of the irrigation
system by a licensed irrigator as directed by Engineer. This item also
includes the exposed aggregate concrete. Payment for this item shall be
as one lump sum and will be full compensation for removing existing
plant materials, furnishing and placing new plant materials, irrigation
system modifications and exposed aggregate concrete, and for all
manipulations, labor, tools, equipment, plants and incidentals necessary
to complete the work.
MP- 4
SPECIAL CONDITIONS
r
7
1. CHANGES IN THE WORK
SPECIAL CONDITIONS
The Local Public Agency may increase the quantity of the work
in the Contract by supplementary projects, not included in
the contract, without invalidating the Contract, and without
relieving or releasing the Contractor from any of his
obligations under the Contract or any guarantee given by him
pursuant to the Contract provisions, and without affecting
the validity of the guaranty bonds, and without relieving or
releasing the surety or sureties of said bonds. All such
4., work shall be executed under the terms of the original
Contract unless it is expressly provided otherwise.
If applicable unit prices are contained in the agreement
(established as a result of either a unit price bid or a
Supplement Schedule of Unit Prices) the Local Public Agency
may order the Contractor to proceed with desired additions to
the work as a result of supplementary projects, the value of
such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the
Contract; provided that in case of a unit price contract the
net value of all additions does not increase or decrease the
original total amount shown in the Agreement by more than
twenty-five (25%).
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
1 to serve two functions simultaneously, such as operating
machinery and acting as Superintendent at the same time. The
Superintendent must be free of individual responsibilities to
�i enable him to give the entire project his constant attention
Cl' to facilitate the progress thereof.
r
SC-1
F
3. TIME AND ORDER FOR COMPLETION
No work will be allowed from November 1st through January 2nd
unless approved by the Engineer.
The construction covered by the contract documents shall be
fully completed within 45 working days from the date
specified in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
4. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to
maintain detours and facilities for safe public travel.
There shall be maintained in passable condition such
temporary roads and structures as may be necessary to
accommodate public travel. Temporary approaches and
crossings of intersecting highways shall be provided and
maintained in a safe and passable condition 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 entire
responsibility of the Contractor to provide for ingress and
egress to private property. Ingress.and egress to private
property shall be provided as specified in the plans or as
directed by the Engineer.
The Contractor shall plan and execute his operations in a
manner that will cause the minimum interference with traffic.
The Contractor shall secure the Engineer's approval of his
proposed plan of operation, sequence of work and methods of
providing for the safe passage of traffic before it is placed
into operation. If at any time during construction the
approved plan does not accomplish the intended purpose, due
to weather or other conditions affecting the safe handling of
traffic, the Contractor shall immediately make necessary
changes therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be
stored in such manner and at such locations as not to
interfere with the safe passage of traffic. The Contractor
shall provide and maintain flaggers at such points and for
such periods of time as may be required to provide for the
safety and convenience of public "travel and Contractor's
personnel, and as directed by the Engineer. Flaggers shall
be English speaking, courteous, well informed, physically and
SC-2
r
mentally able to effectual) perform their duties in
al y y
safeguarding and directing traffic and protecting the work,
and shall be neatly attired and groomed at all times when on
duty. When directing, flaggers shall use standard attire,
flags and signals and follow the flagging procedures set
!" forth in the Texas Manual on Uniform UNIFORM TRAFFIC CONTROL
DEVICES for Streets and Highways.
6. BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND
TRAFFIC HANDLING
The Contractor shall have the sole responsibility for
providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all
r 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
r barricades, warning signs, barriers, cones, lights, signals
and other such type devices shall conform to details shown on
the plans and as directed by the Texas Manual on Uniform
Traffic Control Devices.
The Contractor may provide special signs not covered by plans
to protect the traveling public against special conditions or
hazards, provided however, that such signs are first approved
by the Engineer.
PM Upon completion of the work, all barricades, warning signs,
barriers, cones, lights, signals and other such type devices
and evidence thereof shall be removed by the Contractor.
F
r
7. PROSECUTION OF WORK
Not more than seven (7) calendar days shall elapse between
the time subgrade preparation is begun and the time of
spreading and compaction of the base.
At no time during the period of construction shall driveways
and/or alleys be left impassable between the night hours of
6:00 a.m. to 6:00 p.m., except during the construction of the
curb and gutter for which the driveways and/or alleys shall
remain closed not more than seven (7) days including four (4)
days for curing.
The Contractor is responsible for communications with
adjacent property owners during construction that may limit
or deny access to their properties.
SC-3
F
S. WATER
Water for this project will be furnished by the City of
Lubbock at fire hydrants designated by the Contractor for
which there will be no charge. The Contractor will be
furnished loading racks by the City Director of Water
Utilities. The loading rack will be equipped with a valve
which will be pad -locked at all times except when the
Contractor's truck is loading. The valve on the loading rack
shall be used by.the Contractor and at no time will the
Contractor use the fire hydrant valve. The padlock on the
rack valve shall be furnished by the Contractor. The
Contractor shall not use any fire hydrants for water loading
unless there is an authorized rack on the fire hydrant. The
Contractor will not be allowed to use water from authorized
loading racks except on City approved projects. Water, which
'is supplied by.the City, is intended for use in compacting
subgrade and base and maintaining dust control. It is not
the intention of the City to furnish water for use in mixing
concrete.
9. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor will need special permission to be
permitted to work on weekends or legal holidays and shall
do no work on any contract item before daylight or later
than one hour after sundown, except as directed.and
approved by the Engineer. No work will be allowed between
November 1 and January 2, unless approved by the Engineer.
B. A 1:2 dilute emulsion treatment with MS-1 or SS-1
emulsified asphalt at a rate of .10 gallon per square
yard will be applied to the A.C. surface within ten (10)
days of the placement of the A.C. surface.
C. Temperature Requirements (The temperature,readings
to be used will be as reported by the National Weather
Service on an hourly report [Telephone Number 762-0141]).
(A) HMAC - November 1 until April 1
1. The asphaltic mixtureshall not be placed
when the air temperature is below 550F.
and falling.
2. The asphaltic mixture may be placed,when
the air temperature is above 50OF and
rising.
SC-4
F
7 (B) HMAC April 1 tillNovember 1
e
1. The asphaltic mixture shall not be placed
when the air temperature is below 500F.
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 450F. and
rising.
(C) Asphalt Stabilized Base
1. The asphaltic mixture shall not'be placed
when the air temperature is below 450 F and
falling.
2. The asphaltic mixture may be placed when the
air temperature is above 400 F and rising.
The engineer may use his discretion to require
a cover over the asphaltic mixture when being
hauled from the plant to the job site.
D. Unless otherwise approved by the engineer, the minimum
temperature of asphalt materials immediately after
placement by the laydown machine will be 3000 F'for
asphaltic concrete surface and 2750 F for asphalt
stabilized base.
E. Standby rollers shall be located at the job site for
immediate use if needed.
F. Proof rolling will be required on subgrade, caliche base,
black base, embankment or surface. After rain showers if
deemed necessary by the Engineer each item that was
approved will be re -rolled. The proof rolling will be
performed using a self-propelled 25 ton pneumatic roller
with certified weight certificate.
G. Preliminary approval, by the Engineer, of aggregate at the
pit and crusher location shall be required, prior to
delivery to the plant. Final approval of the stockpile
material, at the hot mix plant or concrete plant, or
stockpile locations will be required by the Engineer,
after which no additional aggregate will be added to the
approved stockpile prior to entering the mixing plant.
H. During the period of construction the Contractor will not
use private driveways for turning or parking his
equipment. Any damage to sidewalks, driveways, slabs or
SC-5
i
curb and gutter will be replaced at the Contractor's
expense.
I. Before.any portion of any street'is closed to traffic the
Contractor will be required to have sufficient equipment
on the site to start the construction, and"at no time
will any section of the closed area be left three (3) days
without some type of work being performed. If there is a
shortage of equipment to work on all areas of the closed
section then the Contractor will be required to provide
additional equipment.
It is,the intent of these requirements to construct the --
improvements listed in this contract with the least
inconvenience to the property owners and'the traveling
public. In the event damage occurs to pavement in the
area of a fire hydrant, which was caused by the
Contractor's employees negligence to shut off the valve on
the loading rack, it will be the Contractor's
responsibility and expense to repair the paving and
replace curb and gutter if required by the Engineer.
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. TEST OF MATERIALS
These requirements apply to this contract and all
construction work on all streets and alleys including new
subdivisions, streets and alley use permits.
The Contractor will bear the cost of all material tests on
hot mix design and concrete design. The City will bear the
cost on tests during construction such as density on caliche
base, gradation on'concrete and paving aggregates and density
and asphalt extraction test on hot -mix and black base.
(A) Caliche Base Materials
Before materials can be used on any street,.
current (not older than 30 days) test reports
SC-6
17
I
will be submitted to the Engineer for approval
and test reports will be required every 30 days
before this material can be used continuously on
City streets. During the construction period,
tests that fail will require' re -testing by the
City lab ap City lab at the contractor's expense.
(B) Concrete Mix Design (IV-2-E) and
Preconstruction Test (IV-2-D),
The Contractor or concrete supplier will submit
a mix design on the crushed stone and gravel
approximately (20) days before beginning the
concrete operation for approval by the Engineer.
Contractors or Concrete Suppliers that supply
concrete for any contract, new -subdivision,
street or alley use permits will be required
to submit to the City Engineer a concrete mix
design every thirty (30) to forty-five (45)
days for approval. Any contractor or concrete
supplier that does not have a current mix design
on file with the City Engineer will not be per -
permitted to furnish concrete for any project within
the City of Lubbock until mix design is received.
The City of Lubbock Testing Laboratory will make
test cylinders during the construction period.
When test cylinders fail to meet the required
strength at the 7 or 28 day break, the concrete in
question will be cored by the City of Lubbock
Testing Laboratory within three days after the 7 or 28
day break. If the core samples fail to meet the required
strength, the concrete will be rejected and removed. The
cost of coring on concrete that fails on the core test
will be charged to the Contractor or Concrete
Supplier. After the mix design is submitted and
approved by the Engineer, no changes in the design
or materials will be permitted without approval of
the Engineer.
(C) Cement
Certified mill test on each car or transport.
(D) Asphalt
Certified Lab Test.
SC-7
(E) Density Test
The City of Lubbock Testing Laboratory will
provide density tests on the base or subgrade.
The City of Lubbock Lab will be the final authority on
all tests.
(F) Paving Aggregate
All crushed stone shall
percent (15%) loss when
cycle magnesium sulfate
C-88 as performed by the
12. SUBCONTRACTORS
have a maximum of fifteen
tested by the four (4)
soundness test A.S.T.M.
City of Lubbock Lab.
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 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 contractor
for any payments due subcontractor.
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that
pipelines and other underground installations as may be shown
of the plans have been taken from the best available
information. There may be other pipelines or installations.
The Contractor shall save harmless the City from any and all
SC-8
�f
suits or claims resulting from damage by his operations to
r, any pipeline or underground installation.
It is the Contractor's responsibility, during the period of
street construction, to insure that all utility cuts in the
limits of street construction have been properly backfilled,
compacted and the top 6" inches 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.
In the case
Contractor
repair the
unit price
of a City underground installation, the
may be required, at the Engineer's option, to
cut with 3-sack cement stabilized caliche at the
bid.
14. WORKING HOURS
Construction work under this contract requiring an inspector
will not be performed on weekends or holidays unless 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 Contractor can
show he has made a diligent effort to
complete the contract within allotted time.
Before construction work requiring an inspector is to be
performed on weekends or holidays, the Contractor must notify
the Owner's Representative not less than three (3) full
working days prior to the weekend or holiday he desires to do
work and obtain written permission from the Owner's
Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the
site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life,
the Contractor shall immediately commence work regardless of
the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to
property or life.
SC-9
No work will be allowed from November 1st through January 2nd
unless approved by the Engineer.
15. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor.
shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said
application for partial payment and the progress of the work
made by the Contractor and if found to be in order shall
prepare a certificate for partial payment showing as
completely as practical the total value of the work.done by
the Contractor up to and including the last day, of the
preceding month.
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 final acceptance of the
project. The Owner or the Owner's Representative shall give
notice of observed defects with reasonable promptness.
17. EXTENSION OF TIME - TIME FOR COMPLETION
An extension of time will not be allowed on this project.
The project completion will be based on working days allowed
instead of calendar days allowed.
All places in these documents referring to the number of
calendar days to complete the project are hereby revised and
termed the number of working days to complete the project.
A working day is defined as a calendar day, not including
Saturdays, Sundays, or designated City of Lubbock holidays,
in which weather or other conditions not under the control of
the Contractor will permit the performance of the principal
unit of work underway for a continuous period of not less
than seven (7) hours between 7:00 a.m. and 6:00 p.m. For
every Saturday or designated City of Lubbock holiday on which
the Contractor chooses and has the proper authorization to
work, one day will be charged against the contract working
time when weather conditions will permit seven (7) hours of
work as delineated above. Work on Sunday will not be
SC-10
4. 1
permitted except in cases of extreme emergency and then only
rwith the written permission of the Engineer. If Sunday work
P 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 with
low the effective date stated in the "Notice to Proceed".
The Engineer will furnish the. Contractor a monthly statement
showing number of working days charged during the month,
total number of working days allowed in contract, and the
working days remaining under contract. The Contractor will
be allowed ten (10) days in which to protest the correctness
of the statement. This protest shall be in writing, and
shall show cause. Not filing a protest within the allowed
ten (10) days for any statement will indicate the
Contractor's approval of the time charges as shown on that
time statement and future consideration of that statement
will not be permitted. If the satisfactory completion of the
contract shall require 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 thereafter.
18. TRAFFIC SIGNALS RELOCATIONS
The traffic signals at this intersection will be relocated by
City forces. Contractor will schedule his construction
activities to permit installation of conduits, bases and
signals as required by the City Traffic Engineering
Department. Bidders are advised that the traffic signals are
to remain in operation at all times. The order of
construction work shall be coordinated with the Traffic
Engineering Department to insure this.
.- (Construction of the center islands must be completed before
a; reconstruction of the corners of the intersection to allow
new signal equipment to be installed and the signals to
remain in operations during all times. After completion of
the center islands, the City will install new poles and mast
arms with new signal heads and make them operational. The
City will then remove the existing poles and mast arms of the
�j N.W. and S.E. corners after which the contractor may proceed
E1, with reconstruction of the N.W. and N.E. corners.)
SC-11
19. DRIVEWAY ADJUSTMENTS
Contractor will coordinate demolition and reconstruction of
driveways with abutting businesses to permit access to
affected properties at all times.
All driveways shall be constructed in accordance with current
City ordinances as indicated in the detail sheets included in
these specifications.
20. 30" CURB AND GUTTER
All places in these documents referring to 24" curb and
gutter are hereby revised to be 30" curb and gutter.
SC-12
NOTICE OF ACCEPTANCE
F TO:
FThe City of Lubbock, having considered the proposals submitted and opened on the day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that
your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City
Council of the City of Lubbock on the day of 199_ at the bid price contained therein, subject to the
execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and
required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
' The five percent (S%) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative