Loading...
HomeMy WebLinkAboutResolution - 4591 - Contract - CB Thompson Construction - E 19Th Street Paving - 08_25_1994Resolution No. 4591 Item # 24 Council Date: 08 25 94 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 C.B. Thompson Construction of Lubbock to furnish and install all materials as bid for the East 19th Street Paving 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 ATTEST. Betty M. Johnson—, Cil Secretary 25th day of August 1994. APPROVED AS TO CONTENT: Victor Kilman, PItirchasing Manager TO Assistant City Attomey DGV:dp\GN�\cs--Thcmp.Res August 17, 1994 CITY OF LUBBOCK SPECIFICATIONS FOR EAST 19TH STREET PAVING AND DRAINAGE IMPROVEMENTS BID #13025 ..� 6y 7 CITY OF LUBBOCK Lubbock, Texas 7 CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: EAST 19TH STREET PAVING AND DRAINAGE IMPROVEMENTS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13025 PROJECT NUMBER: 1441-553101-9921 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r l 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND S. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT S. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS II. SPECIAL CONDITIONS 12. NOTICE OF ACCEPTANCE F t e, NOTICE TO BIDDERS PM r PW r NOTICE TO BIDDERS BID 913025 Sealed bids addressed to Ikon 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 4th day of August,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: EAST 19TH STREET PAVING AND DRAINAGE EUPROVEMENTS After 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. The City of Lubbock will consider the bids on the 25th day of August, 1994, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 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 Bs Rating of B or suycrior, 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. k 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 company, payable without recourse to r 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 1 will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. r, 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. 1" The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. r r r- l 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 ro 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 28th day of July,1994, at 10:00 o'clock a.m., in the Personnel 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.) i or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting. EF LUB OCK V. UFFIEL SENIOR BUYER r-� r� r" ADVERTISEMENT FOR BIDS BID #13025 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 4th day of August,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: EAST 19TH STREET PAVING AND DRAINAGE IMPROVEMENTS r 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 r not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a prcbid conference on the 28th day of July,1994, at 10:00 a.m., in the Personnel Conference Room 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons -"ith disabilities. City of Lubbock pre -bid meetings and bid PM 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 lease contact the Purchasing Department at 806 767-2167 y �1 , P g ep ( ) (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 GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the East 19th Street Paving and Drainage Improvements. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS ^` It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 80 (Eighty) 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 speed. 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 fall responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project 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 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 rases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall Anther use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of e construction activity. r, Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 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 famished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 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 requirements of Article 5159a, Vcmon'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. r (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 speed 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). 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. i 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. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. 0) Insurance Certificates. 'M U7 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. 1 t BID PROPOSAL r P" r BIDPROPOSAL BID FOR UNIT PRICE Lubbock, Teicas PLACE: DATE: August 4, 1994 PROJECT NO: 13025 - EAST 19TH STREET PAVING AND DRAINAGE IMPROVEMENTS Proposal of C . B . '1 hcmpson Const . Co . (hereinafter called "Bidder") To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called "Owner") Gentlemen: r The Bidder in compliance with your invitation for bids for EAST 19TH STREET PAVING AND DRAINAGE IMPROVEMENTS 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. l Bidder hereby agrees to commence the work on the above project on or before a date to be speed in a written "Notice to Proceed" ` of the Owner and to fully complete the project within 80 (EIGHTY) 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 $100.00 (ONE HUNDRED DOLLARS) for each working day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the General Instructions to Bidder. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. 7 r" 7 Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that r- bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Five Percent Dollars ($�, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days " after the date of receipt of written notification of acceptance of said proposal; otherwise said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. C. B. Thompson Const. Co. Con or By: Terry ompson, P esident (Seal if Bidder is a Corporation) ATTEST: Secretary Carla G. Williamson a BASE BID r" EAST 19TH STREET PAVING IMPROVEMENTS Item Quantity Description of Item Total No. and unit and Unit Prices Amount 1. 1 L.S. Tree Pruning MATERIAL• SERVICES: ($ 3, a74 ) TOTAL 2 #1 : �"KJt-CAE "(�nySA�D Wah� 17V►JD RG O ii+�� �7EVWt� - }=0�71Z • (S J � ? ) 2. 16,800 L.F. MATERIAL: SERVICES: Ditch Grading ($ 11,57.o ) (s 3z,5S7 ) TOTAL #2:ER►eTY RouR T1+005*00, oIJG hvNf>Rt=-1> 4-D SEVe^4. ($ '4+1o7 ) 3. 36,400 S.Y. 6-inch Caliche Base Course, including subgrade preparation and bituminous prime coat MATERIAL: (s 5�6, 25 q g ) SERVICES: TOTAL #3:ONE; 6M0P.CD ANC> 6L(PATy 6cvE7�4 -Mco,5A,"O, uIaE h.,m0RC70 (s�87 g9co ) AAA Nrnir.j - hiX . 4. 31,100 S.Y. 1%-inch Bituminous Surface Course, including bituminous tack coat MATERIAL: ($ 9,4_1c7 3 ) SERVICES: (s 4 7- , F,Z 5 ) TOTAL #4 : COS Au"D2eO 0,&30 TiJeNT-/ - 5eyem —r;O *.&a U, Fo Ua hvmDa' o (5 i Vi A4 13 6 ) S. 3,600 L.F. 24-inch Concrete Curb and Gutter MATERIAL: (s 141) SERVICES: (s i5, 504- ) TOTAL #5: 'T"lJPitJT� 1Jtrti�c tl�awSANi7 ,SAX PUAJ(>Rci7 -5P_VMI!l IJ) (s Zg1G 7q ) 6. 900 S.Y. 8-inch Concrete Slabs, including joint sealing filler MATERIAL: ($ I (e IZ Z O ) SERVICES: ($ IZ0 347 ) TOTAL p i #6: `C[t)L'73T� Emg-r T 1VUSA'J0 ��IVC iiulJ�Qt-� �' �l) Xi7( LJ�ir� ($ ZC�l S�% ) 7. 1,920 L.F. 5-strand Barbed Wire Fence with steel posts MATERIAL: ($ SERVICES: TOTAL I #7: I=tVE _niou6AP40 , 006 hynlDRe0 A"D hEy6-3n-r- FoLz (s -1- 8. 1 EA. 24-loot Double Swing Gate ��11 MATERIAL: ($ ` qj0 ) SERVICES: TOTAL " #8: 5 EVeN hv�4�2E�7 /}►��� El�+tT►-F • (5 "jl ) r 9. 9.0 Acre Seeding and Fertilizing MATERIAL: ( $ I 1 g ) { SERVICES: ($ l�j� 1,49 ) TOTAL #9:5G-vtE►VTeL�! TWO05AN,'> ibt-)X i-oiOPaCO A-0 Thi)*.1Y FIVE TOTAL BID (ITEMS 1 - 9 INCLUSIVE) .a- LIST OF SUBCONTRACTORS Minority Owned Yes No 2. hETrLe FeNC: 3• pA%D►c-)ES +- c&kc . rNc.. 4. 5. 6. 7. S. 9. 10. PMi w 7 Bond No. G" M AU1 RICM INSURrWCE C OMPMY KNOW ALL MEN BY THESE PRESENTS, that we, C. B. Thompson Const. Co. as principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation existing under the laws of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as surety, are held and firmly bound unto, The City of Lubbock, Texas as obligee, in the penal sum of 5% of Total Bid Amount DOLLARS ($ 5% ), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed, and dated this 4th day of August 19 94 WHEREAS, the said principal is herewith submitting a proposal for Bid # 13025 East 19th St. Paving & Drainage Improvements r- NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be w awarded the said contract, and shall within ten ( 10 ) days after receiving notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void otherwise the principal and surety will pay unto the obligee the difference r in money between the amount of the principal's bid and the amount for which the obligee may legally r• contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. 7 �rThomAon, President pri,rciv GREAT AMERICAN INSURANCE COMPANY By Cd%�e Arror►iev-in-hart r F.9116K- (3/92) (BID FORM) r GIFT` AR ER1CAN INSURANCE ClDMPANY The number of persons authorized by this power of attorney is not mom than No. 0 14286 .M TWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named r below its true and lawful attorney -in -fact, for it and In its name, place and stead to execute in behalf of the said Company, as surety, any and i all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. *. Name Address Limit of Power CC IRM COMW BOTH OF BOTH SHIREEY CIDXON LUBBOCK, TEXl1.S UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in•fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and at tested by Its appropriate officers and its corporate seal hereunto affixed this Bt:h day of July .19 86 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 8th day of July, 1986 , before me personally appeared ROBERT M. SCHUDER, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was to affixed by authority of his office under the By-Uws of said Company, and that he signed his name thereto by like authority. This Power of Attorney Is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20, 1979. RESOLVED: That the President, the several Vice Presidents and Assistant i'Ice Presidents, or any one of them, be and herebv is anyauthorized, from time to time. to appoint one or more Attorneys-/n-Fact to execute In behalf of the Company, as surety, anand ail bonds, undertakings and contracts of suretyship, or other written obligations In the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seat and the signature of any of the aforesaid officers may be affixed by facsinrrte to any power of attorney or certif sate of either given for the execution of any bond, undertaking. contract or suretyship, or other wMtten obligation In the nature thereof, such signature and seat when so used being hereby adopted by the Company as the uriginat signature of such officer and the orrgtnai seal of the Company. to be valid and binding upon the Company with the sameforce and effect as though manually affixed CERTIFICATION 1. KAREN HOLLEY.HORRELL. Secretary of the Great American Insurance Company, do hereby certify That U1e_lu�:guing Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now u, lull tin,. and effect. 7 Signed and scaled this 4th day of August 19 94 i r F S 1029J 19/63) No Text L AMERICAN NATIONAL FIRE INSURANCE COMPANY Bond No. 1 TEXAS STATUTORY PAYMENT BOND r (PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS, that C. B. Thompson Const. Co. (hereinafter called the Principal(s)), as Principal(s), and AMERICAN NATIONAL FIRE INSURANCE COMPANY a corporation, organized and existing under the laws of the State of New York, with its principal office in the City of Cincinnati, Ohio (hereinafter called the Surety), as Surety, are held and firmly bound unto The City of Lubbock, Texas i (hereinafter called the Obligee), in the amount of Four hundred and forty—five thousand, one hundred i and forty eight Dollars ($ 445,148.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th dayof August ,1994 ,to Construct Bid # 13025 - East 19th Street Paving and Drainage Improvements 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, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal(s) and Surety have signed and sealed this instrument this 25tNay of August 19 94 . 14 BOND CHECK C. Thompso Const. Co. (Principal) BEST RATING LICENSED IN TEXAS DATE iz/y BY �•!'M/ COUNTERSIGNED: By (Principal) (Principal) AMERICAN NATIONAL FIRE INSURANCE COMPANY By C��- Curtis Coxon Attorney -in -Fact I� S-1115A fANF) (12/8% l AMRLGAN tW'►7`LONAL. RRE IN'WRANCE COMPANY !' The number of persons authorized New York, New York by this power of attorney is not No.0 14286 more than TWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporatic organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company,, surety, any and all bonds, undertakings and contracts of suretyship or other written obligations in the nature thereof: provided that it liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the lim stated below. �1;11;41A Ilw Address Limit of Power BOTH OF BOTH LUBBOCK, TEXAS UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fict named above. IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed an. attested by its appropriate officers and its corporate seal hereunto affixed this 27th day of April , 19 93 - Attest: AMERICAN NATIONAL FIRE INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 27th day of April, 1993 ,before me personally appeared WILLIAM J. MANEY, to me known being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the American National Fire Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the_By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American National Fire Insurance Company by unanimous written consent dated August 20, 1979. RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, anv ana all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond. undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. _ CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of the American National Fire Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and effect. Signed and sealed this 25th day of August 19 94 , 5 10301 (5/90) I PERFORMANCE BOND AMERICAN NATIONAL FIRE INSURANCE COMPANY NEW YORK, NEW YORK Bond No. TEXAS STATUTORY PERFORMANCE BOND (PUBLIC WORK) KNOW ALL MEN BY THESE PRESENTS, that C. B. Thompson Const . Company (hereinafter called the Principal(s)), as Principal(s), and AMERICAN NATIONAL FIRE INSURANCE COMPANY (hereinafter called the Surety), as Surety, are held and firmly bound unto The City of Lubbock, Texas (hereinafter called the Obligee), in the amount of Four hundred and forty—five thousand, one hundred r' and forty eight Dollars ($ 445,148.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 25th day of August ,19 94,to Construct Bid # 13025 — East 19th Street Paving & Drainage Improvements 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 of Texas, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal(s) and Surety have signed and sealed this instrument this 25th day of August , 19 94. BOND CHECK BEST RATING LICENSED IN TEXAS DATE 407tBY COUNTERSIGNED: By Resident Agent C . . Thompson nst . Co. (Principal) (Principal) (Principal) AMERICAN NATIONAL FIRE INSURANCE COMPANY By Curtis Oxon Attorney -in -Fact S-11148(ANFK12/89) r 7, MWOUCAN NATIONAL. INSURANCE COMPANY The ntxriber of persons authorized New York, New York by this power of attorney is not No- 0 14286 more than TWO POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporatic organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person i persons named below its true and lawful attomey-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, surety, any and all bonds, undertakings and contracts of suretyship or other written obligations in the nature thereof; provided that tt liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the lim stated below. --- Name CUMS COXON SHIP= COXON Address Limit of Power BOTH OF BOTH IT.TBBOCK► T10AS UNI,DC= This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed am attested by its appropriate officers and its corporate seal hereunto affixed this 27th day of April 19 93 Attest: AMERICAN NATIONAL FIRE INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 27th day of April, 1993 , before me personally appeared W ILLIAM J. MANEY, to me known being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the American National Fire Insuranct Company, the Company described in and which executed the above instrument, that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American National Fire Insurance Company by unanimous written consent dated August 20, 1979. RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them. be and hereby .is authorized, from time to time, to appoint one or more Attorneys-ln-Fact to execute in behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOL YED FURTHER: That the Company seal and the signature of any of -the aforesaid officers may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid.and binding upon the Cmpany with the same PM force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of the American National Fire Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and effect. Signed and sealed this 25th 7 day of August , 19 94 . � S 103(J 15/90) 7 r i CERTIFICATE OF INSURANCE rm "COM Bes 7S2ss2e CB THOMPSON CONS AU0.2S.992 1IS1 PM f� CIERI FICATE OF INSURANCE i TO: cnT OF LUBBOCK DATE: August 30, 1994 Type of ! Lubbock, Texas Project. East 19th Street Paving C.B. Thompson Construction .MIS TO CERTjFy THAT 3412 Jo 1 ie t Lub bo dame and Address of Insured) is, at the daft of this gcestifi Vim by this Company with respect to the business operations hereinafter dcsa 1x4 for the types of insurance and in a� with the provisions of the standard policies used by this Company, the further hereinafter described. Exceptions to standard policy noted hereon. r TYPE OF rNSURANCE Policy No. Effective Expires Limits of Liability ` Workmen"s Compensation owner's Protec- Per Person $ five or Contin- Per Occurrence S 7 goat Liability Property Damp $ Contracbves Per Person $ Protective or Per Occurrence $ con ingent Property Damage $ Mbiiitp Automobile 6916-95-49 7-21-94 7-21-95 1,000,000 Per Person peroccvrrem Property Damage Comprehensive General Liability Umbrella Liability r The foregoing Policies (do) (do not) cmcr all cub -contractors. L=06w Cavcred r DOCREMON of Operations Covered f 7 AUTO Only $1,000,000 $ INCL .$ INCL S The above policies cither in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the 1ega1 time required after the insured has received written notice of such cl ua p or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. PTVE COPIES OF TMS CERTMCATE MUST BE SENT TO TM OWNER. Truck Insurance Exchange COMMERCIAL CERTIFICATE OF INSURANCE Issue Date (MMIDDIYY) AGENCY Jerry Rose Insurance L 9-12-94 Name 7204 Ave et Joliet & Lubbock, 3 This certificate is issued as a matter of information only and confers no rights Address : upon the certificate holder. This certificate does not amend, extend or alter the L coverage afforded by the policies shown below. COMPANIES PROVIDING COVERAGE: ST. 35 DIST. 77 AGENT 305 COMPANY L LETTER A TRUCK INSURANCE EXCHANGE INSURED COMPANY C.B. Thompson Ponstruction LETTER g FARMERS INSURANCE EXCHANGE Name 3412 Joliet L & Lubbock, TX 79410 COMPANY LETTER C MID-CENTURY INSURANCE COMPANY Address ' • COMPA NY LLETTER O COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO. LTR. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMIDDNY) POLICY LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ L COMMERCIAL GENERAL LIABILITY PRODJCTS-COMPIOPS — OCCURRENCE VERSION AGGREGATE $ CONTRACTUAL - INCIDENTAL ONLY PERSONAL & OWNERS & CONTRACTORS PROT. ADVERTISING INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one Fire) $ MEDICAL EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A 6916-95-49 7-21-94 7-21-95 L ALL OWNED COMMERCIAL AUTOS BODILY INJURY SCHEDULED AUTOS (PER PERSON) $ HIRED AUTOS BODILY INJURY NON -OWNED AUTOS (PER ACCIDENT) $ GARAGE LIABILITY PROPERTY DAMAGE $ GARAGE AGGREGATE $ LUMBRELLA LIABILTY LIMIT $ WORKERS' COMPENSATION STATUTORY AND EACH ACCIDENT $ L DISEASE —EACH EMPLOYEE $ EMPLOYERS' LIABILITY DISEASE —POLICY LIMIT $ LDESCRIPTION OF OPERATIONSIYERICLESIRESTRICTIONSISPECIAL ITEMS: CERTIFICATE HOLDER & Additional Insured CANCELLATION Name ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, City of Lubbock THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER & ' P.O. Box 2000 NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF Address Lubbock, TX 79457 ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. I TH RIZED REPRESENT VE 56-2492 10-92 11001 THOEICHWO CSR DJ 7 pm W aloe F,',!- ATE� FJ_JN"9 ISSUE DATE (MMIDDNY) 08/30/94 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Bale Featherston Insurance DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED SY THE POLICIES BELOW. P. 0. Drawer 10 Wichita Falls TX 76307 COMPANIES AFFORDING COVERAGE COMPANY A LETTER RELIANCE INSURANCE COMPANY COMPAN LETTER Y B ASSOCIATED INTERNATIONAL INSURED COMPY c LETTERANTEXAS WORK COMP INS FUND C B THOMPSON CONSTRUCTION COMPANY INC COMPANY D LETTER GREAT AMERICAN INSURANCE P 0 BOX 6456 LUBBOCK TX 79493 COMPANY LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDNY) POLICY EXPIRATION DATE (MMfDDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $;d Ij1jI1jj tjfjtj COMMERCIAL GENERAL LIABILITY I OBS562607 06/30/94 1 06/30/9 PRODUCTS-COMP/01' AGG. IFOOO _r] CLAIMS MADE OCCUR. PERSONAL & ADV. INJURY — __0O0__O`0_O_ $ 11 OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $1 If )0O­._vW­ FIRE DAMAGE (Any one fire) $7 F OGG-- MED, EXPENSE (Any one person) AUTOMOBILE LIABILITY COMBINED SINGLE ANY AUTO LIMIT $ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS f (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY EXCESS LIABILITY I EACH $]L,UUUV UUU UMBRELLA FORM SPD13692 10/ 10/9': 10/10/9 EGATE $ OTHER THAN UMBRELLA FORM ISTATUTORY LIMITS C WORKER'S COMPENSATION TSF104229 10/01/93 10/01/9 LEACH ACCIDENT AND DISEASE —POLICY LIMIT $50-0-1`000 EMPLOYER'S LIABILITY DISEASE —EACH EMPLOYEE OTHERALL RISK REPORTING TIM8315363 09/01/9 9 1/9� 0/0 MAX JOB 215001000 FORK BUILDERS RISK i DE ff NIQ DO PERJAjftff AUO NnS%,ES1jS" IT 9TREET PAVING & DRAINAGE IMPROVEMENTS CITY OF LUBBOCK-NAMED AS ADDITIONAL INSURED GENERAL LIABILITY WAIVER OF SUBROGATIONAPPLICABLEIN FAVOR OF -CITY OF LUBBOCK ON GENERAL LIABILITY CANCE'' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF LUBBOCK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO ATTN: RON SHUFFIELD MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO P 0 BOX 2000 LUBBOCK TX 79457 THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND COMPANY, rTaGENT IOR REPRESENTATIVES. III AUTHORIZED REPRESENTATIVE��---,-,%JW -77, L,7,`77 Donal Belay Danny Cary Jim Hawkins, CLU M.E. "Eddie" Huffman, CLU Chuck Dunn Del Lee, CIC Steve Deal David Farabee. LUTCF Garland Martin Tom Miller David Hardee Bob Moore BO �-E — f f�Tii f RSTO N ��a Burleson, °� Sammye Hardee Bob Turpin V '' _I N S &J m^', N C I,.. P.O. Drawer 10 • 701 Lamar • Wichita Falls, Texas 76307 Telephone: (817) 723.7111 • FAX: (817) 322-9549 August 30, 1994 Terry Thompson, President C. B. Thompson Construction Company P. 0. Box 6456 Lubbock, Texas 79493 Re: OWNER'S & CONTRACTORS'S PROTECTIVE LIABILITY (OCP) POLICY CITY OF LUBBOCK Dear Terry: In reference to the City of Lubbock's requirement that a separate OCP policy be furnished, this is to advise you that your current general liability policy, under the section regarding contractual liability, actually offers the city this identical coverage at no extra cost. Under the contractual liability section of your general liability policy, the City of Lubbock is afforded the exact same coverages as if a separate policy written in their name was furnished if the following endorsements are added. 1. The City of Lubbock as an additional insured. 2. Waiver of Subrogation. 3. Ten day notice ofcancellation. 4. Aggregate policy limits applicable to the project. With the endorsements added to your policy, the City of Lubbock is afforded the same coverage as though you presented them with a separate policy. If the City of Lubbock or yourself have any questions, please do not hesitate to contact me at our toll free number (800) 234-1167. Sincerely, Steve Deal Wichita Falls, Henrietta, Electra r ..... ................... {k. . :; �...:. i. �,...:..::•»:>}::•r:•r::•}:•}:•;:•:<•r}:•r:•}:•}}r}:•}r:•r>:•r:r}}:•:;�:�}}:•:{r}�•>:>:•}:�}: •:}:•}:•r•}%.}:•;:.;,� DATE MIDD ,.:......,: :.::: w•,'fr.. r• r.:•:::.•`.-:{•:{•;.{I.�:?f %$:.:. •r •.} ::.::.•r.•..r:. ...:.Y:.�:•r:}:•:{.;::.}}:a}:•r:•r:{{{•E:.}$:a}}};r:•;:ka:{; r.....:. .................: .: ........; ......:.; .$.. :::::::..:..{.{....r.:I�•:-:-$:.}:..�•::�k:...... .� :. �rr.�..........x•:.:::r:.:...:::....::.:::....�........:.........:......:::......:.:.; 08/30/94 PRODUCER - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 14 J. E. Murfee & Son ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1310 Texas Avenue ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE 'Lubbock, Tx 79401 COMPANY A Travelers Ind of R.I. INSURED COMPANY .Jarnagin Construction Co BCharter Oak Fire Ins. Co. COMPANY P O Box 98128 Lubbock, TX 79499 c Tx Workers Compensation Fund COMPANY D V; G�t':::::vr:..,•.w:r:::;.v:: }... ;;. ...:...: •v:.+v... ....... ...... .. ........ .... ... .. }.n.... ...{.. r.. .4..vw. ..4.. .v }..... ' ... ...:v:;:. ..:.. ::.,...v::,•.:,v.•:.+v: vx:.v::.v:.v,• :. wx.v.... ,+, ..:....: n :.... :.v.•...... .. nv:.:. r.....:.v ....v ..... :. ,��I.{ �'�7 /�{ :i.;kv:: {;•.{.: v.:vv.,•:. �: •rx.,v.v: ixr: x.::: _ .:.v::. •Y.C•::.:n:{•}::•.{•..%.}%..:{•:x-{v%{:.:.:isi..{v......Y.i{v....{...::.................{:............. /..:.................... l...C......h..........t .{.r.•}..:.: )..},:.,{• :::{....:.vi:i{{k{{.i :ii::::....,.{- .....:}•:.:.yr}:{.}:{.}:{:s{x:,•r}}..}:.xi}$:: ir.i}:ti+.'::''.....{:.. .. }...... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD^ POLICY EXPIRATION DATE (MM/DD^ LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 10000001 • A X cOMMEMAL GENERAL uABIUTY E E S L S 2 3 0 J 710 6 9 4 O 1/ 0 2/ 9 4 O 1/ 0 2/ 9 5 PRODUCTS - COMPIOP AGG S 100000 CLAIMS MADE X❑ OCCUR PERSONAL & ADV INJURY $ 50000 OWNERS S, CONTRACTOR'S PROT EACH OCCURRENCE $ 50000 FIRE DAMAGE (Arty one fire) $ 5000 MED EXP (Any or* person) $ 5001 ^ B AUTOMOBILE LIABILM AAuTO NY PIEOCAP187G167A94 01/02/94 01/02/95 c oAnBINEDSINGLE LIMIT : 50000 X BODILY INJURY (Per pe—) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accldenq $ HIRED AUTOS NON•OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ GREGATE $ EXCESS LIABILITY NCE $ tt $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM LEMPLOYERS' C WORKERS COMPENSATION AND LIABILITY TSF10627301 01/02/94 01/02/95 LIMITS ........................................ ••��.•�1.0.0.0.0•..• EACHAccIDENr $•.••�•• THE PROPRIETOR! INCL PARTNERS/ExEOFFICERS :ARE CLnNE RX EXCL DISEASE - POLICY LIMIT $ 50000 DISEASE - EACH EMPLOYEE $ 10000 L OTHER DESCRIPTION OF OPERAnONSILOCATIONSNEHICUMMPECML ITEMS Dirt and Paving Contractor :..r...........:...::.x:......,..+n......n.:.................:........:.v::::::,v:::x:::::::::.v:.:,•:::::::::::::::::.vvw:r:::,v: }.S•.v:•:::::: r.v::::::.• :.::S:: r}}:,'•3}r:::.,•'•:•}}$}::: :: i•$:S•::.v}?Y,`}:•:::::•rifr}}:} :vti:'S•: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL C . B. Thompson Construction Co 1Q_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, P.O. BOX 6456 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LM UTY Lubbock, TX 79493 OF ANY KIND UPION THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPWE—SE4T,-%5z .ems :...:•:::•.{.::C3:k,}••;•;.•::};.v:',b.:r:w::O'v.•xr}}}::.:.5{:.}}}:::•:4v:4•:•:i•}:::.•:S•:S•%•}:{: :;: •. ::.:v$ OWN .. �........k %•::k<}.<{•........ n:Fv:k<k$�3$,•::rr3:�:3v'}}:::.';:}.}Y.v4:dii:'3}. .c:::::.:,. �:: �•::........ .... ...k........ -�:M.Gil,!:.!M.`v!ll.{F.'•+il;:iF.►�.�: i::#:IIi7KS C I I T I-F I C A T 1 O F I R-S U T A I C'I ( j DATE (KM/DD/YY) 08/29/91 ----------- ---------------------------------------------------------------------------------------------------------------------- I PFODOCIF ' THIS CERTIFICATE IS ISSUED AS A NATTER OF IIFORKATION ORLY AID ' f CONFERS RO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 1 1 1LAI HENRY INSURANCE I DOES NOT AKIND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 1 P. 0. BOX 2399 POLICIES BELOW. ----------------------------------------------------------------- �ZBBOCK, TX 79408-2399 I COKPANIES AFFORDING COVERAGE i -------------------------------------------------------------------------I (806) 792-3771 i COMPANY 1 I------------------�--LETTER A VALLEY FORGE INS. CO. -------------------------------------- ----------------------------------------------------------------------- �"4ISURBD I CONPARY I 1 LETTER B TEXAS WORKERS' COMP. IRS. FUND 1 SETTLE FENCE COKPARY I------------------------------------------------------------------------I ROUTI 9BOX 65 I COKPAIY i r., LUBBOCK" TX 79123 �_ LETTER C ------------------------------------------------------------------------ COMPANY I , LETTER D _I -------------------------------------------------------------------------------------------------------------------------------- ^OVERAGES--------------------------- ---------------------------------------------------------------------------------------------------------I -------------------------------------------------------------------------------------------------------------------------------- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED RAKED -ABOVE FOR THE POLICY PERIOD 1 IHISINDICATED IRTIFICAIIIKAYIBESISSUEDGOR KAYNY EPERTAIIUIRIKINT4HETERM IISOBARCEDAFFORDETION D BYYTHECONTRACT POLICESRDESCRIBEDCHIREIIKINT WI3 SUBJECTTTOOALLWHICH THE TIRKS, ECLUSIOIS AIDCONDITIONSOF SUCH POLICIlS. LIMITS SHOWN NAY HAVE BEET REDUCED BY PAID CLAIKS. ----------------------------------------------------------------------------------------------------------------I 'CO ' ' ' POLICY EFFECTIVE ' POLICY EXPIRATION ' I I LTR ; TYPE OF INSURANCE ; --___-POLICY IUKBER -_�- DATE(KN/DD/YY) DAi6(KK/DD/YY) LIMITS 1 ' ERERAL LIABILITY ' ' ' ' GENERAL AGG ' 1,000,0001 A 1�'Xj CONK Gil LIAR] 1 112808728 I 02/08/91 I 02/08/95 I PROD-COKP(OP AGGI 1,000,0001 r.. (OWNERIS I AT PCROT EACH OCCURRENCE 1 1,000,0001 E _ FIRE DKG11 Fire 50,0001 KID EXP 1 Pero 5,0001 -------------------------------------------------------------------------------------------------------------------------------I 1 - AUTOMOBILE LIABILITY ' ' ' ' COMBINED SINGLE ' 1 A I E ALL AUTO AUTOS j 112808711 02/08/91 1 02/08/95 I LIKBODILY INJURY I: 1,000,0001 1 SCHEDULED AUTOS jPer person) HIRED AUTOS fODIL INJURY .. 101-OWNED AUTOS j j I R OPEBlYident�E 1 ------------------------------------------------------------------------------------------------1 I� 'GARAGE LIABILITY ' ' ' ' AUTO OILY-61 ACC': I I I ANY AUTO I I I f OTHER THAN AUTO- 1 I I I I I EACH ACCIDENT AGGREGATE, •--------------------------------------------------------------------------------------------------------------------------------1 '1XCISS LIABILITY ' ' ' ' EACH OCCURRENCE ' I I I] UMBRELLA FORK I I I I AGGREGATE I ] OTHER THAI UMBRELLA ; i i 1 ----------------------------------------------------------------------- I ' WORKER'S COMPENSATION a' - --------------------------------_i---------------------[[ 1STATUTORY LIK_ I B i EMPLOYERS' LIABILITY I SBP1006032-910208 I 02/08/91 I 02/08/95 I EACI H ACCIDENT 500,000i PROPjPRTIRS/ ill ] IICLI I DISEASE-POL LIK 500,0001 ----, -EX 0-FS ARE: EXCL, , ,--,-DISEASI-EA EKP , 500,000, --------- I ---------------------------------------------------------------------- ----------------------------- OTHIR I I I f I I I I I I i I I I ------- --------------------------------------I DESCRIPTION OF OPERATIORS LOCATIONS(VEHICLESLSPICIAL ITEMS I'40B MERRICK: CITY OF L�BBOCK, EAST 19TH STREET PAVING JOB, I I_ _ ------- HOLDER HOLDER ; CAICRLLATIOR I ---------------------------------------------------------------------------------------------------------------------------------1 ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BB CANCELLED BEFORE THE 1 ' 1 EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO I I C B THOMPSOI CONSTRUCTION I KAIL 10DAYS WRITTH NOTICE TO THE CERTIFICATE HOLDER RAKED TO THE 1 ATTI: TERRY THOKPSOR I LIFT -BUT_ FAILURE TO KAIL SUCH NOTICE STALL IKPOSB RO OBLIGATION OR 1 P. 0. BOX 6456 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, LUBBOCK, TX 7903-6156------------------------------------------ ------------------ ------- I I AUTHOHIZ EPRBSENTATIVE 4CORD 15-5(3/93j_________________________________________________________________________________ _________� r r .• I r CERTIFICATE OF INSURANCE 10DATE 8/24/94 PRODUCER 'THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO{ ALAN HENRY INSURANCE (ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. 0. BOX 2399 HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR LUBBOCK, TEXAS 79408-2399 (ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1 COMPANIES AFFORDING COVERAGE I--------------------------------- ---- -- - COMPANY HOUSTON -------------------------- i--------LETTER-A---------GENERAL--------------------. INSURED (COMPANY LETTER B TEXAS WORKERS COMP. INS. FUND MIDWEST CONCRETE, INC. I ----------------------------------------------------. P.O BOX 3964 (COMPANY LETTER C LUBBOCK, TEXAS 79452 1----------------------------------------------------. COMPANY I --------LETTER--------------------------------------. ;COMPANY LETTER E COVERAGES -----------------------.._---------------_---------------------------_----------. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID 6LAIMS. _..--------------------------- - - ------------------------------------------ CO ' ' ' POLICY ' POLICY ' LIMITS LTR`-TYPE -OF -INSURANCE_J POLICY -NUMBER I EFF-DATE�EXP-DATE`------------- --- IGENERAL LIABILITY 11MPL9391904-01 109-15-93109-15-941GEN AGG $ 500,000-~ A 1 X COMMERCIAL G L 1 1 1 (PROD AGG $ 500000 I C ]CLAIMS �X�OCCRI I I IPERS INJ $ 500:000 1 OWNER&CONTRACTORS' I I (EACH OCC $ 500,000 I ( I I (FIRE DMG $ 50,000 _--1-------------------- I --------------- I -------- I -------- 1MEDyEXP__$5,000__ 1AUTOMOBILE LIABILITYIIAUT9420752-01 109-15-93109-15-941 1 X ANY AUTO I I I ICSL $ 500,000 I I I I I ------- __. ALL OWNED AUTOS A l SCHEDULED AUTOS 1 I I IBI (PERS)$ X HIRED AUTOS I I I 1------- 1 X NON -OWNED AUTOS 1 ( 1 IBI (ACC) $ 1 GARAGE LIABILITY 1 1 1 '--------------------- ---1----------------- -w I---------------I--------I--_-__w- I-------- $ --•- 1EXCESS LIABILITY - I I I (EACH OCC-$---------_ 1[ ]UMBRELLA FORM 1 1 1 IAGGREGATE$ -- I --]OTHER-THAN UMBR------------------- I ------ I ------ I --------------------- I A -IC ]STATUTORY LIMITS $ WORKERS -OOMPE 4SATIOhl1 TSF119895-00---1-02-01-94102-91-9.5-1€ACH-ACC--$500,000 ---IEMPLOYERSNDLIABILITY1---------------1--------I------ .MIDIS EMPLT$500,000 `OTHER- - - I { 1 - I- - I I I I I �...,.....,! ........------.. «-...--.,.--....--_'----...........----.......--!---........,..--.I --«. ----- I ...--......--..........«.......................».. -- SPECIAL DESCRIPTION IMPROVEMENTS CERTIFICATE HOLDER ------------------------------------------ I i I C. B. THOMPSON CONSTRUCTION CO { P.O. BOX 6456 1 LUBBOCK, TEXAS 79403-6456 { .--------------------------------------! CIA-025 CANCELLATION ---------------------------------------w 'SHOULD ANY OF THE ABOVE DESCRIBED 1POLICIES BE CANCELLED BEFORE THE EXPIR- IATION DATE THEREOF THE ISSUING COMPANI IWILL ENDEAVOR TO MAIL 10 DAYS WRITTEN ~NOTICE TO THE CERTIFICATE HOLDER NAMED 'TO THE LEFT, BUT FAILURE TO MAIL SUCH (NOTICE SHALL IMPOSE NO OBLIGATION OR 1LIABILITY OF ANY KIND UPON THE COMPANY, ,ITS AGENTS OR REPRESENTATIVES. TAUT--C�D RESENTATIVE-------------- IRS -AIMS [i:. L-L L LT. L-- L» [ L.: CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 25th day of August 1994, by and between the City of Lubbock, County of 7 Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and C. B. Thomason Construction Company of the City of Lubbock, County of Lubbock, and the State of TEXAS, hereinafter termed CONTRACTOR WITNESSETH: That for and inconsideration 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 #13025 - EAST 19th STREET PAVING AND DRAINAGE EVIPROVEMENTS FOR $445,148.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given r, 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 r.. year and day first above written. aR� .50 s APPROVED AS TO CONTENT: A, "PROVED TOFORM: ATTE ST: iQJtx GL �iC� (,C.�.C.-avr�c,QQr� Corporate Secretary agreement in Lubbock, Lubbock County, Texas in the CONTRACTOR: C. B. S?N-7STRUCTION COMPANY By: TITLE: �5400,V COMPLETE ADDRESS: 3412 Joliet Lubbock, Texas 79493-6456 r' i 7 GENERAL CONDITIONS OF THE AGREEMENT PM I GENERAL CONDITIONS OF THE AGREEMENT r 1 OWNER I Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. Z. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood �. to mean the person, persons, co -partnership or corporation, to -wit: C. B. THOMPSON CONSTRUCTION COMPANY who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to 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. F 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 r.. accordance with the Notice to Bidders. 9 S. INTERPRETATION OF PHRASES r•• 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 r� import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to 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. 1 SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He mill 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. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DITTY Unless otherwise speed, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all 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 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 may reserve the right to submit the questions so raised to arbitration as hereinafter provided. 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 arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a P' 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. 15. SUPERINTENDENCE AND INSPECTION r- It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision- 7 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 r- 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. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that arty man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Ow races 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. r t If arty work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for r observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the r requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the a 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. r, 22. DEFECTS AND THEIR REMEDIES 4 It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so! that it shall be in full accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at �.+ Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or 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 r The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as a provided under Changes and Alterations herein, It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. r— 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/o) 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 father 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. ; , f 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC ACCIDENT TO EMPLOYEES AND THE PUBLIC r 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 r„others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, ' indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. r 28. CONTRA�OR'S INSURANCEINSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as !^ hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall besubmitted prior to j contract execution. A Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (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. r- 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. This policy shall be submitted prior to contract execution -� C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and nonowned cars including: Employers NonwAmership 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. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of 1,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 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. x f (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. (9) 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, MATERIALNIEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, 'equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contram When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 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 f 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. I r� i 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 part of 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 Ownermould 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 carry on the work, with dates at which`the Contractor will start the several parts of the work and estimated dates of completion of the several parts. a 36. EXTENSION OF TRAE 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 considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then 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. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES 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 be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. r } 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property,arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. r 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the r" 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 r materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly r 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 replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 7 47. PAYMENT WIT1111ELD 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. r" 48. TIME 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 t such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. r 49. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third 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 i decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter ` within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply r„ the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless 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 r i QUESTION SUMMED 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 hercinabovc 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 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 *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 51. ABANDONMENT BY OWNER �i In rase 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 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 r 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 provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and p 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. 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 r 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 CURRENT WAGE DETERMINATIONS r- • - �; Resolution n2502 ` January 8, 1987 Agenda Item #18 - DGV:da r' RESOLUTION i WHEREAS, the City Council has heretofore established the general r prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock 'in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and r- WHEREAS, such wage rates were established by Resolution No. 719 ` enacted February 12, 1981, updated by Resolution No. 1590 enacted February r, , = 23, 1984; and WHEREAS, such rates need to be updated at the presenttimein 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: r- 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 r- on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. B.C. McMINN, MAYOR "' • �'TE • :Ranetto-Boyd, City Secretary APPROVED T. NTENT: APPROVED AS TO FORM: r idx� 'I Bi 1 Plyne, D rector of Building Do Id G. Vandiver, First Services Assistant City Attorney r• EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates �- Craft Hourly Rate Acoustical Ceiling Installer. $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 . Bricklayer 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 ' Carpenter -Helper 5.50 Cement Finisher 7.35 ' Drywall Hanger - 8.70 Electrician - 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 "- Glazier _7.50 Insulator, Piping/Boiler 9.50 Insulator -Helper 5.00 -- Iron Worker 7.30 Laborer, General 4.75 - Mortar Mixer 5.60 — Painter 8.75 Plumber _ _ 9.25 Plumber -Helper 6.00 Roofer _ 7.65 Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker' -Helper 5.50 - Welder - Certified _ 8.00 7 7 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 - t 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. r" i i SPECIFICATIONS EAST 19th STREET PAVING & DRAINAGE IMPROVEMENTS TECHNICAL SPECIFICATIONS OLLER ENGINEERING, INC. JULY 1, 1994 r SECTION 1 CLEARING AND GRUBBING DESCRIPTION 1.1 This item shall consist of clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Engineer. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of pavements or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all resulting spoil materials. CONSTRUCTION METHODS 2.1 GENERAL. The areas denoted on the plans to be cleared and grubbed shall be r staked on the ground by the Engineer. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. All spoil materials removed by clearing and grubbing shall be disposed of by removal to approved disposal areas. The removal of existing structure and utilities required to permit orderly progress of work shall be accomplished by local agencies, unless otherwise shown on the plans. r 2.2 CLEARING AND GRUBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet in depth are to be made outside of paved areas. In cases where such depth of embankments is to be made, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off within 6 inches above the ground and allowed to remain. Tap roots and other r projections over 1-1/2 inches in diameter shall be grubbed out to a depth of at least 18 l inches below the finished subgrade or slope elevation. r Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials therefrom shall be removed from the site. The remaining or existing foundations, wells, cesspools, and all like structures shall be destroyed by breaking our or breaking down the materials of which the foundations, 1-1 wells, cesspools, etc., are built to a depth at least 2 feet below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material which cannot be used in backfill shall be removed and disposed of. The holes or openings shall be backfilled with acceptable material and properly compacted. All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Section 3 Excavation and Embankment. The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 3.1 No separate measurement or payment will be made for clearing and grubbing. Work identified in this Section will be included as part of excavation and embankment. END OF SECTION 1-2 SECTION 2 TREE PRUNING DESCRIPTION 1.1 This item shall consist of pruning trees to remove dead, diseased, ,decayed and obviously weak branches and pruning trees to remove branches that would 'overhang the E new road to provide a minimum 14-foot clearance. 1.2 REFERENCES. A. National Arborist Association (NAA) Standards for Pruning of Shade Trees. B. International Society of Arboriculture (ISA). 13 QUALIFICATIONS. All pruning work covered by this Section shall be accomplished by or under the direct supervision of a NAA or ISA Certified Arborist. 1A LINIITS OF WORK. Pruning shall be accomplished on trees as follows: A. Within the curbed median: 1. STA 17+80 to STA 19+50 2. STA 25+50 to STA 25+75 3. STA 31+70 to STA 35+75 B. Within the ROW and outside the curbed median: 1. All trees not removed for construction. CONSTRUCTION METHODS 2.1 CLASSIFICATION. All pruning shall be accomplished in accordance with NAA Standards for Class III - Hazard Pruning, which calls for the removal of dead, diseased, decayed and obviously weak branches 2-inches in diameter or greater. In addition, all branches that extend over the new roads shall be pruned as necessary to provide a minimum clearance of 14 feet above the roadway. 2.2 PRUNING. Prune trees shown to remain as follows: A. Make all cuts as close as possible to the trunk or parent limb, without cutting into the branch collar or leaving a protruding stub. Bark at the edge of all pruning cuts shall remain firmly attached. B. Precut all branches too large to support with one hand to avoid splitting or tearing of the bark. Where necessary, use ropes or other equipment to lower large branches or stubs to the ground. 2-1 ■m C. Inspect old injuries. Those. not closing properly and those where the callus growth is not already completely established should be bark traced if the bark appears loose or damaged. Such tracing shall not penetrate the xylem (sapwood) and margins shall be kept rounded. D. Do not use equipment that will damage the bark and cambium layer. Use sharp tools so that clean cuts will be made at all times. E. Remove all cut limbs. from the crown upon completion of pruning- F. Do not prune, trees at times when they are susceptible to serious infectious diseases 'or'when insect vectors are most active. Time. pruning so as to . avoid insect infestation. G. Report all visible girdling roots to the Owner. H. Report the presences of any disease condition, fungus fruit bodies, decayed trunk or branches, split crotches or branches, cracks or other structural weakness to the Owner. Recommend corrective action. 23 CLEANUP. Remove all pruned material from the project site. The Contractor shall pay all fees and charges incurred, if waste disposal is in a state -permitted landfill. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 3.1 The quantity of tree pruning as shown by the limits on plans shall be measured and paid for at the contract lump sum price bid. This price shall include all pruning, and all removal and disposal of pruned material., END OF SECTION 2-2 i L. SECTION 3 r- EXCAVATION AND EMBANKMENT DESCRIPTION 1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct roadway and parking areas as well as other areas for drainage, building construction or other purposes in accordance with these specifications and in conformity to the dimensions and typical section shown on the plans. 1.2 CLASSIFICATION. All material excavated shall be classified as defined below: A. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature. 1.3 UNSUITABLE EXCAVATION. Any material containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material, when approved by the Engineer as suitable to support vegetation, 'may be used on the embankment slope. CONSTRUCTION METHODS 2.1 GENERAL. The suitability of material to be placed in embankments shall be subject to approval by the Engineer. All unsuitable material shall be disposed of outside the project limits. Those areas outside of the pavement areas in which the top layer of soil material has become compacted, by hauling or other activities of the Contractor shall be scarified and disked to a depth of 4 inches, in order to loosen and pulverize the soil. If it is necessary to interrupt existing surface drainage, sewers or under -drainage, conduits, utilities, or similar underground structures the Contractor shall be responsible r" for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal if necessary. The Contractor shall, at his own r' expense, satisfactorily repair or pay the cost of all damage to such facilities or structures which may result from any of the Contractor's operations during the period of the contract. PIP 2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has obtained elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of PM 3-1 Wn embankment, subgrade, or for other purposes shown on the plans except that existing pavement and base shall be removed and delivered to a site specified by the Owner. All unsuitable material shall be disposed of outside the project limits. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excess shall be used to grade the areas of ultimate development or disposed of as directed. When the volume of excavation is not sufficient for constructing the fill to the grades indicated, the deficiency shall be obtained from borrow areas'. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. A. Removal of Utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by someone other than the Contractor, e.g., the utility unless otherwise shown on the plans. All existing foundations shall be excavated for at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as 'directed. All foundations thus excavated shall be backfilled with suitable material and compacted as specified herein. B. Compaction Requirements. 'The subgrade under areas to be paved shall be compacted to a depth of 6 inches and to a density of not less than 95 percent for cohesive soils or 100 percent for noncohesive soils of the maximum density as determined by ASTM,D 698. The in -place field density shall be determined inaccordance with ASTM D 1556, ASTM D 2167 or ASTM 2922. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in top 6 inches of the subgrade. The finished grading operations, conforming to the typical cross section, shall be completed and maintained at least 1,000 feet ahead of the paving operations or as directed by the Engineer. In cuts, all loose or protruding rocks on the back slopes. shall be bared loose or, otherwise removed to line of finished grade of slope. All cut -and -fill slopes shall be uniformly dressed to the slope,.cross section, and alignment shown,on the plans or as directed by 8n the Engineer. 23 BORROW EXCAVATION. When borrow sources are outside the boundaries of the project, it shall be the Contractor's responsibility to locate and' obtain the supply, subject to the approval of the Engineer. The Contractor shall notify the Engineer, at least 15 days prior to beginning the excavation, so necessary measurements and tests can be made. All unsuitable material shall be disposed of by the Contractor. All borrow pits shall be opened up to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines to 3-2 r a permit accurate measurements, and they shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. d 2A DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, for temporary levee construction; or i Pa for any other type as designed or as shown on the plans. The work shall be performed in the proper sequence with the other construction. All satisfactory material shall be placed in fills; unsuitable material shall be removed as directed. Intercepting ditches shall be constructed prior to starting adjacent excavation operations. All necessary work shall be performed to secure a finish true to line, elevation, and cross section. The Contractor shall maintain ditches constructed on the project to the required cross i section and shall keep them free of debris or obstructions until the project is accepted. j� 2.5 PREPARATION OF EMBANKMENT AREA. Where an embankment is to be 6 constructed to a height of 4 feet or less, all sod and vegetable matter shall be removed from the surface upon which the embankment is to be placed, and the cleared surface shall be completely broken up by plowing or scarifying to a minimum depth of 6 inches. This area shall then be compacted as indicated in paragraph 2.6. When the height of fill is greater than 4 feet, sod not required to be removed shall be thoroughly disked and recompacted to the density of the surrounding ground before construction of embankment. .- No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for r., under the respective items of work. 2.6 FORMATION OF EMBANKMENTS. Embankments shall be formed in �.• successive horizontal layers of not more than 8 inches in loose depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure a shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot "" be obtained because of rain, freezing, or other unsatisfactory conditions of the field. The Contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layer shall be within +/-2 percent of optimum moisture content before rolling to obtain the prescribed compaction. In order to achieve a uniform moisture content throughout the layer, wetting or drying of the material and 3-3 manipulation shall be required when necessary. Should the material be too wet to permit proper compaction or rolling, all work on all of the affected portions of the embankment shall be delayed until the material has dried to the required moisture content. Sprinkling of dry material to obtain the proper moisture content shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Rolling operations shall be continued until the embankment is compacted to not less than 95 percent of maximum density for noncohesive soils, and 90 percent of maximum density for cohesive soils as determined by ASTM D 698. Under all areas to be paved, the embankments shall be compacted to a depth of 6 inches and to a density of not less than 95 percent of the maximum density as determined by ASTM D 698. On all areas outside of the pavement areas, no compaction will be required on the top 4 inches. The in -place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167 or ASTM D 2922. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his equipment at all times, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. In the construction of embankments, layer placement shall begin in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same, time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimensions will not be allowed in the top 6 inches of the subgrade. Rockfill shall be brought up in layers as specified or as directed and every effort shall be exerted to fill the voids with the finer material forming a dense, compact mass. Rock or boulders shall not be disposed of outside the excavation or embankment areas, except at places and in the manner designated by the Engineer. When the excavated material consists predominantly of.rock fragments of such size that the material cannot be placed in layers of the prescribed thickness without crushing, 3-4 i pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in layers not exceeding 2 feet in thickness. Each layer shall be r- leveled and smoothed with suitable leveling equipment and by distribution of spalls and finer fragments of rock. These type lifts shall not be constructed above an elevation 4 feet below the finished subgrade. Density requirements will not apply to portions of embankments constructed of materials which cannot be tested in accordance with specified methods. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. There will be no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other necessary operations for construction of embankments will be included in the contract price for excavation, borrow, or other items. 2.7 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade has been substantially completed the full width shall be conditioned by removing any soft or other unstable material which will not compact properly. The resulting areas and all other low areas, holes or depressions shall be brought to grade with suitable select material. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. Grading of the subgrade shall be performed so that it will drain readily. The Contractor shall take all precautions necessary to protect the subgrade from damage. He shall limit hauling over the finished subgrade to that which is essential for construction purposes. All ruts or rough places that develop in a completed subgrade shall be smoothed and recompacted. No subbase, or surface course shall be placed on the subgrade until the subgrade has been approved by the Engineer. 2.8 HAUL. All hauling will be considered a necessary and incidental part of the '"' work. Its cost shall be considered by the Contractor and included in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work. 29 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16-foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of lit -inch, or shall not be more than 0.05-foot from true grade as established by grade hubs or pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials; reshaping; and 3-5 recompacting by sprinkling and rolling. On shoulder areas, ,intermediate and other designated areas, the surface shall be of such smoothness that it will not vary more than 0.10 foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. METHOD OF MEASUREMENT 3.1 All materials within the limits of work as shown on the plans or as directed by the Engineer shall be removed and disposed of in accordance with the provisions of this Section. 3.2 No separate measurement or payment will be made for excavation and grading for the caliche base course. This work shall be considered subsidiary to the caliche base course construction, and the cost for this work shall be included in the unit price bid for caliche base course. 3.3 Ditch grading (all excavation and grading in unpaved areas) shall be measured and paid for on a linear foot basis, and shall include all excavation, embankment, topsoiling and related items of work. This unit price shall be complete compensation for furnishing all labor, materials, equipment and other costs necessary for performing the work in accordance with the provisions of this Section. END OF SECTION 3-6 SECTION 4 �•- CALICHE BASE COURSE r- DESCRIPTION 1.1 This item shall consist of a base course composed of caliche, caliche-gravel, caliche and limestone, or material of similar characteristics, constructed on the prepared l . underlying course in accordance with these specifications and in conformity to the dimensions and typical cross section shown on the plans. Excavation and grading necessary to bring the subgrade to the required elevations and sections shall be included in the unit price bid for caliche base course. MATERIALS 2.1 MATERIALS. The base course material shall consist of caliche, caliche-gravel, caliche limestone, or similar materials obtained from sources approved by the Engineer prior to use of the materials. All acceptable material shall be screened, and the oversize shall be crushed and returned to the screened material in such manner and proportions that will produce a uniform product. The gradation of the material, as finally processed and blended, shall meet the following requirements when tested in accordance with ASTM C 136. Sieve Designation (Square Openings) Percentage by Weight Retained 13/4 inch 0 No. 4 45-75 No. 40 50-85 That portion of the material, including the blended filler, passing a No. 40 mesh sieve shall be known as soil binder and shall have a liquid limit of not more than 40, a plasticity index of not more than 12 as determined as ASTM D 4318, and a linear shrinkage not more than 10. The materials, when tested in accordance with Texas Method 116-E, Wet Ball Mill Test of Flexible Base Material, shall have a maximum allowable value of 55. If necessary, the Contractor shall blend or combine materials so that the final processed material meets all of the requirements of these specifications. The Contractor shall 4-1 make such modifications in materials and methods as are necessary to secure a material which is capable of being compacted into a dense and well -bonded base. 2.2 FILLER FOR BLENDING. If filler, in addition to that naturally present in the base course material, is necessary for satisfactory bonding of the material, for changing the soil constants of the material passing the No. 40 mesh sieve, or for correcting the gradation to the limitations of the specified gradation, it shall be uniformly blended with the base course material on the roadway, at the crushing plant, or at the mixing plant. The material for such purpose shall be obtained from sources approved by the Engineer. CONSTRUCTION METHODS 3.1 OPERATION IN PITS. All work involved in clearing and stripping pits, including the handling of unsuitable material, shall be performed by the Contractor at his/her own expense. The pits shall be operated in such a manner that a clean and uniform material will be secured. The base course material shall be obtained from approved sources. 3.2 EQUIPMENT. All equipment necessary for the proper; construction of the work shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 3.3 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected at the Contractor's expense. 3A PLACING AND SPREADING A. The aggregate base material that has proportioned or processed shall be placed on the prepared underlying course and compacted in layers to the thickness shown on the plans. The depositing and spreading of the material shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. The base aggregate shall be spread by approved devices that shall spread the aggregate in the required amount. The base material shall be spread and shaped the same day as placed. B. The base course shall be constructed in a layer not less than 3 inches nor more than 8 inches of compacted thickness. The aggregate, as spread, shall be of uniform grading with no pockets of fine or coarse materials. Unless otherwise permitted by the Engineer, the aggregate shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary 4-2 I sprinkling shall be kept within these limits. No material shall be placed in snow or on a soft, muddy, or frozen course. When more than one layer, is required, the construction procedure described herein shall apply similarly to each layer. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the base course mixture. i 3.5 COMPACTION. Immediately after completion of the spreading operations, the mixture shall be thoroughly compacted. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density. b a The field density of the compacted material shall be at least 100 percent of the maximum density of laboratory specimens prepared from samples of the material delivered to the job site. The laboratory specimens shall be compacted and tested in accordance with ASTM D 698. The in -place field density shall be determined in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 2922. The moisture content of the material at the start of compaction shall not be below nor more than 1-1/2 percentage points above' the optimum moisture content. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16-foot straightedge, the irregular surface shall be loosened, then refilled with the same kind of material as that used in constructing the course, and again rolled as required 'above. 3.6 FINISHING. The surface of the base course shall be finished by blading or with automated equipment especially designed for this purpose. In no case will the addition of thin layers of material be added to the top layer of base course to meet grade.. If the elevation of the top layer is 1/2 inch or more below grade, the top layer of base shall be scarified to a depth of at least 3 inches, new material added, and the layer shall be blended and recompacted to bring it to grade. If the finished surface is above plan grade, it shall be cut back to grade and rerolled. 3.7 SURFACE TOLERANCE. After the course has been completely compacted, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 3/8 inch from a 16-foot straightedge when applied to the surface parallel with, and at right angles to, the centerline. The finished elevation of the base course shall not vary more than 0.03 feet from the specified grade. 4-3 3.8 THICKNESS CONTROL. The thickness of the base course shall be determined by depth tests or cores taken at intervals in such manner that each test shall represent no more than 300 square yards. Where the thickness is deficient by more than 1/2 inch, the Contractor shall correct such areas at no additional cost by excavating to the required depth and replacing with new material. Additional test holes may be required to identify the limits of deficient areas. The Contractor shall replace, at his/her expense, the base material where borings have been taken for test purposes. 3.9 PROTECTION. Work on the base course shall not be accomplished during freezing temperatures nor when the subgrade is wet. When the aggregates contain frozen materials or when the underlying course is frozen, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer in charge shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his/her opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his/her own expense. 3.10 MAINTENANCE. Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. METHOD OF MEASUREMENT 4.1 The quantity of caliche base course to be paid for shall be the number of square yards of base course material of the specified thickness placed, bonded, and accepted, and shall include all subgrade excavation and grading necessary for base course construction. BASIS OF PAYMENT 5.1 Payment shall be made at the contract unit price per square yard for caliche base course. This price shall be full compensation for furnishing all materials and for all preparation, excavation and grading, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION 4-4 f r SECTION 5 BITUMINOUS'PRIME COAT r DESCRIPTION 1.1 This item shall consist of an application of bituminous material on the prepared r' base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. !" MATERIALS 2.1 BITUMINOUS MATERIAL. ' The types, grades, controlling specifications, and application temperatures for the bituminous materials are given in Table 1. The Engineer shall designate the specific material to be used. r i TABLE 1. BITUMINOUS MATERIAL` r Application Temperatures \1\ Type and Grade Specification Deg. F Deg. C Cutback Asphalt RG30 ASTM D 2028 80+ 30+ ,•. RC-70 ASTM D 2028 120+ 50+ RC-250 ASTM D 2028 165 + 75 + •- \1\ The maximum temperature for cutback asphalt shall be that at which fogging occurs. CONSTRUCTION METHODS 3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the PM existing surface is' dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60 F, and when the weather is not foggy or rainy. The temperature requirements may be waived, but only r when so directed by the Engineer. 3.2 EQUIPMENT. The equipment used by the Contractor shall include a self-poweredpressure bituminous material distributor and equipment for heating bituminous material. 5-1 The distributor shall be designed, equipped, maintained, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 33 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The bituminous material including solvent shall be uniformly applied with a bituminous distributor at the rate of 0.25 to 0.50 gallons per square yard depending on the base course surface texture. The type of bituminous material and application rate shall be approved by the Engineer prior to application. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface, against damage during this interval,, including supplying and spreading any sand necessary to blot up excess bituminous material. 3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before; permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. 5-2 r PM 3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 No separate measurement or payment will be made for bituminous prime coat. Work identified under this Section shall be included in the price for caliche base course. END OF SECTION 5-3 SECTION 6 BITUMINOUS TACK COAT DESCRIPTION , 1.1 This item shall consist of preparing and treating a bituminous or concrete surface with bituminous material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 2.1 BITUMINOUS MATERIALS. The bituminous material shall be either cutback asphalt, emulsified asphalt, or tar and shall conform to the requirements of Table 1. The type, grade, controlling specification, and application temperature of bituminous material to be used shall be specified by the Engineer. TABLE 1. BITUMINOUS MATERIAL Application Temperature Type and Grade Specification Deg. F Deg. C Emulsified Asphalt SS-1, SS-1h ASTM D 977 75-130 25-55 CSS-1, CSS-1h ASTM D 2397 75-130 25-55 Cutback Asphalt RC-70 ASTM D 2028 120-160 50-70 CONSTRUCTION METHODS 3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is above 60 F. The temperature requirements may be waived, but only when so directed by the Engineer. 3.2 EQUIPMENT. The Contractor shall provide equipment for heating and applying the bituminous material. 6-1 I rThe distributor shall be designed, equipped, maintained, and operated so that bituminous F material at even heat may be applied uniformly on variable widths of surface at the specified rate. The allowable variation from the specified rate shall not exceed 10 percent. Distributor equipment shall include a tachometer, pressure gages, volume -measuring devices or a calibrated tank, and a thermometer for measuring r temperatures of tank contents. The distributor shall be self -powered and shall be equipped with a power unit for the pump and full circulation spray bars adjustable laterally and vertically. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 33 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of surface to be treated shall be swept with a power broom and/or airblast to remove all loose dirt and other objectionable material. Emulsified asphalt shall be diluted by the addition of water when directed by the Engineer and shall be applied a sufficient time in advance of the paver to ensure that all water has evaporated before any of the overlying mixture is placed on the tacked surface. The bituminous material including vehicle or solvent shall be uniformly applied with a bituminous distributor at the rate of 0.05 to 0.15 gallons per square yard depending on the condition of the existing surface. The type of bituminous material and application rate shall be approved by the Engineer prior to application. �.., Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. This period shall be determined by the Engineer. The surface shall then be .. maintained by the Contractor until the next course has been placed. Suitable precautions shall be taken by the Contractor to protect the surface against damage during this interval. 3.4 BITUMINOUS MATERIAL -CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous material that the Contractor proposes to use, together with a statement as to its source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous material to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials so demonstrated by service tests, shall be acceptable. The Contractor shall furnish the vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a 6-2 basis for final acceptance. All such test reports shall be subject to verification by testing samples of material received for use on the project. 3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer receipted bills when railroad shipments are made, and certified weigh bills when materials are received in any other, manner, of the bituminous materials actually used in the construction covered by the contract. The Contractor shall not remove bituminous material from the tank car or storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the car or tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 No separate measurement or payment will be made for bituminous tack coat. Work identified under this Section shall be included in the price for bituminous surfacing. END OF SECTION E SECTION 7 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION 1.1 This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the plans. Each course shall be constructed to the depth, typical section, or elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. The surface course shall be constructed in lifts not to exceed 2 inches in compacted thickness. MATERIALS 2.1 AGGREGATE. Aggregates shall consist of crushed stone or crushed gravel with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve shall be known as coarse aggregate. The portion passing the No. 8 sieve and retained on the No. 200 sieve as fine aggregate, and the portion passing the No. 200 sieve as mineral filler. r., A. Coarse Aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating with the bituminous material. The percentage of wear shall not be �.. greater than 40 percent when tested in accordance with ASTM C 131. The magnesium sulfate soundness loss shall not exceed 30 percent, after five cycles, when tested in accordance with ASTM C 88. Aggregate shall contain at least 70 percent by weight of crushed pieces having two or more fractured faces and 85 percent having at least one fractured face. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be C" obtained by artificial crushing. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces, a flat particle is one having a ratio of width to thickness greater than five; an elongated particle is one having a ratio of length to width greater than five. B. Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular particles produced by crushing stone or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended filler, shall have a plasticity index of not more than six and a liquid limit of not more than 25 when tested in accordance with ASTM D 4318. 7-1 i Natural sand may be used to obtain the gradation of the aggregate blend or to improve the workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this specification. C. Sampling and Testing. ASTM D 75 shall be used in sampling coarse and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. The Contractor shall furnish documentation to the Engineer confirming that the aggregates meet specification requirements. D. Sources of Aggregates. Sources of aggregates shall be selected well in advance of the time the materials are required in the work. When the aggregates are obtained from a previously approved source or an existing source producing aggregates that has a satisfactory service record in bituminous pavement construction for at least 5 years, samples shall be submitted 14 days prior to start of production. An inspection of the producer's operation will be made by the Engineer. When new sources are to be developed, the Contractor shall indicate the sources and shall submit a plan for operation 30 days in advance of starting production. Samples from test pits, borings, and other excavations shall be submitted at the same time. Approval of the source of aggregate does not relieve the Contractor in any way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. E. Samples of Aggregates. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production of bituminous mixtures. The sampling points and intervals will be designated by the Engineer. The samples ,will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. 2.2 FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 23 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements: Type and Grade Asphalt Cement Specification Viscosity Grade AC-10 ASTM D 3381 The Contractor shall furnish vendor's certified test reports for each tankload of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall be the basis for final acceptance. 7-2 i r I r 2A 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 butadiene to styrene 73_ +/— 5 27 +/- 5 Minimum Solids Content, 45 percent by weight Viscosity of Emulsion at 2000 77 +/— 1 F, cps, max (No. 3 spindle, 20 RPM, Brookfield RVT Viscometer) The manufacturer shall furnish the actual styrene-butadiene rubber (SBR) content for each batch of latex emulsion. This information shall accompany all shipments to facilitate proper addition rates. 2.5 LATEX MODIFIED ASPHALT CEMENT. This material shall consist of AC-10 asphalt cement as specified to which has been added a styrene-butadiene rubber latex. The amount shown is based on latex solids in the finished asphalt -latex blend. Material AC-10 + 3% latex solids Use Asphaltic Concrete The finish asphalt -latex blend shall be smooth, homogeneous, and comply with the following requirements: Property AC-10 + 3% Latex Minimum SBR Content, percent by wt solids (IR determination)* 3.0 Penetration, 100g, 5 sec, 77 F min 75 Viscosity, 140 F, poises, minimum 1600 Viscosity, 275 F, poises, maximum Ductility, 39.2 F, 1 cm/min, cm, minimum 100 Ductility, 39.2 F, 5 cm/min, cm, minimum Separation of Polymer, 325 F** None *The asphalt supplier shall furnish the City samples of the base asphalt and latex emulsion used in making the finished product. r„ 7-3 i **A 350 gram sample of the asphalt -latex blend is stored for 48 hours at 325F. Upon completion of the storage time the sample is visually examined for separation of rubber from the asphalt (smoothness and homogeneity). If a question still exits 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 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 storing it for five hours at 325F. Upon completion of storage time, the sample shall be examined as indicated above. 2.6 HYDRATED LIME. Hydrated lime shall be added to the asphalt mixture, as an additive to improve the quality of the mixture. a. 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. b. Types. The various types and grades of lime and lime slurry are identified as follows: 1. Type A, Hydrated Lime. A dry powdered material consisting essentially of calcium hydroxide. 2. Type B, Commercial Lime Slurry. A liquid mixture of essentially hydrated lime solids and water in slurry form. 3. Type C, Quicklime. A dry material consisting essentially of calcium oxide. It shall be furnished in either of two grades which differ in sizing. Grade DS. "Pebble" quicklime of a gradation suitable for either "Dry Placing" or for use in the preparation of a slurry for "Wet Placing." Grade S. Finely graded quicklime for use in the preparation of a slurry of 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 wet application, lime slurry may be delivered to the job site as Type B, Commercial Lime Slurry or a lime slurry may be prepared at the job site by using Type A, Hydrated Lime or Type C, Quicklime as specified. 7-4 C. 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. Chemical Composition. Total "active" lime content, % by weight (i.e. % by wt Ca (OH) 2 + % by wt CaO, if present) Unhydrated lime content, % by wt CaO "Free Water" content, % by H2O Sizing. 1. Wet sieve requirement, as % by wt residue: Retained on No. 6 (3360 micron) sieve Retained on No. 30 (590 micron) 2. Dry sieve requirement, as % by wt residue: Retained on a 1-inch sieve Retained on a 3/4-inch sieve Retained on a No. 100 TYPE A B. 90.0 min(1) 87.0 min(2) 5.0 max 5.0 max C 87.0 min 0.2 max 0.2 max(2) 8.0 max(3) 4.0 max 4.0 max(2) 0.0 10.0 max sieve Grade DS 80.0% min Grade S No limits Note (1): No more than 5.0% by wt CaO (unhydrated lime) will be allowed in determining the total "active" lime content. Note (2): In "solids content" of the slurry. Note (3): The amount of total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0 percent of the original type C lime. Type B. Commercial Lime Slurry or a slurry prepared at the job site from a Hydrated Lime or Tj pe C Quicklime shall be furnished at or above the minimum "Dry Solids" content as prescribed by the Engineer and must be of consistency that can be handled and uniformly applied without difficulty. The slurry shall be free of liquids other than water and any materials of a nature injurious or objectionable for the purpose intended. 7-5 COMPOSITION 3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. 3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The formula shall be submitted in writing by the Contractor to the Engineer at least 14 days prior to the start of paving operations and shall indicate the definite percentage of each sieve fraction of aggregate, the percentage of bitumen, and the temperature of the completed mixture when discharged from the mixer. All test data used to develop the job mix formula shall also be submitted. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula must be established before the new material is used. The bituminous mixture shall be designed using procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS-2), current edition, and shall meet the requirements of Table 1. TABLE 1. MARSHALL DESIGN CRITERIA TEST PROPERTY Number of Blows 75 Stability, Minimum pounds 1800 Flow, 0.01 in. 8-14 Percent air voids 3.0-5.0 Percent voids in mineral 13 aggregate The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 2 when tested in accordance with ASTM Standard C 136 and C 117. The percentage by weight for the bituminous material shall be within the limits specified. The gradations in Table 2 represent the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designated in Table 2 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be uniformly graded from coarse to fine. 0 r.. TABLE 2. -AGGREGATE - BITUMINOUS PAVEMENTS 7" Type "C' (Coarse Graded Surface Course): Percent by Weight Passing Sieves 1"sieve....................................................... 100 r' 3/4" sieve ..... :... ........ ...................... 98 to 100 11T sieve .. ....... ................ ...... .. 81 to 93 3/8" sieve .................................................. 65 to 85 No. 4 sieve .... ............ ......... ... ... .. 43 to 63 No. 8 sieve ..... ........... .... .. .... ,<.... 33 to 45 No. 16 sieve .... ... .. . .. ..... ................ .. 22 to 34 No. 30 sieve .............. .............. .. 13 to 27 No. 50sieve ................................................ 7to 9 No. 100 sieve ... ....... .. .. .... _... 3 to 11 No. 200 sieve .......... ................. ................. 1 to 6 The asphaltic material shall form from 4.0 to 7.5 percent of the mixture by weight. The job mix tolerances shown in Table 3 shall be applied to the job mix formula to establish 'a job control grading band. The full tolerances still will apply if application of the job mix tolerances results in a job control grading band outside the master grading band. TABLE 3. JOB MIX FORMULA TOLERANCES (Based on a Single Test) Material Tolerance plus or minus r- Aggregate passing No. 4 sieve or larger 4 percent Aggregate passing Nos. 8, 16,' 30 and 50 sieves 3 percent Aggregate Passing Nos. 100 and 200 sieves 2 percent Bitumen 0.25 percent Temperature of mix 20 F The aggregate gradation may be adjusted within the limits of Table 2 as directed, without adjustments in the contract unit prices. r- Deviation from the finalapproved design for bitumen content and gradation of aggregates shall not be greater than the tolerances permitted. and shall be based on daily plant extraction. Extraction tests for bitumen content and aggregate gradation will be r" made at least once daily. The mixture will be tested for bitumen content in accordance with ASTM D 2172 and for aggregate gradation in accordance with AASHTO T 30. The completed mixture shall be sampled at the plant to retain job control. One sample shall be taken from each sublot on a random basis, in accordance with procedures contained in ASTM D 3665. A lot shall consist of 1000 tons or each day's production and shall be divided into 4 sublots. Testing shall be in accordance with the Marshall 7-7 Method procedures contained in Chapter III of the Asphalt Institute Manual Series No. 2 (MS-2), current edition. If any two consecutive Marshall test results of any property do not conform to the requirements shown in Table 1, the Contractor shall take immediate corrective action. In no instance shall the percent air voids exceed +/- 1 percent of the job mix formula value. The Engineer may halt production if the Marshall'test criteria are not met and not allow it to resume until the problem is corrected. If the index of retained strength of the specimens of composite mixture, as determined by ASTM D 1075, 'is less than 70, the aggregates shall be rejected or the asphalt shall be treated with an antistripping agent. The amount of antistripping agent added to the asphalt shall be sufficient toproduce an index'of retained strength of not less than 70. , 33 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section 50 feet long and 20 feet wide placed in two sections and shall 'be of the same depth specified for the construction of the course which it represents. The underlying grade or pavement structure upon which the test section is to be constructed'shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used `on the remainder of the course represented by the test section. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix design, plant operation, and/or rolling procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the specifications. When test sections do not conform to specification requirements, the pavement shall be removed and replaced at the Contractor's expense. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second .test section also does not meet specification requirements both sections shall be removed at the Contractor's expense. Full production shall not begin without the Engineer's approval. Test sections will be paid for in accordance with paragraph 6.1. CONSTRUCTION METHODS 4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived, but only at the discretion of the Engineer. 7-8 .ft r TABLE 4. BASE TEMPERATURE LIMITATIONS Base Temperature (Minimum) Mat Thickness Deg. F " 3 in. or greater 40 Greater than 1 in. but less than 3 in. 45 1 in. or less 50 4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D 995 with the following changes% A. Requirements for All Plants. (1) Truck Scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on public scales at the Contractor's expense. Such scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. (2) Inspection of Plant. The Engineer, or his/her authorized representative, shall have access, at all tines, to all parts of the plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures. (3) Storage Bins and Surge Bins. Paragraph 3.9 of ASTM D 995 is deleted. Instead, the following applies. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (a) The bituminous mixture may be stored in surge bins for period of time not to exceed 3 hours, (b) The bituminous mixture may be stored in insulated storage bins for a period of time not to exceed 24 hours, provided an inert gas atmosphere is maintained in the bin during the storage period. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. r' 4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, and smooth metal beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material.Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated and covers shall be securely fastened. r, 7-9 4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power - propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. Pavers used for shoulders and similar construction shall be capable of spreading and finishing courses of bituminous plant mix material in widths shown on the plans. The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be capable of operating at,forward speeds consistent with satisfactory laying of the mixture. If an automatic grade control device is used, the paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: A. Ski -type device of not less than 30 feet in length or as directed by the Engineer. B. Taut stringline (wire) set to grade. C. Short ski or shoe. 4.5 ROLLERS. Rollers of the vibratory, steel wheel, or pneumatic -tired type may be used. They shall be in good condition, capable of operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. 4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles but shall not exceed 375 F. 7-10 i 7 4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated to the temperature designated by the job formula within the 7 job tolerance specified. The maximum temperature and rate of heating'shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The �^ temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will producea satisfactory mixture. It shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D 2489, and approved by the Engineer for each individual plant and for each type of aggregate used. The minimum mixing time shall be 25 seconds. The mixing time will be set to achieve 95 percent of coated particles. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of the mix shall not exceed 1.0 percent. 49 TRANSPORTING, SPREADING, AND FINISHING. The mixture shall be transported from the mixing plant to the point of use in vehicles conforming to the requirements of Section 4.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day's run can be completed during daylight, unless adequate artificial lighting is provided. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. Immediately before placing the bituminous mixture, the underlying course shall be cleared of all debris with power blowers, power brooms, or hand brooms as directed. The mix shall be placed at a temperature of not less than 250 F when asphalt cement is used. Upon arrival, the mixture 'shall be spread to the full width by an approved bituminous paver.' It shall be struck off in a uniform layer of such depth that, when the work is r" completed, it shall have the required thickness and conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise directed, placement of the mixture shall begin " along the centerline of a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 12.0 feet except where edge lanes require less width to complete the area. The longitudinal joint in one layer shall offset that in the layer immediately below by at least �., 7-11 1 foot; however, the joint in the top layer shall be at the centerline of the pavement. Transverse joints in one layer shall be offset by at least 2 feet from transverse joints in the previous layer. Transverse joints mi adjacent lanes, shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread, raked, and luted by hand tools. 4.10 COMPACTION OF MIXTURE. After spreading, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be rolled when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the surface is of uniform texture and true to grade and cross section, and the required field density is obtained. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly _ moistened, but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. Any mixture that becomes loose, and broken, mixed with dirt, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 4.11 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between old and new sections of the course. All joints shall have the same texture, density, and smoothness as other sections of the course. The roller shall not pass over. the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course, in which case the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, or other defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall 7-12 E I 6 be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. 4.12 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE (DENSITY). Pavement density will be determined by comparing the density of cores taken from the compacted pavement to the density of laboratory -compacted specimens. A. Lot Sizes. The pavement will be accepted for density on a lot basis. A lot will consist ofi (1) One day's production where it is not expected to exceed 2,000 tons. (2) A half day's production where a days production is expected to consist of between 2,000 and 4,000tons. (3) Similar subdivisions for quantities greater than 4,000 tons. B. Laboratory Density. Bituminous mixture for laboratory -compacted specimens shall be sampled on a lot basis from trucks delivering material to the job site. The lot size shall be the same as indicated in paragraph 4.12a. One sample shall be taken from each lot on a random basis, in accordance with procedures contained in ASTM D 3665. One laboratory compacted specimen shall be prepared from each lot. rThe specimens shall be compacted in accordance with ASTM'D 1559, Section 3.5. The sample of bituminous mixture may be put in a covered ., metal tin and placed in an oven for not more than 30 minutes to maintain the heat. In no instance shall the mixture cool more than 20 F below the job -mix temperature prior to compaction. The density of each specimen �. shall be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. C. Core Density. Cores for determining the density of the compacted r- pavement shall be taken on a lot basis. The lot size shall be the same as indicated in paragraph 4.12a and shall be divided into four equal sublots. One core shall be taken from each sublot on a random basis in accordance with procedures contained in ASTM D 3665. The cores shall be taken in accordance with the requirements of paragraph 4.13. The density of each core shall be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. D. Pavement Density. The pavement density shall be determined by dividing the core density of each sublot by the maximum theoretical density of the laboratory -prepared specimens. E. Acceptance Criteria. Each lot of compacted pavement will be accepted, with respect to density, when the average field density is equal to or greater than 96 percent of the maximum theoretical' density of the laboratory -prepared specimens. Sliding scale pay factors for pavements which fail to meet specified densities are listed in Table 6 below, and shall be applied to each lot. r. 7-13 TABLE 6 SLIDING SCALE PAY FACTORS Average Percent Density 96.0 and greater 95.0 - 95.9 94.0 - 94.9 93.0 - 93.9 Less than 93.0 Percent Payment 100 95 90 75 Reject 4.13 SAMPLING PAVEMENT. Core samples for determination of the density of completed pavements shall be obtained by the Engineer's representative or laboratory. The size, number, and locations of the samples will be as directed by the Engineer. Samples shall be neatly cut with a saw, core drill, or other approved equipment. Cores that are clearly defective shall be resampled. All tests necessary to determine conformance with requirements specified in this item will be performed by the Engineer. The costs for failing tests will be charged to the Contractor. A. Reaampling. Reaampling of the pavement for density will be allowed if the Contractor requests, in writing, resampling and retesting of a lot of material within 48 hours after receiving the written test results from the Engineer. A retest shall consist of all the sampling and testing procedures contained in paragraphs 4.12c, d, and e. Only one resampling per lot will be permitted. 4.14 SURFACE TESTS. Tests for conformity with the specified crown and grade shall be made by the Contractor immediately after initial compaction. Any variation shall be corrected by the removal or addition of materials and by continuous rolling. The finished surface shall not vary more than 1/4 inch for the surface course when tested with a 16-foot straightedge applied parallel with, or at right angles to, the centerline. After the completion of final rolling, the smoothness of the course shall be tested by the Engineer; humps or depressions exceeding the specified tolerances shall be immediately corrected by removing the defective work and replacing with new material, as directed by the Engineer. This shall be done at the Contractor's expense. The finished surfaces of bituminous courses shall not vary from the gradeline, elevations, and cross sections shown on the contract drawings by more than 1/2 inch. The Contractor shall correct pavement areas varying in excess of this amount by paving and replacing the defective work. Skin patching will not be permitted. 4.15 TOLERANCE IN PAVEMENT THICKNESS. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with AASHTO T 148. 7-14 i. rPavement thickness shall be not less than the specified minimum thickness. !^� For the purpose of determining the thickness of pavement, units to be considered separately are defined as 1,000 linear feet of pavement in each paving lane starting from the end of the pavement bearing the smaller station number. The last unit in each lane shall be 1,000 feet plus the fractional part of 1,000 feet remaining. One core shall be taken at random in each unit. When the measurement of the core from a unit is not deficient from the specified minimum thickness, full payment will be made. 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 in each direction core is found which is not deficient. Areas found deficient in thickness shall be removed and replaced with surfacing of the minimum thickness specified. Cores shall be taken at the discretion of the Engineer. No additional payment over the unit contract bid price shall be made for any pavement which has a thickness in excess of that shown on the plans. METHOD OF MEASUREMENT 5.1 Plant mix bituminous concrete pavement shall be measured by the number of square yards of bituminous mixture of the thickness specified, used in the accepted work. BASIS OF PAYMENT 6.1 Payment for an accepted bituminous concrete pavement shall be made at the full or adjusted contract unit price per square yard. The price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. When sliding scale pay factors are applied to pavements with density less than that C specified, payment for the material in that lot will be made at a reduced price arrived at by multiplying the contract unit price by the pay factor. END OF SECTION r, 7-15 SECTION 8 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 1.1 This item shall consist of reinforced structural portland cement concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS 2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is _ started. Test certificates for each of the materials shall be submitted by the Contractor for approval. Materials shall be stored and handled to insure the preservation of their _ quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. _ In no case shall the use of pit -run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. Coarse aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. 2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2, when tested in accordance with ASTM C 136: 8-1 r 2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by -the Engineer from the supply of the material being furnished or proposed for use on the E.., work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air -entraining admixtures shall meet the requirements of ASTM C 260. Air -entraining admixtures shall be added at the mixer in the amount necessary to produce the specified air content. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751. 2.8 JOINT FILLER. The filler for joints shall meet the requirements of Section 8, unless otherwise specified in the proposal. 2.9 STEEL REINFORCEMENT. Reinforcing shall consist of deformed bars of either structural, intermediate or hard grade billet steel conforming to the requirements of ASTM A 615. 2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 r Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 3091 Type 2 r- CONSTRUCTION METHODS 3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the 8-3 7 TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation Percentage by Weight Passing Sieves (square openings) 2" 1-1/21' =1" 3/4" 1/2" 3/8" No.4 No. 4 to 3/4 in. 100 90-100 20-55 0-10 No. 4 to 1 in. 100 90-100 25-60 0-10 No. 4 to 100 95-100 35-70 10-30 0-5 1-1/2 in. TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation (square openings) Percentage by Weight Passing Sieves 3/8 inch 100 No. 4. 95-100 No. 16 45-80 No. 30 25-55 No 50 ` 10-30 No. 100 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in paragraph 2.6 on admixtures, in sufficient quantity to produce'the required workability as approved by the Engineer. 2A CEMENT. Cement shall conform to the requirements of ASTM C 150 TI rpe I. The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 8-2 r Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength �^ of 4,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 pounds of cement per cubic yard. The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches as determined by ASTM C 143. 3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump r- test specified in ASTM C 143. F 3.6 MMNG. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. r 3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40 F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 nor more than 100 F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. 8-4 r Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 39 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. . 3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement., Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a 8-5 large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to `assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete " takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against ,. concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be �- cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane r surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted r- and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be 'done with a rubbing machine. 3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations., The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material: Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to, prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall ' be kept wet at all times until removed to prevent the' opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 3.17 ` ` DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly`so that it will not be displaced or moved during the placing of the concrete. 3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 F, the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50 and 100 F. 3.19 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper' -tools. Joint filling shall not be started until after final curing and shall be done only when the `concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENTS AND BASIS OF PAYMENT 4.1 The cost of portland cement concrete and reinforcing steel in pay items involved in the contract shall be included in the unit bid'price of such pay items and no direct payment will be made for yardage of portland cement concrete'.or poundage of reinforcing steel. END OF SECTION 8-7 r10- r a SECTION 9 CONCRETE SLABS, CURB AND GUTTER AND MISCELLANEOUS CONCRETE WORK DESCRIPTION j 1.1 GENERAL. This item shall consist of portland cement concrete curb and gutter, concrete slabs, and other miscellaneous concrete work constructed in accordance with these specifications at the specified locations in accordance with the dimensions, lines and grades as shown on the Plans or as required by the Engineer. i' MATERIALS 2.1 CONCRETE. Plain and reinforced concrete used in concrete slabs, curb and gutter and miscellaneous concrete work shall conform to the requirements of Section 8, Structural Portland Cement Concrete. CONSTRUCTION METHODS 3.1 GENERAL. The Contractor shall furnish all labor, materials, and service necessary for, and incidental to, the completion of all work as shown on the drawings r- and specified herein. All machinery and equipment owned or controlled by the P Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 3.2 PREPARING SUBGRADE. Excavation or filling for curb and gutters, slabs, and other miscellaneous concrete work shall conform to the lines and grades as shown on the plans or as established in the field. Where concrete work is on fill, the material shall be placed in layers and given compaction, by appropriate methods, equal to that specified in Section 3, Excavation and Embankment. Placing of curb and gutter or other concrete work on narrow embankment will not be permitted. Where curb and gutter or other concrete work is in "cut," the subgrade shall be excavated to the required depth and fine graded, sprinkled and tamped by hand tampers or other appropriate method. In any case, the subgrade shall be brought uniformly to the grade required by the grades established in the field and the detail of the sections shown on the plans, and thoroughly compacted. 9-1 3.3 FORMS. Forms for curb and gutter shall be approved type metal forms. The form sections shall be straight, free of warp and of a depth equal to the depth of the concrete section formed.. The forms shall consist of a back form, and a gutter form. Forms shall be constructed accurately to "lines and grades as shown on the plans or as established in the field, shall be adequately braced so that they will not move during placing of the concrete, and shall remain in place at least twelve (12) hours after placing of concrete. Forms shall be oiled with a light oil before each use and forms which are to be reused shall be cleaned immediately after use and maintained in good condition. Forms for concrete slabs and other concrete work shall also conform to provisions of this paragraph.. Forms for curb and gutter on curves with a radius of 150 feet or less shall be flexible steel forms. 3A MACHINE LAID CURB AND GUTTER. The concrete curb and gutter sections may be formed with a curb and gutter laydown machine, provided the machine is capable of laying the curb and gutter to the proper grade, alignment, and cross-section, and is equipped with adequate vibrators to produce a dense concrete free of honeycombs. Laydown machines that cannot meet the above requirement will not be acceptable for use. 3.5 PLACING. Concrete shall be deposited in place in such a manner as to require the minimum of rehandling and shall be placed in a manner which will produce a uniformly dense section, free of honeycomb or other voids, conforming to the grade, _ thickness, and shapes shown on the plans. Before placing concrete, the subgrade shall be sprinkled so that 'it is in a thoroughly moistened condition (but not muddy). The concrete base course `shall be formed to the true section as shown on the plans for the various sections. The section shall be shaped by the use of a metal screed shaped to the true cross -Section of the finished section, or by other method approved by the Engineer. On curb and gutter sections, the front face of the curb shall be formed by a method approved by the Engineer. A thin layer of concrete grout followed by a heavy metal screed, approved by the Engineer, may be used in forming the front face of the curb and gutter section. The grout shall be placed and finished immediately behind the initial — placing operation to insure a proper bond between surfaces. If in the opinion of the Engineer, a proper bond is not provided, the section will be removed and replaced at the Contractor's expense. Concrete shall be thoroughly spaded or vibrated in order to eliminate honeycomb. Honeycombed places in the back of curb or face of gutter will not be permitted. Small honeycombed places shall be patched immediately as directed by the Engineer. Concrete shall not be placed when the temperature is less than 40°F and under no circumstances shall it be placed on frozen ground. 3.6 JOINTS. Curb and gutter and gutter shall be constructed with an expansion joint at the tangent point of each return at intersections and at the end of each day's concrete pour. A construction or contraction joint shall be located at 10-foot intervals, or at each template or as directed by the Engineer. All joints shall be perpendicular to the surface 9-2 is of the concrete and to the axis of the section. The contraction joints shall be made at 10-foot intervals by cutting into the curb and gutter sections with a trowel a depth of j' approximately 2" to 21/2"; these joints shall be finished as specified under finishing. Expansion joint material shall be an approved pre -formed bituminous impregnated non - extruding type jointing material. The joint material shall be 1/2inch thick, and shaped to the section of the curb and gutter or other work. 3.7 FINISHING. Curb and gutter, gutter, concrete slabs, and other miscellaneous concrete work shall be accurately shaped to the cross section shown on the plans or approved by the Engineer and finished to a surface of uniform texture by floating with a wood float and trowelling. The final finishing shall be done with a brush, the last stroke being one from the back of the curb to the lip of the gutter and transversely on other work. Both sides of all joints, the lip of the gutter, and back edge of the curb shall be finished with an approved edging tool before the final brushing. Curves at top and bottom of curb section shall be accurately shaped and finished and the finished curb and gutter shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutters or slabs. Particular care shall be exercised at all valley gutters, both in setting forms and finishing, to insure that the shape of the gutter shall conform to the details of the plans and that no water pockets will be formed either in the gutter or the pavement. At construction joints the mortar shall be cut the full width of the joint in the base course. The construction and contraction joints shall be neatly formed and finished with an approved edging or grouting tool of such design to groove the joint approximately 3/4" in depth. r' 3.8 BACKFILLING. After the concrete work has set sufficiently, the spaces adjacent to the structure shall be refilled to the required elevation with material specified in Section 1, Excavation and Embankment. 39 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited in embankments, shoulders, or as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition, unless otherwise shown on the drawings. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. Performance of the work described in this paragraph is not payable directly but shall be considered as subsidiary obligation of the Contractor, covered under the contract unit price for the structure. 9-3 r METHOD OF MEASUREMENT 4.1 Actual installed quantities of curb and gutter, concrete slabs, and other miscellaneous concrete workwill be measured. 'Curb and gutter and gutter will be measured and paid for on a linear foot basis, and concrete slabs and other miscellaneous concrete work will be measured and paid for on a square yard basis. BASIS OF PAYMENT 5.1 Payment for this work will be made at the contract unit prices for the units as shown below for' the various items, which unit, prices shall include all costs of labor, superintendence, materials, and equipment necessaryfor the proper performance of the work, including all excavation, and grading, in accordance with the plans and specifications. END OF SECTION 9-4 r 6 SECTION 10 WIRE FENCE WITH STEEL POSTS DESCRIPTION 1.1 This item covers the requirements for furnishing materials and constructing new wire fences and gates with steel posts in accordance with the details included herein and as shown on the plans. The fence to be erected shall be five strands of barbed wire as indicated on the plans and in 'the bid proposal. MATERIALS 2.1 WIRE. A. Barbed Wire (Zinc -coated). Zinc -coated barbed wire shall be 2-strand twisted No. 12 1/2 ASW gauge galvanized steel wire with 4-point barbs of No. 14 ASW gauge galvanized steel wire. All wire shall conform to Fed. Spec. RR-F-221, Type A. The barbs shall be spaced approximately 4 inches apart. B. Barbed Wire (Aluminum -coated). Aluminum -coated steel barbed wire shall be 2-strand twisted No. 121/2 ASW gauge. The 4-point barbs of No. 14 ASW gauge aluminum -coated steel wire shall be spaced approximately 5 inches apart. The steel wire shall have a tensile strength of between 60,000 and 80,000 pounds per square inch and the aluminum coating shall have a minimum weight of .30 ounce per square foot of wire surface on the No. 12 1/2 ASW gauge line wire and .25 ounce per square foot of wire surface on the No. 14 ASW gauge barbs. C. Bracing Wire (Zinc -coated). Wire used for cable for bracing shall be No. 9 smooth galvanized soft wire. 2.2 FENCE POSTS, GATES, RAILS, BRACES, AND ACCESSORIES. These items, when specified, shall conform to the requirements of Fed. Spec. RR-F-191. 4 2.3 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi. CONSTRUCTION METHODS 3.1 GENERAL. The fence shall be constructed in accordance with the details on the plans and as specified herein using new materials, and all work shall be performed in a workmanlike manner satisfactory to the Engineer. Prior to the beginning of the work or upon the request of the Contractor, the Engineer shall locate the position of the work by r 10-1 establishing and marking the property line or fence line. When directed, the Contractor shall span the opening below the fence with barbed wire fastened to stakes of the required length at locations of small natural or drainage ditches where it is not practical to conform the fence to the general contour of the ground surface. The new fence shall be permanently tied to the terminals of existing fences whenever required by the Engineer. The finished fence shall be plumb, taut, true to line and ground contour, and complete in every detail. 3.2 CLEARING FENCE LINE. The site of the fence shall be sufficiently cleared of obstructions, and surface irregularities shall be graded so that the fence will conform to the general contour of the ground. The fence line shall be cleared to a minimum width of 2 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructions which will interfere with proper construction of the fence. Stumps within the cleared area of the fence shall be placed a uniform distance above ground, as specified in the plans. When shown on the plans or as directed by the Engineer, the existing fences which coincide with, or are in a position to interfere with, the new fence location shall be removed by the Contractor as a part of the construction work unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other material acceptable to the Engineer and shall be compacted properly with tampers. The work shall include the handling and disposal of all material cleared, excavated or removed, regardless of the type, character, composition, or condition of such material encountered. 3.3 INSTALLING POSTS. All posts shall be spaced as shown on the plans. Corner, brace, anchor, end, and gate posts shall be set in concrete bases as shown on the plans. The top of the base shall be slightly above the ground surface, trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts,anchor bars, flanges, etc., shall be replaced, tamped, and leveled. When posts are driven, care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the Contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be grounds for extension of time. 3.4 BRACING. All corner, anchor, end, and gate posts shall be braced as shown on the plans. Anchor posts shall be set at approximately 500-foot intervals and braced to the adjacent posts. 10-2 ro 3.5 INSTALLING WIRE. All barbed wire shall be placed on the side of the post away from the property, or as directed, at the height indicated on the plans. Care shall be taken not to stretch the wire so tightly that it will break in cold weather or pull up corner and brace posts. All horizontal wires shall be fastened securely to each post by fasteners or clips designed for use with the posts furnished. The wire shall be secured to prevent slipping up and down the post. Barbed wire strands shall be stretched and each strand secured to each post to prevent slipping out of line or becoming loose. At end, corner, and gate posts the barbed wire shall be securely wrapped and anchored once abut the post from outside and secured against slipping by tying the ends with snug, tight twists. However, on spans of less than 100 feet both ends of the span need not be wrapped around the posts. 3.6 SPLICING WIRE. Splices in barbed wire will be permitted if made with an approved galvanized bolt -clamp splice or a wire splice made as follows: The ends of each wire shall be carried 3 inches past the splice tool and wrapped around the other wire for at least six turns in opposite directions. After the tool is removed, the space occupied by it shall be closed by pulling the ends together. The unused ends of the wire shall be cut close to make a neat, workmanlike job. 3.7 INSTALLING GATES. The gates shall be hung on gate fittings as shown on the rplans. They shall be attached in such a manner that the gate cannot be lifted off the hinges. Gates shall be erected to swing in the direction indicated and shall be provided r.. with gate stops, as specified or as shown on the plans. Gates shall be erected at locations shown on the plans. r- 3.8 EXISTING FENCE CONNECTIONS. Wherever the new fence joins an existing fence, either at a corner or at the intersection of straight fence lines, a corner or anchor post shall be set at the junction and braced and anchored the same as herein described d for corner posts. If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span. 39 CLEANING UP. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. METHOD OF MEASUREMENT 4.1 Fences shall be measured in place from outside to outside of end posts or corner posts and shall be the length of fence actually constructed, except for the space occupied by the gates. Gates shall be measured in units for each gate installed and accepted. 10-3 BASIS OF PAYMENT 5.1 Payment shall be made at the contract unit price per linear foot for 5 strand barbed wire fence. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made at the contract unit price per each for gates. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF SECTION _ 7 r r- f SECTION 11 SEEDING DESCRIPTION 1.1 This item shall consist of soil preparation, seeding and fertilizing on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Payment will not be made for seed prior to planting and obtaining an acceptable stand of grass. The varieties and amounts of pure, live seed planted per acre shall be as follow: Common Bermudagrass (hulled) 45 lbs. Seeding shall be performed during the period between June 15 and August 1 inclusive, unless otherwise approved by the Engineer. 2.2 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures. The fertilizer shall have an analysis of 16-20-0 or 16-8-8; the figures representing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. 0-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: 1. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; 2. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or 3. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be spread at the rate of 350 pounds per acre. 2.3 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which e3dsts in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. CONSTRUCTION METHODS 3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of multipackers, rollers, drags, harrows, or other appropriate means. 11-2 r 31 DRY APPLICATION METHOD. r ' A. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 2.2. ` B. Seeding. Grass seed shall be sown at the rate specified in paragraph 2.1 immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated in'the special provisions. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. C. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. r- i 3.3 WET APPLICATION METHOD. A. General. The Contractor may elect to apply seed and fertilizer by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the 'methods and equipment described herein. The rates of application shall be as specified in the special provisions. B. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power -driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. ` The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in aline which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. 11-3 The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick -acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures maybe properly sprayed over distance varying from 20 to 100 feet. One shall be a close -range ribbon nozzle, one a medium -range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick -release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. C. Mixtures. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with ,each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at anytime and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. D. Spraying. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds. The mixtures shall be applied, by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the 11-4 r quantity of material deposited thereon. On surfaces on which mulch is not to be used, the raking and rolling r operations will be required after the soil has dried. 3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded r areas against traffic -or other use by warning signs or barricades, as approved by the E Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and ~` otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work or until a stand of grass is established as specified herein.. When either the dry or wet application method outlined above is used, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT. 4.1 The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. BASIS OF PAYMENT. 5.1 Payment shall be made at the contract unit price per acre or fraction thereof, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. END OF SECTION 11-5 SECTION 12 JOINT SEALING FILLER DESCRIPTION 1.1 GENERAL. This item shall consist of providing and installing a resilient and adhesive joint sealing filler capable of effectively sealing joints and cracks in pavements. MATERIALS 2.1 JOINT SEALERS.. Joint sealing materials shall meet the requirements of one or more of the following: A. ASTM D3405. Joint Sealants, Hot -Poured, for Concrete and Asphalt Pavements, to be used in joints between portland cement concrete and bituminous concrete. B. ASTM D3406. Joint Sealants, Hot -Poured, Elastometric-Type, to be used for all other joints in portland cement concrete pavement. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. CONSTRUCTION METHODS 3.1 TIME OF APPLICATION. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be above 50o F at the time of installation of the joint sealing material. 3.2 PREPARATION OF JOINTS. Immediately before sealing, the joints shall be thoroughly cleaned of all laitance, curing compound, and other foreign material. Cleaning shall be accomplished by sandblasting. The joints shall be sandblasted immediately prior to the sealing operation unless otherwise directed by the Engineer. The sandblasting joints shall cleaned out by the use of an oil free high pressure air jet. The final blowing operation shall precede the sealing operation by no more than 50 feet. After the joints have been blown by air, the compressible filler shall be installed in the joint followed by the installation of the bond breaker. The bond breaker shall be as recommended by the manufacturer of the sealing material. The joint faces shall be surface dry when the seal is applied. 12-1 F" r- 33 INSTALLATION OF SEALANTS. Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the Engineer before sealing is allowed. Sealants shall be installed in accordance with the following requirements: a. Hot Poured Sealants. The joint sealant shall be applied uniformly solid from bottom to top and shall be filled without formation of entrapped air or voids. A backing material shall be placed as shown on the plans and shall be nonadhesive to the concrete or the sealant material. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20a F below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the joint shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 The performance of this work shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. The cost of this work shall be included in the contract unit price for portlandcement concrete pavement. END OF SECTION 12-2 TABLE OF CONTENTS STORM WATER POLLUTION PREVENTION PLAN EAST 19TH STREET IMPROVEMENTS CITY OF LUBBOM TEXAS 1.0 General Information - A. Owner B. Contractor C. Storm Water Management Coordinator D. Subcontractor(s) E. Solid Waste Disposer 2.0 Site Description A. Description of the Construction Activity B. Sequence of Major Activities C. _ Estimated Total Site Area Disturbed D. Runoff Coefficient Calculation E. Site Map _ F. Name of Receiving Water G. Description of Outfalls 3.0 Controls _ A. Erosion and Sediment Controls _ B. Storm Water Management C. Other Controls D. Local Plans 4.0 Inspection and Maintenance A. Inspection Procedures B. Maintenance Procedures 5.0 Non -Storm Water Discharges A. List of Non -Storm Water Discharges B. Best Management Practices 6.0 Certifications A. Owner B. Contractor and Subcontractor(s) APPENDIX A Drawings of Proposed Improvements Erosion Control Details APPENDIX B Notice of Intent Notice of Termination APPENDIX C Project Description to be Posted APPENDIX D Inspection Reports 1.0 GENERAL INFORMATION A. Owner. City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 806-767-2329 Mr. Larry Hertel, P.E. B. Contractor: C . b . -M o Me S c,.! 2.4• boy- Im4-SCo -rsgRlj C. Storm Water Management Coordinator (SWMC): 'S -rF—V ' G A 11 41A A �---1 6 3 Z- 4 516 D. Subcontractor(s): 7'A P-Go I-14 - "Pt Vni TA F-P4161p^3 M I iDw c5 t GohG 4olY;t-:ee.-r - 6 q - `l / Z E. Solid Waste Disposer: :TARe.04 - LA.RR� �tzN�Gw-1 832- �StB 00810 - 3 I 2.0 SITE DESCRIPTION A. Description of the Construction Activity C The project consists of reconstruction and realignment of approximately 7800 feet of East 19th Street from Ute Avenue to East Loop 289. The existing roadway section of one lane in each direction will be expanded to include a turn lane and median section. Right of way will not be increased. Approximately 1800 feet will r have a median with curb and gutter and the remaining 6000 feet of roadway will have a center turn lane added. Existing driveways and roadways will be maintained. Drainage improvements include regrading of drainage ditches and ►� installation of concrete cross drain swales. B. Sequence of Major Construction Activities It is anticipated that the Project will take approximately 80 working days to complete. Access for residences along the north side of the project will be maintained during the construction period. C. Estimated Total Site Area Disturbed The total project consists of approximately 16 acres of which all will be disturbed during the course of the project. D. Runoff Coefficient Calculation The runoff coefficient is calculated using the Soil Conservation Service method. After the proposed improvements, the runoff coefficient is estimated to be 83.8. Runoff coefficient calculations are as follows: Surface Areas: Paved: 6.46 acres Unpaved: 9.44 acres Total Area: 15.90 acres r Runoff Coefficients (Group C soils & AMCII): Paved: 98 Unpaved: 74 r Composite Runoff Coefficient: (98)(6.46/15.90) + (74)(9.44/15.90) = 83�.8 d, According to the latest Soil Survey for Lubbock County as prepared by the Soil Conservation Service, the two types of soil on the project are Acuff loam and Estacado clay loam (see Figure 1). Slopes of the existing land are between zero and one percent. 00810 - 4 r a•,r:" y- ffM&i: • �' ,� tI'L cL77.: >" pimi nil n IVA+t•• whill I 5. � a if ' � .i 1. � I �� �:!!' ;�j���71:i' is .. r v�c.2O�k .:�'r��. i��^+�diK7Fi•+. .r:�:!J,�I � < il''L��! ' t ' 't•[.!a.k��A�,,, �-�'_J: i i + 1' �Z-...yr'.....-•. i 1 ia.�. 1•• ' Y. 11• i '�!i iPl±ria: s1i2:sl' �i��ir �'t r rvf� t���. 1�' • `:t.,j� � ` , i ..l .7! .! ir�iettifi�iil� ie4'e' s • . k , . ' : t.caacr,- t + tr' �'� "" .— is;f�:^�trYll'��.��et'S"'1 a .a •.� 1 ) 1 �:+re �sUu�•'..��;,'�yv. --..•�• :,L�}.- ? •7r-.r+s ,s �: ' t' 4j=!C P•-•t ti _ -` f'°e .er'ra-..,,�,.In�7��;, '.�i+?3u�a+��la•.. ,� ' !.-. 4�_ '.r�� �'�F Z -tl, 1 � �+. ,., _,�' - �.;LIMIT OF�w i M1- ,',i�•. -1 1 F�' rTSti�,1.1at�`v'::f;tirii...7 ill�tl PROJECT , ;' i -r .,ter �*" h'��j, r«.^' lip-►. + va� 't•'; �•t'.k 1 ►� � �! ,;:r �%'�8 tiL� r a TYi a:Ti 'u'�3. " 7." i �•: 7 S 1�� ��' ! ' _ r 1. ACUFF LOAM ft 3• ACUFF - URBAN 3 LAND COMPLEX 0 3 18. ESTACADO CLAY LOAM .S C � , r ju � 4 �• r. 1 �. `�. y ., l `j � t t 6 F •� i � j 1 LUBBOCK EAST 19TH STREET 5 1 'rZ; we9pcx. TEXAS 19 PROJECT SOIL TYPES �• t fir{► . y , 'a ! w i 9CS SOIL SVRY6Y • MM + ' a . - t.l. 8HGE7 N0. 97 9Ci1L6: Y - 90000 �;. OLLER ENGINEERING, INC. FIGURE 1 f r Acuff loams are classified by the Unified Soil Classification System (USCS) as a clay loam (CL) with a plasticity index (PI) of between 10 to 25. According to the SCS, Acuff soils erode easily under irrigation but are favorable for construction of terraces/diversions and/or grassed waterways. Acuff soils are classified in Wind Erodibility Group 5 which is slightly erodible. r Estacado clay loans are classified by the USCS as a clay loam (CL) with a PI of between 8 to 20. According to the SCS, Estacado sons erode easily under irrigation but are favorable for construction of terraces/diversions and/or grassed waterways. Estacado soils are classified in Wind Erodibility Group 4L which is erodible and requires intensive measures to control soil blowing. E. Site Map A site map is included in Appendix A which indicates the layout of the project and the location of erosion control measures. F. Name of Receiving Water Runoff from the project will flow south towards the North Fork of the Double Mountain Fork of the Brazos River herein after referred to as the North Fork of the Brazos River. G. Description of Outfalls r Outfalls are indicated on Figure 2 and on the Site Map in Appendix A. Runoff from Outfall 01 between Zenith and Vanda Avenues will flow approximately 2100 feet south before entering the North Fork of the Brazos River. Discharge from Outfall 02 will flow south along Aspen Avenue approximately 2500 feet where it enters the North Fork of the Brazos River. Discharge from Outfall 03 at Cherry Avenue would flow to the southeast approximately 1100 feet to a playa lake. r, Discharge from Outfall 04 at Guava Avenue will flow southwest approximately 1500 feet to a playa lake. Significant runoff would be required for the playa lake to fill and overflow. However, if it were to overflow, it would discharge into the r North Fork of the Brazos River located about 1700 feet south of the playa lake. 00810 - 6 4Ejcm Znf I j X N31 14 i*;; T.—Texas Agrieu tural L Experiment tation .119.1 315-0— "c ding O3186 F 3197 T ...... . PROJECT . fRO •63201 Radid Pit 7, 14 ILA3i99 N IV nk am\ 7'-'t 318' 0... (w LUBBOCK EAST 19TH STREET LUDDOM TEXAS rs 121P. jai. OUTFALL LOCATION MAP tKW3 'I'MMORAPHIC HAP UMDOCK EAST qUAMNOtE SCALS'. 1* - OW OLLER ENGINEERING, INC. FIGURE 2 MIt611I_LM MTIM, A. Erosion and Sediment Controls Erosion and sediment controls proposed for this project are as follows: 1. Ditch checks, 2. Filter fabric fences, 3. Exit controls (i.e., sweeping), and 4. Dust controls (i.e., watering). Construction details for the sediment traps and silt fences are included in Attachment A. Erosion and sediment controls will be applied as follows: 1. Use ditch checks where indicated on the drawings. 2. Filter fabric fences are to be placed around the perimeter of any material stockpiles. 3. All paved exits from the construction site will be swept by a mechanical sweeper at least three times per week. 4. Areas susceptible to dust production will be watered as needed or as directed by the Engineer. B. Storm Water Management RIO It is not practical for this project to include detention basins for storm water management. Any runoff from the project will be channeled to the discharge points indicated on the site map. r C. Other Controls r Proposed methods to control storm water contamination from other materials such as solid and hazardous wastes are: 1. Solid waste handling and disposal practices, and 2. Equipment maintenance and management practices. Solid Waste Handling and Disposal Practices Solid wastes generated from construction of the project will be disposed in a container approved for such use by the City of Lubbock Solid Waste Department. Solid wastes will be disposed by the individual or company designated in Section 1.0 that is licensed by the City of Lubbock. No construction debris or other solid wastes will be disposed of onsite. All personnel will be instructed by the Contractor regarding the proper waste disposal procedures. The Storm Water Management Coordinator (SWMC) will be responsible for ensuring proper waste handling and disposal procedures are followed. Any hazardous materials generated from the construction activities will be disposed in accordance with all local, state, and federal regulations. The SWMC will be responsible for ensuring that any hazardous wastes are disposed of properly. Equipment Maintenance and Management Practices Equipment used on the project will be properly maintained to prevent contamination of storm water from leaking fluids. The SWMC is responsible for ensuring proper equipment maintenance procedures are followed. Equipment management practices to be employed to minimize pollution of storm water include: 1. Parking equipment in an area which is not susceptible to significant runoff; and 2. Placing equipment in an area with storm water runoff controls such as diking or intercepting trenches. D. Local Plans This project is being constructed within the limits of the City of Lubbock. Consequently, coordination with the City Storm Water Management Group is required. The following activities are required: 1. File a copy of the NOI with the City prior to beginning construction, 2. Make inspection reports available for review by the City, and 3. File a copy of the NOT with the City prior to terminating construction. 00810 - 9 r 4.0 INSPECTION AND MAINTENANCE A. Inspection Inspection of the storm water management controls will be conducted according to the following schedule: 1. Minimum time between inspections: 14 calendar days. 2. Within 24 hours after a storm of OS inches or greater. The SWMC is responsible for performing the inspections and maintaining records of the inspections. Form COL-1 will be used to record the inspection. File the inspection report with the storm water management records. After the project is complete, send the entire storm water management file to the City of Lubbock. B. Maintenance Maintenance procedures will be performed as needed. It is the responsibility of the SWMC to determine when maintenance procedure are required and ensure that they are performed. Maintenance procedures for this project are: 1. Remove sediment from filter fabric fences, ditch checks, and other erosion controls when the silt depth is one third of the total height of the fence or ditch check. 2. Repair damaged erosion controls, 3. Perform procedures as necessary to maintain intermediate and final stabilization (e.g., watering, mowing, fertilizing, etc.), 4. Mechanically sweep the exit areas at least three times per week. Maintenance procedures will be completed within 24 hours from the time they are noted on the inspection report. Additionally, it is the responsibility of the ' SWMC to revise the SWPPP as required. Notification of the City of Lubbock is required should the SWPPP be revised. 00810 = 10 5.0 NON -STORM WATER DISCHARGES A. List of Potential Non -Storm Water Discharges The following is a list of potential non -storm water discharges: 1. Concrete products, 2. Asphalt products, 3. Fertilizers, 4. Fuels (diesel, gasoline, etc.), 5. Oils and greases, and 6. Cleaning solvents. B. Best Management Practices To reduce the potential for storm water pollution from non -storm water discharges, the following best management practices will be followed: 1. Only store sufficient material necessary to perform the task; _ 2. Perform equipment maintenance off site; 3. Store materials in an area with storm water management controls such as, interceptor trenches, fabric fences, covered storage, etc.; L 4. Maintain spill control and cleanup materials on site: a. Adsorbents: sand, kitty litter, etc. b. Shovels, C. Empty storage container with lid for used absorbent, d. Personal protective equipment: gloves, coveralls, face splash shield, and other equipment as appropriate for the hazard, e. Other spill cleanup and control materials as necessary. It is the responsibility of the SWMC to coordinate control and cleanup of any spills. The SWMC will also inspect the spill control materials to ensure that they are capable of handling the potential spills. 00810 - 11 6.0 CERTIFICATIONS A. Owner I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Larry Hertel, P.E. City Engineer City of Lubbock, Texas 999Y Date B. Contractor and Subcontractor(s) I certify under penalty of law that I understand the terms and conditions of the • general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this document. Furthermore, I certify under penalty of law that I will implement the requirements of the Storm Water Pollution Prevention Plan (SWPPP) to the best of my ability. Insert name of Vneral contractor General Contractor r C.B. meson Const . Co. Date r- 00810 12 Insert name of SWMC _ S rrvr.,/ p>>ha4 Signature Date _ Insert name of subcontractorts } -- lc,Q a� rha d Date -- JarCon Const. Co. A11rc AdSettle Settle Fence Co. _ -_-_ DATE `5/6 aG8�7" DATE Midwest Conc. Inc. -' F APPENDIX A Drawings of Proposed Improvements Erosion Control Details 00810 - 14 pw 10�19�1 MINE illuffill illumulik ne gill$$ ME IMINNO ME° IIIINUMN ��uuuu m�nm i�� ,dam o %s?s�%WIN Z v Ffiin�3 :!7 .. +� $'i.�sin..i`si.:_ i... ra?'rl%f}x7?}ill'l1}lJ?� �i1LYliYrlletrttt7L'l"Yu'lLt�T1YrYt1 T3�iYT.k7LTt#����f�ii� �Ar�YrT�f`'s�.. �F,1�/f��fR' �a�aa+laaa<,aa•r�c,tir rw�.aas, wu�a�� i 0 PLAN & PROF - �!�r����.�y��� r����r�� u �• • .�,�,'j1►� Y M - "1 ���';j at'd -'�1� �� 1"+l�r--�'.-t'1r, �Jj. Ili rl,t4'rJ.�Sl.�'r7��'•rrl^.Tel'rl�ii7l�;iunai/n,li�il/�.rttll�;lchl,i�Ulf:iJ.aliilnyrtll.iU1��:4Tf��•�' •F.: ):lr(y"a.aYa.i.i•�•• •ti.I. •H •... iH'.a_ N.. 7r••�t'rr n� � �y 0 11` 1 r7��A •4a�i'r?. R I t•)��FT•.•f G'�1'.c a� BUENA CASA ADDMON 156 I III 146 III 147 148 I 149 I 150 I 151 I 152 I 153 1154 I 165 I I ! r4•✓»ow•wo I 11 1� 1 1 I I 1 1 I i I I L.— t I L L -.A —L —1 n rr sT7r•11 mm LJ 1 � 'T► rs'g LULL —lJLtE! 1— • 3 • LEGE�v I C, /�/00w1 1.1a �rpO Ias qe r I W.=%,rr arseaa �. rt7L Yr 41� Ye on ... eo�eeu mw 1pp1aGbY M MbYa fs• re7ors wewnr sew�rrarnor sxicr �oo�nar srY a rmmm a >• raw aN+..cm. s.0 ter.+.w eaew u�ur. tetra ws nar ra easacm� aos..ow 94 94 90`adm 90 a ra 88 Am. wo.• 86 82 82 78 re 78 74 74 t = C II J Jdi 1, en OY�Fu•.eawq �uw anR arr w uwmG 1fM MYr vr+oj= • Mei reermam ear MVO rwu•aaA f Of 1fR! � w.r. PLAN & PROFILE O NOT MMDMDED tsar wtn i Rio 000 i � tut• i . r — — — — rr� .w rrrr.V .�.vrros,ls nr n irrrss ris r sri� ire sia^Y 1 1.Ll1l1 tafLLlL U1 1tI Ll.1 LLl LGltLlt LEC4M lw�tote.tw �� t� aowwo� tots � -rst tswro tr wwttq twt NOTE•�p TY I.aOt[0 tltMtt>• �j�p� OtliCi IOG1101 oAe-ad r �tl �� LVlIt�W tlrll TDNOT1 ML Ett.W WLn I®MR Its 4.M Ml ttT�t..cuoq tfe1.A.\ 02 02 9e 9e 94 ' 94 rn 90 too•wrt90 . m.c Be e2 e2 79 > • i 79 n ! r 74 14 J J J J J J .Ja J Id 1J J J 74 Ota.Erta...tq I.n «� FWD= • [Yt 1"I"m OtRw M wa gRow"mt SHM Me - a>! PLAN & PROFILE 0 NOT SUBDIVIDED ' � I _-�--�•— � -- ._--•- .�- -ter -- e�- - � � - - I .�L..t L/.L LlLL.IfLLI G/U2Z,LL/L til LIJL IJL L/ [!L lJ1 LdC� it/t L l..rU �/ L L .i. •' bR \\ � ias w w aoo www wL , 4 w rmi .• rv..e•ww ��K �wreww ow" a Noi..m-n w wwwo�iwm � n�m wrLo. w.LL • wf.m w N wwp Y1YiYiL1 U.rtT w•11� acrllYCTa wu amnr rl mwo � ua any r<afs� aomanla 02 02 98 98 .a 94 -- 94 90 90 88 8B 82 82 78 78 E! s114: 74 J J J J1 1 74 w '_� Q mFAGN rq I.Q y y, n 7i QA!Ikff . OFT W uw10G4 OIY po*jsm . wsr rMmww worm F*" ear T" . u• PLAN & PROFILE 0 r ap Q.6cL C.- AL tft� Ac—& G. 11 TYPICAL ROAD " vo fc. TYPICAL MEDIAN my To *c an am me powu CROP LIP dU"Nft lICTION —M— 'n u In _--- --- -.j 1 WTT WALL 1 1 ♦ CETJL Tc Slay IDRA&�lAGE STRUCTURE A CHERRY AYM JOINTING PLAN IOT To Scxe ORAN"as STRUGT m s GUAVA AVID. JOINTM PLAN '.. MOT To Sara SECTION a CUTOR+ WAU Mot TO acne ul 1 p al II 1 i ll j' j j 1 TPI e�sr«S v;��.�lr I it Irl II I 1 • 1 1 W GIDe: S•!Y CIp( slaw. / O e / ------- afM° 1 1 DRAINAGE STRUCTURE A GUAVA Avg. MOI TO SCALE DRAINAGE VALLEY a VANDA AVI L JOINTING 4 GRADING PLAN MDT TO SCALE O DRANA&M STRUCTURE s 13+50 mm TO SCALE DRAINAGE STRUCTURE b CHERRY AYI. MOT TO SCALE C[T•L WIS W"7 JOINTIN4 PLAN s at" MOT To *,am !� bl. t>MAW A YA oFML'A'AY..R r /1.A1t T.1 i R V ctAael�eu ta.r�®uL� . .26 M IaOI 1uM �01 TYPE B — THCKENED EDGE >ti Y tEIIAR M WH N I.Atme 1VL t PMA116 sl otSiW Q 1w to 1 M I •.' w Y RMtIIR00 t t0 otarol O' sUI�C 1 ti I u am _fR•r§ < No M.In at TYPE B — THICKENED EDGE R q Ir Y.eR {iPMLs A L I..�Arr : Er .Gtml tt.I.t DETAIL 'A' EXPANSION JOINTS WI MMl �! trlOm PQ Ait .6-L" M MAL 'O' ptl *-On TYPE H — DUMMY yr ttra 7 rr ttwAAl PlUOIN IAIMlI. Pr MR 0 .M I e-eMa �l 9AWW At PACs I� Kra n mwa"Wv t.se1p1O°t' DETAIL 'e rvAu a enoml ane.► sm..4" OA' CONTRACTION JOINTS "Xw t..t NO orra so+ I�Ativen Ir IM O.—K olrM two �Yso �rtr Avct DEW-W� TsAr ttm som4o etrn..`II°�`e`Ic+ ReeB16 T IB O K 4tA�1! m test [IQR. aRt0tf9 •ta. TYPE J — HINGED CONSTRUCTION JOINTS W t+w DIMENSIONS At SPAONG OF STEEL DOWELS ,7ao.a— ar eltla'Ine — V— r-Ir IrI rr I ur YOL DOIDi no M A OCKImmom JOMIt! SKUL K WON" Wd" OP nt W1[AR LE" NO IPACM SIIOM M tK tA3[ ADME .W~ /LATee AIO Lo" Dr," rope r. TT NAXc I- Tx G11NI UN ►am TWO nur[• 1VMW-air LTR6p[ DIL. nth{ CLl! 6 6Kp. L M AIO AT 101 L DRA[[ AT D 6 eY ritno or DK TMLTa11LL elite 61Q GAL. VWA& WtA"1M G ►wc TYPICAL DOUBLE SWING GAT@ DETAIL wr to Voa mmy L a• M splDLU M "VANM Tg WT K UND raR GLT[ com AIO Apom ►as" N tm or AIOK me O r oL 6CKpl[ .O GALvAme M[ MT K UKD ►OL ARO.[ 6[K[6 P U[U K TIIOK WOW LtKlh VOLL K A6 WWM I AW it IU f:y�r•�� � � 2 t• 4: xf s���� �``�'' �IY dr i0- O Q TYPICAL l3AWSM WIRE FMCM- IM TO WG= -W AL ►06T6 T POeTTT TO Of WT AT $4 00T M41L ePACM • FACTORY MASSEUR" Mi" 1NTM eIPPM WTOq 0 OO UMV. ePACNG OP PTO LYT ce NLPCAGW TO e ISr NAIEAAA L "Mm Two Ee=-o Or I1701 CLOTH /AO1 EA011 OT11A n4ET 6MMW e! OYERA►PBO 6 DK0M AT DE POSTE, MO FCLOW. D(15do4. er F OOG MO TDEMML DAO U COwACT ROr GR033 °v>=CTION 0 YQ WX IeQ ►Oa 6 r II r WPM 1� ug PLAN FILTER FMM DETAIL ,Ts Ct TIIew O� ® DITCH CHUCK DETAIL FOR VUG DItGF1 O..-F ae�s b— Q DITCH CHECK FOR TRAPEZOIDAL DITCH OCT TO 9c^A 7 r- r APPENDIX B Notice of Intent Notice of Termination 00810 - 25 See Reverse for Instructions Forth Approved. CUB No. =404 °e Approval axprast: 631.9s t " United States Environmental Protection Agency HPOES Washington.00 20460 FORM \��E Notice of Intent (NPAOI) for Storm Water Discharges Associated with industrial Activity Under the NPDES General Permit Submission of this Notice of Ghent constitutes natice that the pally identified in Section I of this form intends to be authorized by a NPDES permit Issued for storm water discharges associated with indusb'iaf activity In the State identified In Section If of this form. Becortnnq a permiCee obligates such discharger to comply with the terms and conditions of the pemdL ALL NECESSARY INFORMATION MUST SE PROVIDED ON THIS FOAM. I L Facility Operator Infcrmaden 1 Name. j C, I, T. Y, , O. F. , L, U, B, B, O, t^, tc. t I Phone: 18 ,0 t6 17 16 1712 t 3 t d �q�; I P t r i B r O r Xr r 2 r U r U r O r r r r r r r r r r t t r r r r t r , t r SOwnwerlGperat0r: a ply LL, U r B, B, Ot G Kr t t r , t r t t ► t r ►' r t Sty LT_a j ZIP Code: 1 7 t A r 4 t S r 7 r' r r IL FacMWSite Location Irtfamration Is Imacay Name: I E, A, S, T, , 1., 9, Tr H, , S, T, Rr E. E, Tr • , , t , r , , t t r r r I Indiiaan Laf1dS?� N m , , , r , , .. t t , r j j qty 1 L I U, B, B I Q I C I K l r , t, t r�ZI p Code; 17 r 9 t d ill t 3 t' t , r t L.anxw 13131 3 l 4 14 ► O I LArtgittrde: L Z► Of 1d_ t 8 i 0 u 0 I Quarter. lf1 sectiart: L_,1 Township: I t t l Range; ICJ , UL She Activity Information t•aft ICI T Y i j MS4OperatorName: , t , , r O, Ft , Lt Ur i3, B, Or C', Kt r • r , , , Receiving Water Body: ( r 1 , - I , t , r , , lift t • f It You are Filing as a Co-permittee, Are There Existing © is the F{equired Uo Submit ❑ Enter Storm Water General Permit Number. ( . , � Quantitative Data? (Y or N) Monitoring ata? (f, 2. or 3) SIC or Designated r• n ACivity Code: Primary: C O 2nd: St Of I 3rd: c, a ► � • 4th: [Clot I It Tbis cadcr4Facility is aGeu Member up Enter Number ` If You Have Other Existing NPDES Perri ts. Enter Permit Numbers: IV. Additional tntonTalion Required for Construction AcxlMes Only Project Completion Start Date: Date: Is the Storm Water Pollution Prevvatont Plari p�ad �): ( , 1, 61 Sediment �atel z andl�r� FZI V. Certification I certify under penalty of law that this document and all attachments were prepared under my drecdon or supervision in accordance with a system designed to assure that qualified personnel property gather and evaluate the Information submitted. Based an my inauky of the person or persons who manage the system. or those persons directly responsible for gathering the irsformadon. the information submitted is, to the best of my krcwledge and belief. true, accurate. artd complete. I am aware titat Caere are significant penalties for submitting hiss information, hdLding the possrbr'fcty of ftne andtmprisonment for knowing vtoiadons. - R Print Name:. Date: LLr A, R, R, Y, , Et E, R, Ti E, L, , t t t , r t , t t , r t r t , t I L , r i , Signature: EPA Form 35 t o 6 (a•sZ t� r� Printed on Recyded Paper Instructions - EPA Form 35104 Notice Of intent (NOi) For Storm Water Discharges Associated Wlth Industrial Activity 1 - To Be Covered Under The NPOES General Permit ` Who !dust File A Notice Of intent (NOQ Form Those facilities that must submit monitoring data (e g., choice Z) are: Section 313 EPCRA lactibes: primary metal industcim Land disposal unitsAnrineratorwelFs; wood Federal law at 40 CS Part 122 prohibits point source discharges of storm crater treatment facilities; faciliies with coal pile nutoS; and, battery reciaimers. associated with industrial activity to a water body(les) of the U.S. without a National Pollutant f0ischarge Brminadon System (NPOES) permit. The operator of an industrial • Ust. in descending order of significance. up to four 4dgtt standard industrial activity that has sucti a storm water discharge must submit a NOI to obtain coverage dassificaWn (SIC) codes that best describe the prtrnspal products_ or services provided under the NPOES Storm Water General Permit. I you have questions about whether at the facility or site Identified In Sectors II Of this applicati= you need"a permit under the NPOES Storm Water program or if you need intormadon as to whether a parttCAar program is administered by EPA or a state agency, contact Far indtutriat activities defined in 40 CFR 122.26(b)(14)(0-(4) that do not have SiC r Via Storm Water Hotline at (703; 821-4823. codes that accurately describe the principal products produced or services provided the following 2•clutracter codes ate to be used: rHZ Where To File N01 Form - Hazardous waste treatment. storage. or disposal facilities, Including those that I I NOts must be sent to the following address: am operating under Interim status or a permit under subtitle C of RCRA E40 CFR IZL26 (b)(14)(iv)); Storm Water Notice of Intent LF - landfill& land application ates, and open dtunps that receive or have received fr PO Box 1215 any industrial wastes. kid, ng those drat are subject to regulation under Newington. VA 22122 subtitle 0 of RCRA (40 CFR 127,26 (b)(14)(v)j: SE - Steam electric power generating facilities, Including coal handling sites 140 CFR Computing The Form 1ZL26 (b)(14)('di)1; TW - Treatment works treating domestic sewage or any other sewage Sludge or r" You m st type or print using upper-case letters, to the appropriate areas only. Please wastewater treatment device or system, used in the storage. anatihhert. place a= character between the marks. Abbreviate It necessary to Stay within the recycling, and reclamation of municipal or domestic sewage 140 CFR 122 26 member of characters allowed for each item. Use One space for breaks between words. (b)(14)(Ix)j; or. but not for pur=uadon marks unless they are needed to clarity your response. It you CO - Construction activities 140 CFR 122.26 (b)(14)(x)1 f have any questions on this iam. call the Storm Water Hotline at (703) 821-4823. It the facility listed in Section It has participated In Part 1 of an approved storm water Secilon 1 Facility Operator Informaffan group application and a group number has been assigned, enter the group application number In Cie space provided. Give the, legal name of the person, firm, public organization, or arty other entity that r+ operates the facaty or site descibed in this application. The name of the operator may C there are other NPOES permits presently Issued for the facility or site listed In Section or may not be cite same as the name of the facility. The responsible party is the legal It, list the permit numbers 0 an application for the facility has been submitted but no entity that controls the h o lly's operation, rather than the plant or site manager. Do not permit number has been assigned. enter the application number. use a colloquial name. Enter the complete address and telephone number of the operator. Section IV Additional Information Required for Construction Activitles Only Enter the appropriate letter to indicate the legal status of the operator of the facility. Construction aces must complete Section rV in. addition to Sections I through Ill. Only construction activities need to complete Section rV. F - Federal M . Public (other It= federal or state) MIR S - State P - Private Enter the project start date and the estimated completion date for Cie entire development plan. Section I Facility/Site Location Information Provide an estimate of the total number of acres of the site on which soil wig be Enter the faallty s or site's ofdaal or legal name and complete street address. indxuclhv disturbed (round to the nearest &Ca). r city. state, and ZIP coda. C the facility or site lacks a street address. indicate the state. the Witude and longitude of the facility to the nearest 15 seconds, or the quarter, Indicate whether Me storm water pollution prevention plan for the site is In compliance sectim township. and range (to the nearest quarter seCfcn) of the approximate center with approved state andlor local sediment and erosion plans, permits, or storm water of the site. management plam - r i Indicate whether the facility Is located on Indian lands Section V CArtltfcatfon " .Section ill Sire Activity Information Federal statutes provide for severe penalties for submitting false information an this application lormm. Federal regulations require Cris application to be signed as follows: �., If the storm water discharges to a municipal separate stoat sewer system (MS4), enter Me name of the operator of the MS4 (e.g. municipality name. county name) and the For a corporadon. by a responsible Corporate officer. which rnearmx (q president 4 receiving water of the discharge froth the MS4. (A MS4 Is defined as a conveyance secretary, treasurer. -or vica•president of the corporation In charge of a principal or system of conveyances (inducing roads with drainage systems, rnuniapal Streets, business kmcdon, or any other person who performs simear policy or decision malting catch basins, cubsgutters, ditches. manmade csnannels, or storm drains) that to fun=ns. or (6) the manager of one or more manufacturing . production, or operating ^ owned or operated by a state, city. town. borough, county. parish, dlstifct, association, facilities employing more than 250 persons or having gross annual sates or expendltwes or other public body which is designed or used for collecting or conveying storm water.) exceeding 325 million (In aemrxiguarer 1980 dollars). B audnortty to sign documents has been assigned or delegated to the manager In accordance with corporate It the facility discharges storm water directly to receiving water(s), enter the name of the procedures: r receiving water. For a parahersWp or sofa pmpderorshlp. by a general partner or the proprietor; or It you are filing as a cn•pennitree and a storm water general pernit number has been Issued , anter that number in Me space provided. For a municipality, stare, Federal, or other public lad2 . by either a principal executive officer or ranking elected official. r., Indicate whadeer or not the owner or operator at the facility Imes existing quantitative data That represent the characteristics and Concentration of pollutants in storm water discharges Paperwork Reduction Act Matice Public reporting burden for this app►ics an Is estimated to average 0.5 hours Per Indicate whether the facGty is required to submit monitoring data by entering ono of the application. including time far reviewing instnuc funs, searching Q;ft*V data sources. r following: gathering and maintaining the data needed. and completing and reviewing the coueaioe of information. Send comments regarding the burden estimate. any other aspect of the i - Not required to submit uncnitoring data: collection of information. or suggestions for improving this form, fndudkv any 2 - Required to submit monitoring data: suggestions which may increase or reduce this burden to: Chief. Information Policy 3 - Not required to Submit monitoring data; submitting certification for monitoring Branch. PM.=. U.S. Environmental Protection Agency. 401 M Street SW. exclusion Washington, DC 20460, or Oinl=f, Office of information and Regulatory Affairs, Office of Management and Budget. Washington, DC 20503. ' w^ i J Form Approved. oms No. 2ow-=8 Please See Instructions Before Completing This Form Approval esplres: wt-es A United States Environmental Protection Agency NPOES Washington, DC 20460 FORM ��� NoticPAe of Termination (NOT) of Coverage Under the NPDES General Permit Efor Storm Water Discharges Associated with Industrial Activity Submission of this Notice of Termination constitutes notice that the party identified in Section Il of this form is no longer authorized to discharge storm water associated with industrial activity under the NPOES program. ALL NECESSARY INFORMATION MUST BE PROVIDED ON THIS FORM. 1. Permit Information NPOES Stone Water Check Here if You are No Longer ❑ Check Here if the Stone Water General Permit Number. 1 I the Operator of the Facility: Discharge is Being Terminated: 11. Facility Operator Information Name: i C i T Y , QF , TX ,B ,B ,0 ,C X , , , , , , , , I , , , , , , , I Phone: L$, 0, 61 71 61 71 21 31 aj Address: 1 P, O, B ,0 ,X , ?i Q Q q GtIr Tr Ti R R n n Td , , r ' r , , , , , • , , , , r 1 State: I T , x l . 21P Code: 17191 41 St 7, , , „ { 111. Facility/Ste Location Information Narne• { E, A, S, T 1 9, Ti K , S M R F, F, `D , Address i , , I , , , , , , , , , I City. , , , , , , , , I State: IT , X I ZIP Code: 17, Qr a, ()1' r , , , I Latitude: l 31 31 14 ! 410: L e. I L Q _j A 4 () (i Quarter. (,J Section: I I _ I Township: 1 ' ' 1 Range: UW IV. Certification: I certify under penalty of Law that all storm water discharges associated with Industrial activity from the identified facility that are authorized by a NPOES general permit nave been eliminated or that 1 am no longer the operator of the facility or construction site. I understand that by submitting this Notice of Termination, I an. no longer authorized to discharge storm water associated with industral activity under this general permit, and ittat discharging pollutants in storm water associated with industrial activity to waters of the United States is unlawful under the Clean Water Act where the discharge is not authorized by a NPOES permit I also understand that the submittal of this Notice of Termination does not'release an operator from liability for any violations of this permit or the Gean Water AcL Print Name: 1 1 , , , , , , , , , - , , , . , . 1 , , , , , , 1 Date: I , I. , I , J Signature: Instructions for Completing Notice of Termination (NOT) Form Who May Fite a Notice of Termination (NOT) Form Permittees who are presently covered under the EPA issued National Pollutant 01seharye Elimination System (NPOES) General Permit for Storm Water Dicharges Associated with Industrial Activity may submit a Notice of Termination (NOT) form when their facilities no longer have any storm water discharges associated with industrial activity as defined In the storm water regulations at 40 CFR 12226 (b)(14). or when they are no longer the operator or the facilities. For construction activities. ellmination of all storm water discharges associated with industrial activity occurs when disturbed soils at the construction site have been finally stabilized and temporary erosion and sediment control measures have been removed or will be removed at an appropriate time, or that all storm water discharges associated with industrial activity from the consmy- ton site that are authorized by a NPOES general permit have otherwise been eliminated. Final stabilization means that all soil -disturbing activities at the site have been completed, and that a uniform perennial vegetative cover with a density of 700/. of Me cover for unpaved areas and areas not Covered by permanent structures has been established. or equivalent permanent stabilization measures (such as the use of riprap. gabions. or geatextiles) have been employed. Where to File NOT Form Send this form to the the following address: Storm Water Notice of Termination P.O. Box 11as Newington, VA 22122 Completing the Form Type or print, using upper-case letters, in the appropriate areas only. Please place each character between the marks. Abbreviate if necessary to stay within the number of characters allowed for each item. Use only one space for breaks between words, but not for punctuation marks unless they are needed to clarify your response. If you have any questions about this form, call the Storm Water Hotline at (703) 821-4823. PLEASE SEE REVERSE OF THIS FORM FOR FURTHER INSTRUCTIONS EPA Form 3510-7 (8-92) Printed on Recycled Paper Instructions - EPA Form 3510-7 Notice of Termination (NOT) of Coverage Under The NPOF.S General Permit for Storm Water Discharges Associated With Industrial Activity Section I Permit Information Eater the existing NPOES Storm Water General Permit number assigned to the facility or site identified In Seaton ill. t you do not know the permit number, coatad the Storm Water Hotline at (703) a21-4823. Indicate.your reason for submitting this Notice of Termination by checking the appropriate box: t there has been a change of operator and you are no longer the operator of the facility or site Identified in Section III, check the corresponding b= t an storm water discharges at the facility or site Identified In Section III have been terminated, check the corresponding box. Section ! Facility Operator Information Give the legal name of the person, firth, public organization, or any other entity that operates the facility or site described in this application. The name of the operator may or may not be the same name as the facility. The operator of the facility is the legal entity which controls the facWs operation, rather than the plant or site manager. Do not use a colloquial name. Enter the complete address and telephone number of the operator. Section 91 FacilityiSite Location Information Enter the facility's or site's official or legal name and complete address, Inducing city, state and ZIP code. If the facility lade a street address. indicate the state, the latitude and longitude of the facility to the nearest 15 seconds, or the quarter, sectlon, township. and range (to the nearest quarter section) of the approximate center of the site. Section N Certification Federal statutes provide for severe penalties for submitting false Information on this application form. Federal regulations require this application to be signed as follows: For a corporadan: by a resportsible corporate officer, which means: (q president, secretary, treasurer, or vlcepresiderrt of the corporation in charge of a principal business function. or any other person who performs similar policy or decision making funcdons, or (li) the manager of one or more manufacturing , production, or operating facilities employying more than 250 persons or having gross annual sales or expenditures exceeding i25 million (In second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures; For a partnerslhtp or sole propdalorshlp., by a general partner or the proprietor, or For a muncO&ify, Slate, Federal, or other pubfic faaW. by either a principal executive officer or ranking elected official. Paperwork Reduction Act Notice Public reporting burden for this application is estimated to average 0.5 hours per application, incuding time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of Information. Send comments regarding the burden estimate, arty other aspect of the collection of information, or suggestions for improving this form, including any suggestions which may increase or reduce this burden to: Chief, Irdomtation Policy Branch, PM•223, U.S. Environmental Protection Agency, 401 M Street. SW, Washington. DC 20480. or Director, Office of Information and Regulatory Affairs, Office of Management and Budget. Washington, DC 20503. APPENDIX C Project Description to be Posted 00810 - 30 PI. PROJECT DESCRIPTION (POST AT SITE IN AN EASILY VISIBLE LOCATION) The project consists of reconstruction and realignment of approximately 7800 feet of East 19th Street from Ute Avenue to East Loop 289. The existing roadway section of one lane in each direction will be expanded to include a turn lane and median section. Right of way will not be increased. Approximately 1800 feet will have a median with curb and gutter and the remaining 6000 feet of roadway will have a turn lane added. Existing driveways and roadways will be maintained. Drainage improvements include: (1) regrading of drainage ditches and concrete cross drain swales, and (2) addition of storm inlets at Zenith Avenue. 00810 - 31 APPENDIX D Inspection Reports II SITE EXITS SWEPT? ALL FABRIC FENCES: Bottom of fabric still buried? Fabric torn or sagging? Posts tipping over? Depth of sediment? ALL DITCH CHECKS: Depth of sediment? Condition of sand bags? Condition of outfall? SWPPP: Plan in compliance? Changes required to Plan? OTHER rTEMS E END SECTION 00810 - 34 SPECIAL CONDMONS low OW SPECIAL CONDITIONS . 1. CHANGES IN THE WORK The Local Public Agency may increase the quantity of the work in the Contract by supplementary projects, not included in the Contract, without invalidating the Contract, and without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the validity of the guaranty bonds, and 7 without relieving or releasing the surety or sureties of said bonds. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. own 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 r 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 I•- 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 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 enable him to give the entire project his constant attention to facilitate the progress thereof. 3. TIME AND ORDER FOR COMPLETION PM No work will be allowed from November 1st through January 2nd unless approved by the Engineer. 4 SC-1 The construction covered by the contract documents shall be fully completed within 80 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 maybe necessary toy 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. S. PUBLIC SAFETY AND CONVENIENCE The safety of the public and the convenience of traffic shall be regarded as of primeimportance. It shall be the entire responsibility of the Contractor to' provide for ingress and egress to' private properly. 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 mentally able to effectually perform their duties in safeguarding and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on duty. When directing, flaggers shall use standard attire, flags and signals and follow the flagging procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. SC-2 6. ' BARRICADES AND DANGER, WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING The Contractor shall have the sole responsibility for providing, installing, moving,. replacing, maintaining, cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices for handling traffic control as indicated in the plans or as directed by the Engineer. All barricades, warning signs, barriers, cones, lights, signals and other such type devices shall conform to details shown on the plans and as directed by the Texas Manual on Uniform Traffic Control Devices. The Contractor may provide special signs not covered by plans to protect the traveling public against special conditions or hazards, provided however, that such signs are first approved by the Engineer. Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such type devices and evidence thereof shall be removed by the Contractor. 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.. The Contractor is responsible for communications with adjacent property owners during construction that may limit or deny access to their properties. 8. 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, r- SC-3 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. Temtierature 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 mixture shall not be placed when the air temperature is below 55°F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 50°F and rising. (B) HMAC April 1 till November 1 1. The asphaltic mixture shall not be placed when the air temperature is below 50°F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 45°F "and rising. (C) The engineer may use his discretion to require a cover over the asphaltic mixture when being hauled from the plant to the job site. D. Unless otherwise approved by the Engineer, the minimum temperature of asphalt materials immediately after placement by the laydown machine will be 300°F for asphaltic concrete surface: E. Standby rollers shall be located at the job site for immediate use if needed. SC-4 7 iro 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 r 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 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 f 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. SC-5 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 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 at the contractor's expense. (B) Concrete Mix Design and Preconstruction Test 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 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. SC-6 , (D) Asphalt Certified Lab Test. (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. 12. SUBCONTRACTORS The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the Contractor by the terms of the General Conditions and other contract documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regard terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. r' 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 r' The Contractor's attention is directed to the fact that pipelines and other underground installations as may be shown of the plans have been taken from the best available information. There may be other pipelines or installations. The Contractor shall save harmless the City from any and all suits or claims resulting from damage by his operations to any pipeline or underground installation. "~ It is the Contractor's 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 b" inches backfilled with 3-sack concrete. It is not the intent to require the Contractor to provide for the utility cut repair but r SC-7 r- for the individual utility company making the cut to provide their own repairs. In the case of a City underground installation, the Contractor may be required, at the Engineer's option, to repair the cut with 3-sack cement stabilized caliche at the unit price bid. 14. WORKING HOURS Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless 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 provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three �(3) full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 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 he last dayof the preceding month. SC-8 rr 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 7 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 permitted except in cases of extreme emergency and then only with the written permission of the Engineer. If Sunday work is permitted, working time will be charged on the same basis as week days. The Contractor shall complete the work within the number of working days stated in these documents. For the purpose of computation, working days will be considered to begin with 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 r- 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 r„ shall require unforeseen work or work and materials in greater amounts than these set forth in the contract, then additional working days or suspension of time r' SC-9 i r- 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. SC-10 - NOTICE OF ACCEPTANCE r„ TO: The 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: i 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 r' 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 (51/6) 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 'm 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 7