HomeMy WebLinkAboutResolution - 2008-R0036 - Contract - JD Ramming LTD - Primary Seal Coat Project - 01/24/2008 (3)Resolution No. 2008-80036
January 24, 2008
Tatem No. 4.22
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract with J.D. Ramming, LTD, of
Cibolo, Texas, for the 2008 Primary Seal Coat Project per ITB #08 -704 -DD, a copy of
which Contract and any associated documents are attached hereto and which shall be
spread upon the minutes of this Council and as spread upon the minutes of this Council
shall constitute and be a part hereof as if fully copied herein in detail.
Passed by the City Council this 24th day of January , 2008.
DAVID A. ILLER, MAYOR
ATTEST:
qcc
ReGarza, City Secretary
VED AS
City Manager/Transportation and Public Works
APPROVED AS TO FORM:
f%dV-andiver, Atto ey of Counsel
DDresfRanraingPavingPrimaryConOlSRes
.
January 17, 2008
No Text
ITB# 08-704-DD, Addendum # 1
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
SUITE 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2168 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ADDENDUM # 1
ITB # 08-704-DD
2008 PRIMARY SEAL COAT
PROJECT
December 14, 2007
January 3, 2008 @ 1:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. ADDITIONAL INFORMATION has been ADDED.
Maps for the Seal Coat Project are available at The Reproduction Company, 2102 Avenue Q,
Lubbock, Texas 79405 or at htty://pr.thereproductioncompmw.com/ .ONE MAP MAY BE
OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY.
(806) 763-7770. Additional maps may be obtained at the bidder's expense.
2. Bidder's attention is invited to the following QUESTIONS and RESPONSES.
OUESTION: Can we substitute Type C for Type 1?
ANSWER: Markings, Pavement, Prefabricated, Permanent, Type C, To Meet Txdot Specification
DMS 8240. May Be Substituted For Type I Hot Applied Thermoplastic On Asphalt
Sealcoat In The Cases Of Railroad Crossing, Turn Arrows, 4" X 18' Parking Stall
Bars, 24" Stopbars And Crosswalk. If Marking Requires Primer It Must Be Provided
In Sufficient Quantities.
QUESTION: Item 18 shows 150, 4" X 18" white Parking Bars. Should this be 4" X 18' instead
of inches?
ANSWER: Yes, 4 - inches X 18 - feet.
3. Bidders must submit the REVISED BID SUBMITTAL FORM, attached.
ITB# 08-704-DDadI
1TB# 08-704-DD, Addendum # 1
All requests for additional information or clarification must be submitted in writing and directed to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to ddoss uiinylubbock.us.
THANK YOU,
Darlene Doss
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Buyer if any language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the Buyer no later than five (5)
business days prior to the bid close date. A review of such notifications will be made.
1TB# 08-704-DDadl
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
SUITE 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2168 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
OLD CLOSE DATE:
NEW CLOSE DATE:
ITB# 08-704-DD, Addendum # 2
ADDENDUM # 2
ITB # 08-704-DD
2008 PRIMARY SEAL COAT
PROJECT
January 3, 2008
January 3, 2008 @ 1:00 P.M.
January 15, 2008 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid
(ITB). Where any item called for in the ITB documents is supplemented here, the original
requirements, not affected by this addendum, shall remain in effect.
1. Due date and time are CHANGED from January 3, 2008 at 1:00 P.M. to January 15, 2008
at 2:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed
to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to ddoss> 14)111v- lUbbock.us.
THANK YOU,
eCITY OF LUBBOCK
Darlene Doss
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It
shall be the bidder's responsibility to advise the City of Lubbock Buyer if any language,
requirements etc., or any combinations thereof, inadvertently restricts or limits the requirements
stated in this ITB to a single source. Such notification must be submitted in writing and must be
received by the Buyer no later than five (5) business days prior to the bid close date. A review of
such notifications will be made.
ITB# 08-704-DDad2 1
City of Lubbock
PUBLIC WORKS CONTRACTING OFFICE
SUITE 204, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2168 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
DATE ISSUED:
CLOSE DATE:
ITB# 08-704-DD, Addendum # 3
ADDENDUM # 3
ITB # 08-704-DD
2008 PRIMARY SEAL COAT
PROJECT
January 3, 2008
January 15, 2008 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in
the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect.
In SPECIAL CONDITIONS, Section 1, TIME AND ORDER FOR COMPLETION, CHANGE to read as
follows:
The seal coat process covered by the contract documents shall be fully completed within 122 (ONE
HUNDRED TWENTY -TWO) consecutive calendar days from the date specified in the Notice to Proceed
issued by the City of Lubbock to the successful bidder. A. The sealing and two -course application shall not
begin until June 1, 2008 and shall be completed by OCTOBER 1, 2008. The Contractor shall pay to the owner
$1,000.00 per day for each calendar day after OCTOBER 1, 2008, until completion of the sealing and two
Course application, as liquidated damages. In the event it is determined by the City that the progress of the
work is not satisfactory, the City may direct the Contractor to take such action as the City deems necessary to
insure completion of the project within the time specified.
2. Bidders must submit the REVISED BID SUBMITTAL form, attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Darlene Doss, Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to ddossiLymylubbock.us.
THANK YOU,
Darlene Doss
Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's
responsibility to advise the City of Lubbock Buyer if any language, requirements,_ etc., or any combinations thereof,
inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be
submitted in writing and must be received by the Buyer no later than five (5) business days prior to the bid close date.
A review of such notifications will be made.
ITB# 08-704-DDad3
CITY OF LUBBOCK
SPECIFICATIONS FOR
2008 PRIMARY SEAL COAT PROJECT
ITB #08-704-DD
Contract 8266
Specifications may be viewed and downloaded from
www.rfodoot.com
"A City of Planned Progress "
CITY OF LUBBOCK
Lubbock, Texas
Page Intentionally Left Blank
CITY OF LUBBOCK
INVITATION TO BID
•
TITLE:
2008 PRIMARY SEAL COAT PROJECT
ADDRESS: LUBBOCK, TEXAS
PROJECT NUMBER: 92125.9240.30000
CONTRACT PREPARED BY: PUBLIC WORKS CONTRACTING OFFICE
Page Intentionally Left
City of Lubbock, TX
Public Works Contracting Office
Contractor Checklist for
ITB # 08-705-DD
Before submitting your bid, please ensure you have completed and included the following:
1. Carefully read and understand the plans and specifications and properly complete the BID
SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. Amounts shall be
written in both words and numerals and in the event of a discrepancy the amounts written in
words shall govern. Include corporate seal and Secretary's signature. Identify addenda received
(if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
2. ✓ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to
provide a bid surety WILL result in automatic rejection of your bid.
3. `� Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
4. Ensure your bid is RECEIVED by the City of Lubbock Public Works Contracting Office prior
to the deadline. Late bids will not be accepted.
DOCUMENTS REQUIRED WITHIN TWO BUSINESS DAYS AFTER CLOSING
Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT.
This must include the signature of the agent or broker. Contractor's signature must be original.
2. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCL4L SECURITY number.
4. Complete and submit the LIST OF SUB -CONTRACTORS.
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED
NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS
COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL.
�.7rt7 ���/.�% rd�LT.v
(Type or Pr t Company i Name)
City of Lubbock
Public Works Contracting Office
In an effort to better serve our suppliers, the City of Lubbock Public Works Contracting Office is conducting
the following survey. We appreciate the time and effort expended to submit your offer. Please take an
additional moment to complete the information below. If you have any questions or need more information,
please call (806)775-2168.
City of Lubbock ITB #08-705-DD
HOW DID YOU RECEIVE NOTICE OF THIS INVITATION TO BID?
Lubbock Avalanche Journal?
Yes No
The Daily Commercial Record?
Yes No
From Plan Room or other type of service?
Yes No
Did you access the City of Lubbock website to search for bids?
Yes No
Facsimile or email from RFP Depot.com?
Yes No
Did you download from your home computer?
Yes No
Did you download from your company computer?
Yes No
Requested a copy from Lubbock Public Works Contracting Office?
_9 Yes No
Are you a member of RFP Depot?
Yes No
Other:
THANK YOU.
(Type o�Prin Company Name)
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL — (must be submitted by published due date & time)
1. UNIT PRICE BID SUBMITTAL FORM
2. BID BOND WITH POWER OF ATTORNEY OR CERTIFIED/CASHIER'S CHECK
4. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than two business days
after the close date when bids are due.)
1. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
2. SAFETY RECORD QUESTIONNAIRE
3. SUSPENSION AND DEBARMENT CERTIFICATION
4. LIST OF SUBCONTRACTORS
5. PAYMENT BOND
6. PERFORMANCE BOND
7. CERTIFICATE OF INSURANCE
8. CONTRACT
9. GENERAL CONDITIONS OF THE AGREEMENT
10. CURRENT WAGE DETERMINATIONS
11. SPECIAL PROVISIONS
12. SPECIFICATIONS
Pap_e Intentionally Left Blank
NOTICE TO BIDDERS
Page Intentionally Left Blank
NOTICE TO BIDDERS
ITB #08-704-DD
Sealed bids addressed to Darlene Doss, Buyer, City of Lubbock, Texas, will be received in the office of the Public
works Contracting Office, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 1:00 o'clock
mm. on January 3, 2008, 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:
"2008 PRIMARY SEAL COAT PROJECT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Public works Contracting Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is
actually in the office of the Public works Contracting Office for the City of Lubbock, before the expiration of the date
above first written.
Bids are due at 1:00 o'clock p.m. on January 3, 2008, and the City of Lubbock City Council will consider the
bids on January 24, 2008, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be
reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will
be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of
the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to
furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract
price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a
current Best Rating of "A" or better.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days
after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH
THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN
DISQUALIFICATION OF THE BID SUBMITTAL.
It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on December 11 2007 at 9:00 a.m., in the Municipal Building. Room CR204, 1625-13te Street, Lubbock,
Texas.
Offerors may download the specifications, at no cost, from RFP Depot at www.ffpdgpot.com.
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 Public works Contracting Officer of the City of Lubbock,
which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision
of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you require special assistance, please contact the
Public Works Contracting Office at (806) 775-2168 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48
hours in advance of the meeting.
CITY OF LUBBOCK
BRUCE MACNAIR
PUBLIC WORKS CONTRACTING OFFICER
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
Page Intentionally Left Blank
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish 2008 Primary Seal Coat
Project per the attached specifications and contract documents. Sealed bids will be received no later than
1:00 P.M. CST, January 3, 2008 at the office listed below. Any bid received after the date and hour
specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation
must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #08-704-
DD, 2008 Primary Seal Coat Project" and the bid opening date and time. Bidders must also include
their company name and address on the outside of the envelope or container. Bids must be addressed to:
Darlene Doss, Buyer
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Public Works Contracting Office.
Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does
not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
v 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non-mandat= pre -bid meeting
Street, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the
prospective bidder they represent.
2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
- 3.1 Any changes, additions, or clarifications to the TTB are made by ADDENDA information available over
the Internet at httn://www.RFPdei)ot.com. We strongly suggest that you check for any addenda a
minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT
INTERNET ACCESS may use computers available at most public libraries.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Public Works Contracting Office. At the request of the bidder,
or in the event the Public Works Contracting Office deems the interpretation to be substantive, the
interpretation will be made by written addendum issued by the Public Works Contracting Office. Such
addenda issued by the Public Works Contracting Office will be available over the Internet at
http://www.RFPdepot.com and will become part of the proposal package having the same binding effect
as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE
BINDING. In order to have a request for interpretation considered, the request must be submitted in
writing and must be received by the City of Lubbock Public Works Contracting Office no later than five
(5) days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
4
R
supplied by the City of Lubbock Public Works Contracting Office in writing or in this ITB should be used
in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB
with any individuals, employees, or representatives of the City and any information that may have been
read in any news media or seen or heard in any communication facility regarding this bid should be
disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall
be given to the Public works Contracting Officer and a clarification obtained before the bids are
received, and if no such notice is received by the Public works Contracting Officer prior to the
opening of bids, then it shall be deemed that the bidder fully understands the work to be included
and has provided sufficient sums in its bid to complete the work in accordance with these plans and
specifications. If bidder does not notify Public works Contracting Officer before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications
are sufficient and adequate for completion of the project. It is further agreed that any request for
clarification must be submitted no later than five (5) calendar days prior to the opening of bids.
BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline
to release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld
from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction.
In the event a public information request is received for a portion of your bid that you have marked as
being confidential information, you will be notified of such request and you will be required to justify
your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the
Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or
a court of competent jurisdiction that such information is in fact not privileged and confidential under
Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such
information will be made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES PERMITS TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or
may be required to pay.
8 UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
9 CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with
any employee, official or agent of the City of Lubbock.
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
-= conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of
discretion concerning this bid.
10 CONTRACT DOCUMENTS
m. 10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 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.
11 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 or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be
the bidder's responsibility to advise the Public works Contracting Officer if any language, requirements,
etc or any combinations thereof, inadvertently restricts or limits the requirements stated in this TTB to a
single source. Such notification must be submitted in writing and must be received by the City of
Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before the bid
closing date. A review of such notifications will be made.
12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR
ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO
BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Darlene Doss, Buyer
City of Lubbock
Public Works Contracting Office
1625 13`h Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164 or 806-767-2275
Email: ddoss(d,mvlubbock.us
RFPDepot: http://www.RFPdepot.com
13
14
15
ICol
TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within NINETY
(90) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful bidder.
13.2 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 ensure completion of the project within the time specified.
PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately
until incorporated into the project.. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and
methods set forth in the contract documents provide minimum standards of quality, which the Owner believes
necessary to procure a satisfactory project.
17 GUARANTEES
17.1 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).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will
be recognized and accommodated and will not, in any way, result in hardware, software or firmware
failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate
the procedures it intends to follow in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
4
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to ten sets of plans and specifications and related
contract documents for 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.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
20 TEXAS STATE SALES TAX
20.1 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.
20.2 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.
21 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.
22 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.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
_ Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result
of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall
use utmost care so as not to endanger life or property and the Contractor shall further use only such
methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 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.
24 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.
25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the
City and written notice of cancellation or any material change will be provided ten (10) days in advance
of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the
right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life
of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein
also shall be acceptable. Such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract,
whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE
FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES
FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL
INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF
LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT
NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL
BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF
OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 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 that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 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.
26.2 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.
26.3 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.
27 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.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized.
If the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
a 28.3.2 Bid for (2008 PRIMARY SEAL COAT PROJECT).
30
31
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL
FORM PRIOR TO BID OPENING.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates for Contractor and all Sub -Contractors.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
(e) The safety record of the Contractor and proposed Sub -Contractors
Before contract award, the recommended contractor for this project may be required to show that he has
experience with similar projects that require the Contractor to plan his work efforts and equipment needs with
City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar
municipal and similar non -municipal current and completed projects for the past three (3) years for review. This
list shall include the names of supervisors and type of equipment used to perform work on these projects. In
addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work
on this project in compliance with City of Lubbock specifications herein.
8
32 BID AWARD
32.1
The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 18 plus the sum of any Alternate Bids or Options the City may select.
32.2
All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3
In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
--z
determine possible Anti -Trust violations.
32.4
Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5
Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
`-
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6
NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY
AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR
PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED
BY THE REQUIREMENTS OF THIS INVITATION TO BID.
33. ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE
LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -
SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS
REQUESTED BY THE CITY.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. This policy is intended to create a level playing field for all potential
bidders, assure that contract decisions are made in public, and to protect the integrity of the bid
process. Violation of this provision may result in rejection of the bidder's bid.
9
Page Intentionally Left Blank
BID SUBMITTAL
Page Intentionally Left Blank
******** REVISED BID SUBMITTAL*******
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: #08-704-DD - 2008 PRIMARY SEAL COAT PROJECT
Bid of 11::�077.%- ._�%���:��� 7r' (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Ladies and Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a 2008 Primary Seal Coat Proiect, having
carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications acid contract documents, within the time
set forth therein and at the price stated below.
The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated below.
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
BASE BID
1. 301,613 GAL AC-5 asphalt +3% latex by volume (2% by weight) for course # 1, PER GALLON;
including labor, equipment, and preparation of existing surface.
TOTAL ITEMft1: , arl.aGr�s tClf-4 f'/GAL( 749//"S.
( Unit Price Amounts shalt be shown in loth words and numerals. to case of discrepancy. the amount showm in wards shall gove .)
2. 323,158 GAL AC-5 asphalt +3% latex by volume (2% by weight) for course #2, PER GALLO
including labor, equipment, and preparation of existing surface.
TOTAL ITEM #2: ;Z; L �15 1C ! ' � $.,i, GAL( $� �oS'o�.) ��
(unit Price Amounts shall be shown in both words and numeral . in cue or discrepancy. the amount shown in words shall govern.)
3. 11,340 CY Surface aggregate; TXDOT Precoated Grade No. 3 crushed stone, meeting gradation
And Soundness test, including loading and freight at stockpiles in the City of
Lubbock, for Course #1, including labor, equipment and preparation of existing surface.
TOTAL ITEM #3: 4 E Ltl662ggp A6kJ A1r5 $ 14),I,l . !CY( 41,o-; 0449)
(knit Price Amounts shall be shown in both words and numerals. In arse ol'discrepaney, the amount shown in words shall govern )�
�__. Bidder's initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
4, 10,773 CY Surface aggregate; TXDOT Precoated Grade No. 4 crushed stone, meeting gradation
And soundness test, including loading and freight at stockpiles in the City of
Lubbock, for Single Course and Course # 2, including tabor, equipment, and
preparation of existing surface.
TOTAL ITEM #4: A6, y -- "tom �! ,rx $ /4. —7"CY(
(Unit Price Amounts shall be shown in both words anal numerals. to case of discrepancy, the amount shown in words�ll Bove if
TOTAL BASE BID
ITEMS #I - #4:
MATERIALS:
f9..ac icilli
/ wo Ji1ea uyi6Nca
TOTAL BASE RID .�-'-
ITEMS # 1 - #4:� /it ~ tt c«JX/�� %l�.«i oaWV /.t�. �v 5ett��� $ •3
(Unit Price Amounts shall be shown in both worsts nd numerals. In case of dis repattcy, the amount shown in word's shall Bove(n.)
T,tlo.,xA6 ,;> o.ve AA-,4c rrtt.t,, y %wiz " jow
ADDITIVE OPTION
1. 14,000 EA Paint stripe tabs for all streets requiring lane line repainting, including labor, equipment,
preparation of existing surface, etc.
TOTAL ITEM #1: Dn/E ,r $! /EA(
(Unit Price Amounts shalt be shown in both words and numerals. In case ot'discrepancy, the amount shown in words shall avern)
2. 172,544 LF Type I Thenmoplastic pavement marking .100 Mil 4" solid yellow, (TXDOT DMS
8220),Including labor, equipment, and preparation of existing surface. Complete
and in place.
TO'TAI, ITEM 42: ; ci Qwt� �,,eT¢ $ •Xl ILF(5-3, 44'
(Unit Price Amounts shall be sfigArn in loth words and numerals. hn case of discrepancy, the amount shown in words shaTI govem.)
3. 48,335 LF Type I Thermoplastic pavement marking .100 Mil 4"skip yellow,(TXDOT DMS
8220),Including labor yellow,(TXDOT DMS 8220),Including labor, equipment, and
preparation of existing surface. Complete and in place.
TOTAL ITEM #3:�/t11r2'7�(/ .0 ��lT'S $ _O40 /LF(17
(Unit Price Amounts shall be sh vn in both words and numerals- In case ofdiscrepancq, the amount shown in words shah
4. 81,572 LF Type I Thermoplastic pavement marking .100 Mil 4" skip white,('TXDOT DMS
8220),Including labor, equipment, and preparation of existing surface. Complete and
in place.
"TOTAL ITEM #4: iLF(e�tL-�Sw�3,
(Unit Price Amounts shall be shoi& in both words and numerals. In cax: of discrepancy, the amount shown in words sh3 I covem.)
_ Bidder's Initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
5. 12,100 LF Type I Thermoplastic pavement marking .100 Mil 8" solid white,(TXDOT
DMS 8220),Including labor, equipment, and preparation of existing surface.
Complete and in place. / n
TOTAL ITEM #S:11��1t ` trX 6gNiS $ •�+P rLF(
(Unit Price Amounts shall be shown loth words and numerals. to case of discrepancy, the amount sho%ii in words shall govern.)
6. 1,500 LF Type I Thermoplastic pavement marking .100 Mil 8" solid yellow,(TX DOT
DMS 8220),Including labor, equipment, and preparation of existing surface.
Complete and in place.
TOTAL ITEM #6: (%!E f. GL eOV'Cw+Y6 J ` '/,LF(
(Unit Price Amounts shall be shown in both words and numerals. In se ofdiscrepaacy, the amount shown in words shall govern.)
7. 7,920 LF 24" Surface preparation on concrete materials including grinding, sealing,
premarking, elimination of existing markings, and installation complete and
in place !! 114
q
TOTAL ITEM #7:zzel�/1 `� �tX E,��✓ i�Ts $ /LF( /S'7. )
(Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
8. 3,818 LF Type I Thermoplastic pavement marking .125 Mil 24" white stop line
(TXDOT DMS 8220). Including labor, equipment, and preparation of
existing surface. Complete and in place.
ZIE
TOTAL ITEM W V04440-:5 '� /�►W //4 7ft C_ els $.�.
(Unit Price Amounts shall be shown in both words and nu rals. In case ol'diserepancy, the amount shown in words she govern )
9. 81,010 LF Type I Thermoplastic pavement marking .125 Mil 24" white continental
crosswalk (TXDOT DMS 8220). Including labor, equipment, and
preparation of existing surface. Complete and in place.
TOTAL ITEM 99 ��� '� � f[ $ .5 V �/L,F( % . . � O
(Unit Price Amounts shall be shown in both words and numcrals-.A case of discrepancy, the amount shown in wards shall bvernj
10. 5,428 EA Type It A -A raised pavement marker (TXDOT DMS 8240). Including labor,
equipment and preparation of existing surface, and installation. Complete and in
place.
TOTAL ITEM #i0;jgZE .A,7r4odW.S*
(Unit Price Amounts shall be shown in both words and numerals. In case OTcliscrepancy, the amount shown in words shall govern.)
J—rll�� Bidder's Initials
Estimated
Item Quantity
No. & Unit Description of Item Total Amount
11. 8,299 EA Type II W-R raised pavement marker (TXDOT DMS 8240). Including
labor, equipment, and preparation of existing surface, and installation.
/ Complete
-� and in place. p
TOTAL. ITEM .11 %/� sm�:�t, .l�.s t !%:E ��v " $ ." : J 1EAf-
(unit Pricy Amotu is shall be shown in both words and numerals. in ease of discrepancy, the amount shown in wurds shall govem.)
12. 111 EA Thermoplastic pavement marking Right or Left turn arrow.(TXDOT DMS
8220). Including labor, equipment, and preparation of existing surface.
complete and in place. ,+f
TOTAL: ITEM # 12: ZIAA;� ��c �s>�r�E.� �,( &"l $ /! d • -A( Aval ���+ . }
(Unit Price Amounts shall be shown in both words and numerals- In cuss of discrepancy, the amount shown in words shall govern.)
13. 8 EA
TOTAL ITEM #] 3:
(Unit Price Amounts
Thermoplastic pavement marking Railroad Crossing. (TXDOT DMS 8220).
Including labor, equipment, and preparation of existing surface. Complete and
in place.
both words and numerals. to case of discrepancy, the amount shown in words shall govern.)
14. 150 EA Type I Thermoplastic pavement marking .125 Mi14" x 18' white parking bars
(TXDOT DMS 8220). Including labor, equipment, and preparation of existing
surface. Complete and in place.
TOTAL, ITEM 4�j" $.5► I'P {EA(
(Unit Price Amounts shalt be shown in both words and numerals. in case of discrepancy, the amount shown in words shall govern.)
TOTAL ADDITIVE OPTION
ITEMS #1 - #14:
MATERIALS: 5�rl:4d
LABOR: OYFan%614P .XAc z7- / 7, K ,,
"TOTAL ADDITIVE OPTION
ITEMS # I - # 14: I v4p AL&40dzdw0
(Unit �Price Amounts shyll he shown in both
/gyp PIFs-Jvr�f+zdtr��
TOTAL BASE BID WITH ADDITIVE OPTION
epancy, the amount shown in words shall gl vIm.)
iviA"TERIALS:t.>er�fr/�� L/tv N/.ctlE,rl., ss+' a �/ /ilt s�.+��$ f 91ZO 11 d1Q
- r ,'r
LABORcP
TOTAL BASE BID XpwAg4%J4tuiof- mod' /-A—pim► ID, k'ww�P�, iv�•.Jf o
WITH ADDITIVE OPTION: Gt,E/. ar' ;C , Sir C dz�.Ow, .$
(Unit Price Amounts shall be shown in both words and numerals. In ase a�epancy. r amount shown in wurds shall—ar°om. )
Bidder hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to
Proceed" of the Owner and to substantially complete the project within 122 (ONE HUNDRED TWENTY - TWO)
__ Bidder's Initials
CONSF,CUTIVE CALENDAR DAYS thereafter as stipulated in the specifications and other contract documents.
Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) per day in
excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions
of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General instructions to Bidders.
Bidder understands that the (honer reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and
execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him.
� 14
Enclosed with this bid is a Cashier's Check or Certified Check for 1
Dollar --• ) or a Bid Bond in the sum of to E T7 Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event
the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance
certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of
written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned
upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
Date: Hie - 09
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid price.
THEREFORE, ANY CORRECTIONS TO THE BID PRICE
Authorized Signature 00
MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
,r, f^ gFrc
TO BID OPENING.
(Printed or Typed Name)
_ (Seal if Bidder is a Corpo
KITE,
Company,
_Ik.cld2 ,€?
Address
Secr t-�---
City, County
Bidder acknowledges receipt of the following addenda:
_�!•i__ — __ , _
State Zip Code
Addenda No. Date /.7
Telephone: .�U - / �}�0 ® _
_f --- -
Addenda No. _ L Date --.-..-
Fax:. ;Z}¢ - 9cZj -- SP94 ''
Addenda No. Date
Addenda No. Date
FEDERAL TAX ID or SOCIAL SECURITY No.
€ ,
f
-7 Ua ._- 00 _
W BE Firm:
Woman
B ac American
I Native American
ilispanrc
Amertmn
Asian Pacific
American
Other peci )
POST -CLOSING DOCUMENT REQUIREMENTS
The below -listed documents must be received in the Public Works Contracting Office
Not Later Than TWO BUSINESS DAYS after the close date when bids are due.
CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
SUSPENSION AND DEBARMENT CERTIFICATION
LIST OF SUBCONTRACTORS
Page Intentionally Left Blank
CITY OF LUBBOCK
INSURANCE REQU11WWNT AFFIDAVIT
To Be Completed by Bidder and Agent
Must be submitted within TWO BUSINESS DAYS after Bids Close =.J
1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able
to, within ten (10) business days after being notified of such award by the City of Lubbock, famish a valid insurance
certificate to the City meeting all of the requirements defined in this bid.
12.
K ) Contractor not /
Contractor nature (Print) � n L v � a�S
CONTRACTOR'S FIRM NAME:
J.D. Ibmirg Pavirg �V,-110
(Print or Type)
16409 BratbOn ITS
CONTRACTOR'S FIRM ADDRESS:
hx3drt, 7K 78728
IT swarm NsbxxiC cf Taxas
Name of Agent/Broker:
Agent / nature)
Address of Agent/Broker: 143 E. Austin
City/State/Zip: Gtftaxpr TK 78942
Agent/BrokerTciephoneNumber. ( 979 ) 542—3666
Date: 1/16/08
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City bus the right to reject this bid and award the contract
to another contractor. !r you have any questions concerning these requirements, please contact the Buyer for the
City of Lubbock at (806) 775-2168.
BTg NOS-704-DD - 2008 PRIMARY SEAL COAT PROJECT
CITE' OFLUBBOCx
INSURANCE REQUMMENT AFFIDAVIT
To Be Cotupleted by Bidder and Agent I�
Must be submitted within TWO BUSINESS DAYS after Bids Close
1, the undenigmed Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
me with the below identified Insurance Agent/Broker. If I am awarded this contract by the Clty of Lubbock, I will be able
to, within tan (10) business days after being -notified of such award by the City of Lubbock, furnish a valid im=c:e
certificate to the City meeting all of the requiretnents defined in this bid.
Contra (Signature) — Contractor (Prhst) ,c,., Lu S «-'3 t
CONTRACTOR'S FIRM NAAM J.D. 1 Wkg 03TMV, IAD
(pr T W T31P0)
CONTRACTOR'S FIRM! ADDRESS: 16409 Bratbcn Iarm
Pin, 7K -NM
Name of
�o
Address ofAgentBroker: 143 E. Phan
city/State/Zip: GWMngs, TK 78942
AgentBrotcer Telephone Number. (979 } 592--3666
Date: 1/16/08
140'TE TO CONTRACTOR
if tho time requirement specified above is not met, the City has The right to reject this bid and award the contract
to another tontmetor. If you have Any quostions concerning these requirements, please contact the Public WOOLS
Contracting OMce for the City of Lubbock at (806) 715-2168.
BID # 08-705-DU - 2008 SECONDARY SEAL COAT PROJECT
I
SAFETY RECORD QUESTIONNAIRE
The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government
Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section
252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for
accurately determining the safety record of a bidder prior to awarding bids on City contracts.
The definition and criteria for determining the safety record of a bidder for this consideration shall be:
The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The
City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it
related or caused by environmental, mechanical, operational, supervision or any other cause or factor.
Specifically, the City may consider, among other things:
a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC),
against the bidder for violations of OSHA regulations within the past three (3) years.
_ z b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within
the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S.
Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental
Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource
Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services
(DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies
of local governments responsible for enforcing environmental protection or worker safety related laws or
regulations, and similar regulatory agencies of other states of the United States. Citations include notices of
violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines
assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final
orders, and judicial final judgments.
C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death.
d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the
bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment,
both for the workers and other employees of bidder and the citizens of the City of Lubbock.
In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential
contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3)
questions and submit them with their bids:
QUESTION ONE
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years?
YES NO�_ X _
If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such citation:
Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty
assessed.
i Bidder's Initials
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such
firm, corporation, partnership or institution, received citations for violations of environmental protection laws or
regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement,
suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints,
indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments.
YES NO_ X—
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense or occurrence, location where offense occurred, type of offense, Final disposition of offense, if any, and
penalty assessed.
QUESTION THREE
Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm,
corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which
resulted in serious bodily injury or death?
YES NO_�
If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid
submission, the following information with respect to each such conviction:
Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty
assessed.
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF LUBBOCK
I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this questionnaire will be
investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected.
Signature
SEC CFr" AN.
Titre
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and
its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals
are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency.
COMPANY NAME:
J.D. RAMMwJ PAAN� Co. L:M,
FEDERAL TAX ID or SOCIAL S RITY Na.
Signature of Company Official:
Printed name of companyofficialsigning above; (�Jt� t.5 LU iJ I� b�11S(
Date Signed: \VLO t 't•B
LIST OF SUBCONTRACTORS
Company Name and City Minority Owned
Yes No
1. DTT CONGTRLACT10N - BERTRAM ❑ A
2. F�ASNER C,ONS"t2V«TION - SRAVNFF�G ❑ )K
3.
4.
5.
6.
7 ❑ ❑
8.
9.
10. ❑ ❑
11. ❑ ❑
12. ❑ ❑
13.
14.
15.
16. ❑ ❑
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH INSURANCE
CERTIFICATES FOR EACH SUB -CONTRACTOR PURSUANT TO SECTION 28G OF THE
GENERAL CONDITIONS.
5
PAYMENT BOND
Pap-e Intentionally Left Blank
0
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN W,000)
UP
KNOW ALL MEN BY THESE PRESENTS, that J.� Y' hereinafter called the Princi al s,
as Principal(s), and SafecD R-Ozarm ��Y ca
P O
(hereinafter called the S s), as, s , arc ld Q fi bo unto a City of Lubbock (hereinafter called the
Obligee), in the amount of �w�rs ($ 4.195.367.00 lawful money of the
United States for the payment whereof, the sat 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 24th day of
Jay , 20_ Ito 2008 Primary Seal. Ctat Project
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay
all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253,021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
1st day of Y 2008.
Safem ?robe ' cif Pica J.D. Famdn3 Paving C tq:u y, IaD
Surety
7—� � - 2z ; _z --,
(Title)
(Company Name)
By: ZEAQ U J I)bLA 1 ST
(Print Name)
,ram.-x
(Signature
E' f2E T4
(Title)
Thgu.nde�'sW ure com any represents that it is duly qualified to do business in Texas, and hereby
designates agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
S3fem Insiranoe Ctffp3w of Pmeica
Surety
(Title)
Approved as to form: lit Jams Nitgcbp-,
At[=x-y-InEact
City of Lubbock
Y.
Ci ttorney
" Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
N
PERFORMANCE BOND
Page Intentionally Left Blank
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS -GOVERNMENT CODE
(CONTRACTS MORE.MAN $100;000)
J.D. Rmning Patv!M 03%W y, LEM
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
_ Safeco nzrrn cirneriv of Fn r
(hereinafter called the Sure h ld d fimil,,b�o��n unto a City of Lubbock (hereinafter called the
Obligee), in the amount oQW
���tx't= ($ a,lq;;, R7_0 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the U- 24ay of
Jmmy 20_ ��to 2008 aifmry Seal. Omt Project
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in -full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this ist
day of Fd3arxy , 20_08
Safeoo beta mm amp%zy of Anxica J.D. Pamdng Paving Cbqp%zy, DID
Surety
+B
(Title)
Rolm Jags 1Vit9che,
Ire-F�ct
(Company Name)
By: b EA Kl (II KlbWi sT
(Printed Name)
(Signature)
CeE
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designatesHufwd Otkm HOrX1 agent resident in Lubbock County to whom any requisite notices may be delivered
and on whom service of process may be had in matters arising out of such suretyship.
Sufem IrBLuzrr-e Oman y cf Ama-im
Surety
(Title)
Rat Jarr6s Nitre,
Approved as to form: Attr�y-Intact
City of Lubbock ,
By: ,j�X_>
City Attorn y
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
• , POWER Safeco Wwranos Compa,xes
OF ATTORNEY PO Box 34526
Sedge, WA 98124-ISM
No. 114l29
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each
hereby appoint
******DAVID P. FERGUSON; VIOLET FROSCH; ROBERT LAMES NITSCHE; ROBERT K. NITSCHE; CRAIG PARKER; NINA K. SMITH- Giddings, Texas*****
its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar
character issued In the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
2nd day of June 2005
�tco�7
0-10u ��i�i�fdal,J
STEPHANIE DALEY-WATSON, SECRETARY MIKE PETERS, PRESIDENT, SURETY
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
=3 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority, to appoint individuals as attomeys4n4act or under other appropriate Was with
authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its
business... On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority
or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced; provided,
however, that the seal shall not be necessary to the validity of any such instrument or undertaking.'
Extract tram a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(1) The provisions of Article V, Section 13 of the By -Laws, and
pi) A copy of the power-of-attomey appointment, executed pursuant thereto, and
(10) Certifying that said power -of -attorney appointment is in full force and effect
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley -Watson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do
hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued
pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect
IN WITNESS WHEREOF, I have hereunto sat my hand and affixed the facsimile seal of sold corporation
1 St day of February 2008
n
vt
OVW STEPHANIE DALEY-WATSON, SECRETARY
-3 S-0974/13S 4105 Safeco and the Safeco kW am registered trademarks of Sefeco Copporatiom.
WEB PDF
CERTIFICATE OF INSURANCE
Paae Intentionally Left Blank
c:.
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: 0 2/ 0 6/ 0 8
P.O. BOX 2000, Room 204
LUBBOCK, TX 79487 TYPE OF PROJECT. # 8 2 6 7
4,. THIS IS TO CERTIFY THAT J D Ramming Paving Co. Ltd . _ (Name and Address of Insured) is,
at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for
the typed of insurance and in accordance with the provisions of the standard policies used by this company, the felrther
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY PLUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERALLIABILM
Commercial Ganerall,iability
CP03994312
06/08/07
06/08/08
Generdts-ComgateS 2,
C! Claims Made
Zurich American
2,0000
Products-ComplOp AGO $2, 0 0 0, 0 0 0
Occurrenac
Personal & Adv. injury S 1, 0 0 0. 0 0 0
11 Ownces & Contractor, Protective
Fach Oceurrenca S 1,000,000
4 BI/PD Ded $2,Soo
FiraDamage (Anyone Fire) S 3oo.000_
S
Mat Exp (Any one Person) 10,000
A=MOT/YE LUSILnY
BAP 3 9 9 4 313 0 4
06/08/07
06/08/08
Combined Single Limit S
X Any Auto
n All Owned Autos
CI
American Zurich
Bodilyhllury(Per Petsoa} S
Scheduled Autos
Bodily klury (Per Accident) S
X Hired Autos
Property Damages
X Non -Owned Autos
It
GARAGE L(ABIL17i'
13 Any Auto
Auto Only -Each Accident S
Other than Auto Only:
'
Each Accident S
Aggregate S
BUILDERS RISK
$
i 100%ofthaTotalContract Price
S
I 1NSTALLATIONFLOATER
MESSLIABILITY
AUC534714602
06/08/07
06/08/08
Each Occuncnce 5 51000,000
Umbrella Faun
American Guarantee
Aggregate S s. 000. 000
t OtherThan Umbrella Form
S
WORKERSCOMP&WATIONAND
WC3994311
06/08/07
06/08/08
EMPLOYW LIABILMY
'Mt Proprietor/ Xi Included
American Zurich
Statutory Limits
Putiaw/Executive 11 Excluded
Face Accident S 1,000,000
Officers ate;
Disease Policy Limit S 11000,000
Disease-Ench Employee S 1. 000 , 000
OTHER As required by written contract, Certificate Holder named as Primary Additional Insured on General Liability Policy.
Certificate Holder named in favor on Waiver of Subrogation on Auto Liability, General Liability and Workers Comp policy
as required by written contract.
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the insured has received written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE Zurich North American Companies
(Name of Ins r}
MUST BE SENT TO THE CITY OF LUBBOCK G� n
B N 11 —�
R itsche,CEO
Title: -Insurance Network of Texas
The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General
Liability and provide a Waiver of Subrogation in favor of the City of Lubbock.
Cliwnt#- 1ARAR
.inROM1
ACORD- CERTIFICATE OF LIABILITY INSURANCE
02/06108°""'"'
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Insurance Network of Texas
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
143 East Austin
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Giddings, TX 78942-3299
979 542-3666
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURER A: Zurich American Insurance Company
16535
J D Ramming Paving Co. Ltd.
INSURER B: American Guarantee & Liability Ins
26247
16409 Bratton Lane
INSURER American Zurich Insurance Company
40142
Austin, TX 78728
INSURER D:
INSURER E:
-- COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLIC MM/IR TION
LIMITS
A
GENERAL LIABILITY
CP03994312
06/08/07
06/08/08
EACH OCCURRENCE
$1 000 000
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTEDSES (Ea occurrence)
S300OOO
CLAIMS MADE 5_1 OCCUR
MED EXP (Any one person)
$10 000
PERSONAL & ADV INJURY
$1 000 000
X BI/PD Ded:2,500
GENERAL AGGREGATE
s2,000,000
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s2,000,000
POLICY X PRO- LOC
JECT
C
AUTOMOBILE LIABILITY
X ANY AUTO
BAP399431304
06/08/07
06/08/08
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,OUO
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
X HIRED AUTOS
X NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
B
EXCESSIUMBRELLA LIABILITY
AUC534714602
06/08/07
06/08/08
EACH OCCURRENCE
$5 000 000
X OCCUR CLAIMS MADE
AGGREGATE
s5,000,000
$
$
DEDUCTIBLE
$
RETENTION $
C
WORKERS COMPENSATION AND
WC3994311
06/08/07
06/08/08
X WC SLIMITS TATUS _ER
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$1 00O 000
E.L. DISEASE- EA EMPLOYEE
$1 000 000
OFFICERIMEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
I
I
E.L. DISEASE - POLICY LIMIT
$1 000 000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Project: #8266 As required by written contract, Certificate Holder named as Primary
Additional Insured on General Liability Policy. Certificate Holder named in favor on
Waiver of Subrogation on Auto Liability, General Liability and Workers Comp policy as
required by written contract.
"`City of Lubbock
P.O. Box 2000
Room 204
Lubbock,TX 79457
GANGELLA f IVN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
)ATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL I.0_ DAYS WRITTEN
40TICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
MPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
2EPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
""^" __ %_ ""`, I VI L ih7GJ0 I40/m40014U
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-S (2001108) 2 of 2 #S238146/M238145
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
-DLL/ (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
—7A�`! (5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE
E ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON
THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S
RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
k_ DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and 1-
qt�/ (8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this I
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
4
CONTRACT
Pate Intentionally Left Blank
;s.
CONTRACT # 8266
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 24TH day of January 2008 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to
do so, hereinafter referred to as OWNER, and J.D. RAMMING PAVING, LTD. of the City of CIBOLO, County of
GUADALUPE and the State of TEXAS hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #08-704-DD - 2008 PRIMARY SEAL COAT PROJECT - $4,195,367
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 Conditions of Agreement. J.D. RAMMING PAVING, LTD.'s bid dated January 14, 2007 is
incorporated into and made a part of this agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
CONTRACTOR: CITY OF LUBBOC , TEXAS (OWNER):
V •� - 1L n i
�lnn n� , � r i J ey. u�• — •�-�
MAYOR
- By: ATTEST:
PRINTED NAM :
TITLE:
City S cretary
COMPLETE ADDRESS: ZAnZCONTENT:
Company',, ll.'RAM M 1 Ili rt PAVldi� ���'
Address I 1 p4 OBI 0-pr nz'�.J (t.J er's Representative
City, State, Zip STi N, M< —7927O
_. ATTEST:
Director
— APPROVED ASS ORM:
Co e Secretary
Attorn y
GENERAL CONDITIONS OF THE AGREEMENT
PaEe Intentionally Left Blank
GENERAL CONDITIONS OF THE AGREEMENT
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit J.D. RAMMING PAVING. LTD who has agreed to perform the work
embraced in this contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative KEVIN LAIR, STREET SUPERINTENDENT so
designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or
inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers,
supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not
directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to
Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract' or "contract documents":
INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
-- designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s).
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the
last business address known to the party who gives the notice.
CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials. furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED I
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and _
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's
Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or
quantity of the work, nor will Owner's Representative be responsible for the construction means, methods,
techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's
Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's
failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract documents
or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall
suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension
will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor
shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed.
All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the
Owner's Representative at Contractor's expense.
2
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds
of work which are to be paid for under the contract documents, and shall determine all questions in relation to said
work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of
any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are
consistent with the obligations of this Agreement and accompanying plans and specifications provided, however,
should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor
may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the
absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be
deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given
to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision
by competent and reasonable representatives of the Contractor is essential to the proper performance of the work
and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and,maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any
location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation
that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each
part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work
found to be defective or not in accordance with the contract documents, regardless of the stage of its completion
or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously
accepted the work through oversight or otherwise. If any such work should be covered without approval or
consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at
Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such
other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be
uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
4
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in
- = conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in
the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been
charged by a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement
of any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance with
these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification
must be submitted no later than five (5) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the
progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to
such an extent as to give reasonable assurance of compliance with the schedule of progress.
6
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of
insurance specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF
A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED
ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF
SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE
ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO
THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL
PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION
COVERAGE FOR EACH SUBCONTRACTOR.
7
A.
C.
ED
E.
F
Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required)
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Products & Completed Operations Hazard
Contractual Liability
Personal Injury & Advertising Injury
With Heavy Equipment Endorsement
Owner's and Contractor's Protective Liability Insurance - . NOT REQUIRED
Comprehensive Automobile Liability Insurance - NOT REQUIRED
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, 50$ 0,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The
City is to be named as a primary 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.
Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED
Umbrella Liability Insurance - NOT REQUIRED
Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
G.
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
10
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling
of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to
- this construction project must be covered by workers' compensation insurance. This
includes persons providing, hauling, or delivering equipment or materials, or providing
labor or transportation or other service related to the project, regardless of the identity
_ of their employer or status as an employee. "
"Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-
4000 (www.tdi.state.tx.us) to receive information of the legal requirements for
coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage, " and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
-r amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
11
29
®1
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and r
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
12
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infiingement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless
the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances
within said time, any objection and/or assertion that the plans and specifications are at variance with any federal,
state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or
subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice
to the Owner's Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIOUMATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
13
I
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND) PER {
DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into Y
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages__
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner
as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative
may direct the time and manner of constructing work done under this contract so that conflicts will be avoided
and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which
the Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly
agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its
work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or
other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God
or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same
setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty
(20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to
affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall
be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for
extension, as provided herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
14
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage
shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to
be estimates, for the various classes of work to be done and material to be furnished under this contract, they are
approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials fiunished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, who have not theretofore been timely filed as provided in this contract.
15
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty
or warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's
Representative, Owner may remove and replace it at Contractor's expense.
16
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed
denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed
that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor,
and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and
Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with
the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
I
17
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum
which would have been payable under this contract, if the same had been completed by said Contractor,
then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided in this contract. In case
of any increase in cost to the Owner under the new contract as compared to what would have been the
cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or
when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner,
then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and
the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor
and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided
in paragraph 34, hereinabove set forth.
18
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
-- Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS_ SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
m,. Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
19
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the
construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or
other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied. F
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal
protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other
petroleum products or byproducts and/or asbestos.
56. NONAPPROPRIATION
All funds for payment by the City under this contract are subject to the availability of an annual appropriation for
this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the contract, the City will terminate the contract, without termination
charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the
then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at
any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City
shall not be obligated under this contract beyond the date of termination. f
57. THE CITY RIGHT TO AUDIT
At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly
authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event
such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full
amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the _
right to deduct such amounts owing the City from any payments due Contractor.
20
CURRENT WAGE DETERMINATIONS
Paae Intentionally Left Blank
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly Rate
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
1
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly
Asphalt Heaterman
9.00
Asphalt Shoveler
7.50
Concrete Finisher
9.00
Concrete Finisher -Helper
7.50
Electrical Repairer -Equipment
12.50
Flagger
6.50
Form Setter
8.00
Form Setter -Helper
6.50
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
9.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
9.00
Bulldozer
9.00
Concrete Paving Machine
9.00
Front End Loader
9.00
Heavy Equipment Operator
9.00
Light Equipment Operator
8.00
Motor Grader Operator
10.25
Roller
7.00
Scraper
7.50
Tractor -Trailer
8.50
Truck Driver -Heavy
8.00
Truck Driver -Light
7.00
2
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
3
Page Intentionally Left Blank
SPECIFICATIONS
Page Intentionally Left Blank
CITY OF LUBBOCK
PUBLIC WORKS ENGINEERING
AND
STREET DEPARTMENT
TECHNICAL SPECIFICATIONS FOR
STREET PAVING AND SEAL COAT
(_ ,20 - o `?
SPECIAL CONDITIONS
TIME AND ORDER FOR COMPLETION
The seal coat process covered by the contract documents shall be fully completed within 90
(NINETY) consecutive calendar days from the date specified in the Notice to Proceed issued by
the City of Lubbock to the successful bidder. A. The sealing and two -course application shall
not begin until June 1, 2008 and shall be completed by September 1, 2008. The Contractor shall
pay to the owner $1,000.00 per day for each calendar day after September 1, 2008, until
completion of the sealing and two course application, as liquidated damages. In the event it is
determined by the City that the progress of the work is not satisfactory, the City may direct the
Contractor to take such action as the City deems necessary to insure completion of the project
within the time specified.
2. CHANGES IN THE WORK
The Street Department may make changes in the scope of the work required to be performed by
the Contractor under the Contract or making additions thereto, or by omitting work therefrom,
without involving the Contract, and without relieving or releasing the Contractor from any of his
obligations under the contract or any guarantee given by him pursuant to the Contract provisions,
and without affecting the validity of the guaranty bonds, and without relieving or releasing the
surety or sureties of said bonds. All such work shall be executed under the terms of the original
Contract unless it is expressly provided otherwise
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 of constructing and/or installing the improvements or supply additional labor, services
or materials beyond that actually required for the execution of the contract, unless in pursuance
of a written order from the local Public Agency authorizing the Contractor to proceed with the
change. No claim for an adjustment of the contract price will be valid unless so ordered.
If 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 Street Department may order the
Contractor to proceed with desired changes in the work, the value of such changes to be
- determined by the measured quantities involved and the applicable unit prices specified in the
contract; provided that in case of a unit price contract the net value of all changes does not
increase or decrease the original total amount shown in the Agreement by more than twenty-five
(25%) percent.
3. SUPERINTENDENCE
The Contractor's Superintendent and/or his assistants will not be allowed to serve two functions
simultaneously, such operating machinery and acting as Superintendent at the same time. The
Contractor's Superintendent must be free of individual responsibilities to enable him to give the
` ' entire project his constant attention to facilitate the progress thereof.
4. PROSECUTION OF WORK
The Contractor will, before starting any work on any street, erect barricades and signs, or
provide sufficient flagmen, as approved by the Street Superintendent, to give notice to vehicular
traffic. During the construction the Contractor is to close to traffic streets, as approved by the
Street Superintendent.
At no time during the period of construction shall driveways and/or alleys be left impassable
between the night hours of 6 P.M. to 6 A.M., except during the construction of the curb and
gutter for which the driveways and/or alleys shall remain closed not more than 4 days including
72 hours for curing.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a
day such barricades and warnings, as approved by the Street Superintendent, necessary to give
notice to vehicular and pedestrian traffic of any and all obstructions and insofar as possible keep
the streets and/or alleys on which work is being done in a passable condition. During the time
the concrete is curing in the alleys and until it can be opened to traffic, the Contractor shall
maintain warning signs on barricades with lights at each end of the block until the alley can be
opened to traffic. Flagmen will be required to wear vests and use the type of flag as shown on
flagging detail sheet in specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or
fluorescent red -orange flags at least 16" x 16" in size. These flags shall be mounted high enough
on the equipment so that they will be visible to all traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each
property owner that has a car or cars parked in their driveways or garages so that each owner
might have the opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in
advance, in order that businesses may have time to adjust their plans. On all thoroughfares and
collectors, the Contractor and the City's Representatives will work with each of the businesses,
hospitals, schools, etc., so that only part of the driveways into their parking lots will be closed.
At no time will any parking lot be completely closed, without prior approval from the Owner's
Representative, unless the work is being accomplished at night and the businesses are closed.
The Contractor shall be responsible for notifying affected businesses of the proposed work and
the projected schedule for completion of this work.
Immediately after each application of asphalt, re -construction or black base construction the
Contractor shall clean, remove paper, surplus aggregate or paving materials from gutters, rubbish
and temporary structures from the street, restore in an acceptable manner all property, both
public and private which has been damaged during the prosecution of the work, and leave the
site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall
be included as part of the cost of the various items of the work involved, and no direct
compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC
CONTROL DEVICES for Streets and Highways. Part VI.
5. 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 Street Superintendent. All barricades, warning signs,
barriers, cones, lights, signals and other such type devices shall conform to details shown on the
plans and as indicated in 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
Street Superintendent.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and
other such type devices and evident thereof shall be removed by the Contractor.
6. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for
safe public travel in accordance with the Traffic Control Plan and these specifications. 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.
7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by
the Street Superintendent. The Contractor shall plan and execute his operations in a manner that
will cause the minimum interference with traffic.
The Contractor shall secure the Street Superintendent'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 a 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 an 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 Street
Superintendent. Faaggers 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 traffic, flaggers shall use standard attire, flags and signals and follow the flagging
procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and
Highways.
8. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks,
trees, poles, etc., prior to starting work. It shall be the Contractor's responsibility to remove these
obstructions at the direction of the Street Superintendent, except that the utility companies will
move their equipment at no cost to the Contractor. The Contractor will receive no compensation
for delay caused by the Utility Companies in relocating or removing their equipment.
9. TEST OF MATERIALS
The City of Lubbock Materials testing laboratory test results shall be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc. The results of such testing shall
be evaluated and final approval given by the Street Superintendent.
10. SUBCONTRACTOR
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 with regard to terminating any subcontract that the Owner may
exercise over the Contractor under any provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any
subcontractor and the Owner and said subcontractor will look exclusively to contractor for any
payments due subcontractor.
11. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground
installations as may be shown on the plans have been taken from the best available information.
There may be other pipelines or installations. The Contractor shall save harmless the City from
any and all suits or claims resulting from damage by his operations to any pipeline or
underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all
utility cuts in the limits of street construction have been properly backfilled, compacted, and the
top six -inches backflled with 2-sack flowable fill. It is not the intent to require the Contractor to
provide for the utility cut repair but for the individual utility company making the cut to provide
their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Street
Superintendent's option, to repair the cut with 2-sack flowable fill at the unit price bid.
12. 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.
14. 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 and
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.
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S.
Department of Labor, and must not pay less than the rate legally prescribed or as set forth herein,
whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2)
times the above prevailing rates. Payment for time worked on legal holidays shall be paid at one
and one-half (1-1/2) times the regular governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per
calendar day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature
invoked by HCR No. 201 of the 47th Legislature shall be paid on the basis of eight (8) hours
constituting a day's work.
17. CLEAN UP
Immediately after each sealcoat application, the contractor shall clean, remove paper, piles of
asphalt from manholes and water valves, extra aggregate that is in the gutter, rubbish and
temporary structures from the street, restore in an acceptable manner all property, both public
and private, which has been damaged during the prosecution of the work, and leave the site of
the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be
included as part of the cost of work involved, and no direct compensation will be made for this
work. The contractor will also be responsible for sweeping up the excess rock (back dragging)
- after the street is sealed. The excess rock collected will be returned to the City of Lubbock old
landfill (8425 North Ave P) or at locations as directed by the Street Superintendent. The
contractor shall be responsible for any areas that are bleeding, and will be required to place sand
until the bleeding has stopped. This work shall be done before final acceptance.
2008 PRIMARY SEAL COAT PROGRAM
2-COURSE
THOROUGHFARES
q
go
N
E V
0
zF
Q pU
w
O
a
w
O
Z ;4
C
�
O
4
d
F
QUAKER
SOUTH LOOP 299
34TH STREET
10,712
751
89,267
24,995
26,780
940
893
51,775
1,832
MLK BLVD
NORTH LOOP 289
REGIS
9,341
901
93,410
26,155
28,023
983
934
54,178
1,917
TEXAS AVE
19TH
I-27 ACCESS ROAD
2,985
781
25,970
7,244
7,761
272
259
15,005
531
NORTH QUAKER
NORTH LOOP 289
CLOVIS HWY
5,052
901
50,520
14,146
15,156
532
505
29,302
1,037
50TH
QUAKER AVE
UNIVERSITY AVE
10,107
971
97,701
27,356
29,310
1,028
977
56,667
2,005
EAST 50TH
AVE A
SOUTHEAST DRIVE
9,290
80
$2,579
23,122
24,773
869
826
47,895
1,695
98th
MLK
TO THE EAST
6,482
21
15,125
4,235
4539
160
152
8,773
312
TOTALS 454,471 127,252 136,342 4,785 4,545 263,594 9,330
2-COURSE
COLLECTORS
liJ
O
0:
O
0
zu�!
~
ul
H
a0
N H
� u�1
0
¢0
p
9.
Y
0
O
V g
Y
UO
p
t-
=
QS
F
O
0
66TH
AVE P
ELGIN
7,905
49
43,038
12,051
12,911
453
430
24,962
80
SALEM
50TH STREET
34TH STREET
5,211
31
17,949
5,026
5,385
189
179
10,410
369
AVE U
SOUTH LOOP 289
50TH STREET
6,909
38
29,171
8,168
8,751
307
292
16,919
5"
UPLAND AVE
4TH
19TH
5,250
30
17,500
4,9W
5,250
184
175
10,150
359
CANYON LAKE DR
MIXBLVD
CONCRETE DAM
7,445
32
26,417
7,397
7,925
278
264
15,322
542
58TH
UNIVERSITY AVE
AVE U
2,610
38
11,020
3,086
3,NK
116
110
6,392
226
EAST KENT ST.
1-27 ACCESS RD.
MLK BLVD
5,032
18
10,064
2,818
3,019
106
101
5,837
207
EAST KENT ST.
MLK BLVD
FM 2641
6,250
22
15,278
4,278
4,583
161
153
8,861
314
N GUAVA AVE
FM 2641
EAST KENT ST.
470
20
1,044
292
313
11
10
606
21
OLIVE AVE
SLATON HWY
SOUTHEAST DR.
1,650
28
5,133
1,437
1,540
54
51
2,977
105
TOTALS 188,887 52JM 56,666 1,988 1,889 109,554 3,877
TOTAL PRICE
2 COURSE
THOROUGHFARES
N IQ-
Q
V
O O
F-
O~
W
O
~
U'
~
-��
¢
J2
68
F-
L L
W
J
>
N
¢
U
a0
D¢
0
O
p
92ND ST.
FRANKFORD AVE
M[LWAUKEE AVE
4,954
84
46,237
12,946
13,871
487
462
26,817
949
82ND ST.
MILWAUKEE AVE
UPLAND AVE
4,652
84
43,419
12,157
13,026
457
434
25,183
891
82ND ST.
UPLAND AVE
ALCOVE AVE
55115
84
47,740
13,367
14,322
503
477
27,689
980
99M ST.
INDIANA AVE
QUAKER
4,715
84
44,007
12,322
13,202
463
440
25,524
903
98TH ST.
QUAKER AVE
SLIDE ROAD
5,212
84
48,645
13,621
14,594
512
486
28,214
9"
INDIANA AVE
94TH ST.
98TH ST.
1,290
82
11,753
3,291
3,526
124
118
6,817
241
INDIANA AVE
98TH ST.
103RD ST.
1,635
82
14,897
4,171
4,469
157
149
8,640
306
INDIANA AVE
103RD ST.
114TH ST.
3,540
42
16,520
4,626
4,956
174
165
9,582
339
INDIANA AVE
114TH ST.
116TH ST.
600
32
2,133
597
640
22
21
1,237
44
MD ST.
AVE U
TAHOKA HVff
4,922
82
44,845
12,557
13,454
472
448
26,010
921
UPLAND AVE
19TH ST.
34TH ST.
5,850
30
19,500
5,460
5,850
205
195
11,310
400
MILWAUKEE AVE.
4TH ST.
19TH ST.
5,136
82
49,615
13,892
14,885
522
4%
29,777
11018
MILWAUI EE AVE.
19TH ST.
34TH ST.
4,714
85
44,521
12,466
13,3M
469
445
259822
914
TOTALS 433,832 121,473 130,150 4,567 4,338 251,623 8,905
GRAND TOTALS 1,077,190 301,613 323,158 11,340 10,773 624,771 22,112
Furnish and Install THERMOPLASTIC MARKING MATERIALS
CITY OF LUBBOCK
Material and Installation Specifications
The City of Lubbock will receive bids for Type I, Thermoplastic Pavement Marking
Materials and Installation as described by the State of Texas in Item 666 Reflectorized
Pavement Markings, Item 677 Eliminating Existing Pavement Markings, Item 678
Pavement Surface Preparation for Markings, Item 672 Raised Pavement Markers of the
2004 "Standard Specifications for Construction of Highways, Streets and Bridges".
Materials used must comply with Texas Department of Transportation, Departmental
Materials Specification Sheets DMS — 8220 Thermo, DMS — 4200 RPM, DMS — 8240
Pre -Form, DMS — 8290 Beads.
This requirement is for four inch (4"), eight -inch (8") lane lines. This will include, Type I
marking minimum thickness shall be 0.100 inches (100 mil) for edge line markings that
include any markings next to medians and 0.100 inches (100 mil) for lane line, gore and
center-line/no-passing barrier -line markings. This will also include both solid and dashed
white and yellow lines, as required by the City of Lubbock and called for by the City of
Lubbock Traffic Engineer. Type I marking minimum thickness shall be 0.125 inches (125
mil) Twenty-four inch (24") Continental crosswalks and Twenty-four inch (24") Stop Lines
shall be installed. All areas may or may not be previously painted or marked by the City
for the proper patterns. All streets should be tabbed; some pre -marking may be required
to adjust for bike lane changes. The proportion of yellow to white will depend on the
layout being marked. The standard City of Lubbock layout consisting of two solid yellow
lines, two dashed yellow lines and two or four dashed white lane lines can be expected.
Estimated quantities are:
Estimated Quantity (feet) Or (each) Description
175,544
.100 mil Yellow Solid 4"
48,355
.100 mil Yellow Skip 4"
81,572
.100 mil White Skip 4"
12,100
.100 mil White Solid 8"
1,500
.100 mil Yellow Solid 8"
7,920
24" Surface Preparation on Concrete
3,818
.125 mil White 24" Stop Line
8,010
.125 mil White 24" Continental
crosswalk
5,428
Type II A -A raised pavement marker
8,299
Type II W R raised pavement marker
111
R or L Turn Arrow Pavement
Markings
8 each
Railroad Xing Pavement Markings
150
.125 mil 4" x 18' white parking bars
Material is to be applied throughout a 4-month period starting from the date of selection
by the City. The contractor will have a minimum of 5 days and a maximum of 10 days
after sealcoat on a section of roadway to start Pavement Markings installation. The
contractor shall complete Pavement Markings installation within fourteen (14) acceptable
working days of that section of roadway. Any extension on time must be approved by
the Engineer or his representative.
Type I pavement markings shall meet all requirements of Item 666 of the 2004 State of
Texas "Standard Specifications for Construction of Highways, Streets and Bridges", for a
minimum of 30 calendar days after installation. Pavement Markings that fail to meet all
requirements of this specification shall be removed and replaced by the Contractor at the
Contractor's expense. The Contractor shall replace all pavement markings failing the
requirements of this specification within 30 calendar days following notification by the
City of Lubbock Traffic Engineer of such failing. All replacement markings shall also
meet all requirements of this specification for a minimum of 30 calendar days after
installation.
The work performed and materials furnished in accordance with all requirements of this
specification will be paid for at the unit price bid for "Thermoplastic Marking Materials" of
the various types, colors, shapes, sizes, widths, and thickness (Type I markings)
pavement markings specified. This price shall be full compensation for furnishing all
materials; for application of pavement markings; and for all other labor, tools, equipment
and incidentals necessary to complete the work on CONCRETE or ASPHALT roadways
as required.
City of Lubbock Traffic Engineering Department
Approved by Jeryl D. Hart Jr. P.E. 42546
City Traffic Engineer
CITY OF LUBBOCK
STREET DEPARTMENT
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Street Department project shall conform to the following
specifications and associated plan sheets. Any construction or materials failing to meet the requirements of these
specifications or the plan sheets shall be removed and replaced at the Contractor's expense. No consideration will
be given to requests for reduced payments, except as specified, or extended warranties for construction or materials
not in conformance with these specifications or the plan sheets.
The Street Superintendent may require certificates from manufacturers certifying that materials or equipment to be
incorporated into the work meet these specifications. Material Safety Data Sheets (MSDS) shall be required on all
materials. All materials or equipment shall be subject to approval by the Street Superintendent before being
incorporated into any project. After approval, the source and/or character of materials shall not be changed without
written authorization by the Street Superintendent.
The term Street Superintendent used in these specifications may refer to the City of Lubbock Street Superintendent
or an individual designated by the Street Superintendent to administer these specifications and associated plans.
1.2 SPECIFICATIONS
Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality
standards, or requirements which are included in these specifications or any associated plans shall be the latest
edition and revision thereof.
When information indicated on plan sheets is different from these specifications, the information on the plans shall
govem.
1.3 WARRANTY AND ACCEPTANCE
All equipment, materials, and construction incorporated into any project covered by these specifications shall be
guaranteed against defective material and workmanship. Prior to final acceptance, the contractor shall furnish to the
Street Superintendent, a Maintenance Bond 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 or from such defects when such defects
appear within one year from the date of acceptance of the work. The determination of the necessity during the
warranty period for the contractor to repair or replace the work in whole or in part shall rest with the Street
Superintendent.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the Street Superintendent, who shall have
the authority to halt construction when, in his opinion, construction is being performed contrary to these
specifications or associated plans. Whenever any portion of these specifications or associated plans is violated, the
Street Superintendent may order that portion of construction that is in violation to cease until such violation is
corrected.
Contractor shall cooperate with the Street Superintendent in providing for sampling and testing procedures. In the
event City tests indicate out of specification materials, additional tests may be provided by the contractor at his
expense. Conflicting tests provided by the contractor will not automatically be considered as compliance with
specifications, but will be considered only as additional information to be used by the Street Superintendent to
determine the compliance of the material or construction in question.
The testing and inspection provided by the City is intended only to verify that materials and construction comply
with plans and specifications. The City's testing and inspection are not intended to replace the contractor's
responsibility to comply with the specifications. With respect to new material sources, or where the City lab has
determined materials do not meet specifications, the City will not re -test until the contractor has provided his own
testing to demonstrate the materials and construction are in compliance with the plans and specifications.
Upon completion of construction, the contractor shall flood all paving improvements within the project. Any
improvements holding water one quarter inch or more in depth, or extending more than 10 feet in length shall be
removed and replaced.
1.5 CLEANUP AND SITE RESTORATION
After any construction covered by these specifications is completed, the Contractor shall remove all equipment,
surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas to their original
condition satisfactory to the Street Superintendent.
1.6 NOTIFICATION OF PROPERTY OWNER
The contractor shall be responsible for maintaining positive communication with adjacent property owners. The
contractor shall notify all affected property owners with respect to pending construction, restricted access, and
driveway locations.
1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS
The plans show only approximate locations of utilities as obtained from various utility companies. It is not implied
that all utilities or accurate locations are shown on the plans.
It is the contractor's responsibility to familiarize himself with all utilities and locations. The contractor shall comply
with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground
Facility Damage Prevention Notification Centers. The contractor shall call DIG TESS 1-800-545-6005 and provide
time for all utilities to be identified prior to construction.
On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers,
water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The
contractor will be responsible during the construction period for damages to any utilities.
Irrigation systems affected by construction shall be properly repaired with materials equal the existing system. The
repairs shall be pressure tested to the satisfaction of the Street Superintendent prior to being covered.
1.8 WATER FOR CONSTRUCTION
The City will not furnish water at no charge for construction. To use City water for construction the contractor shall
acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water
used.
The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and establish a
utility account. The contractor must pay the current deposit for a fire hydrant meter. After the account is
established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600
Municipal Drive.
Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or other
unapproved devices, shall be used to open and close a fire hydrant.
For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge
side of the meter. The backflow prevention assembly shall be in the form of two spring loaded ball check valves.
When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or
container.
For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention
assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested, and the test results
approved by the City prior to use. The test results shall be sent to the City of Lubbock Water Utilities Department,
Meter and Customer Service Supervisor for approval.
In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", the City
representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct
backflow prevention devices are installed.
2.1 CONCRETE
These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters, alley paving,
sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -Mix Concrete Batch Plant
conforming to ASTM C 94.
The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be
placed within one hour of mixing time. The concrete shall be continuously mixed during transit.
No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage
occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks
with no evidence of displacement may be repaired with epoxy, only where approved by the Street Superintendent.
All concrete shall have 5%, plus or minus 1-1/2%, air entrainment in conformance with ASTM C 260.
All concrete street pavement shall include proper jointing as determined by the Street Superintendent and a
minimum reinforcement of number 6 bars on 18" centers both ways, or as indicated on plans.
When delivered to the jobsite each truck shall provide the load ticket indicating weights of all concrete ingredients,
including cement, aggregates, water, and admixtures.
2.2 CLASSIFICATION
The following City of Lubbock classes of concrete shall be used:
Class A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes,
headwalls, junction boxes, driveways, and retaining walls.
Class B Alley returns and alley paving.
Class C Concrete street pavement, valley gutters and fillet areas.
Class D Utility encasements
Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or,
other special design.
2.3 MIX DESIGN
Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the following to the
Street Superintendent for approval:
1. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates
shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test
(not to exceed 18%)
2. A mix design based on water -cement ratio.
3. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with
ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders
and/or 6 beams at curing times appropriate to the class of concrete.
The Street Superintendent will approve or reject the mix design and materials based on these submittals. This
approval shall be subject to additional testing during construction.
Mix designs for various classes of concrete shall conform to the following:
Minimum Sacks Maximum Gal Maximum Slump
Class Cement per CY Water per Sack Inches t_
A 5.0 6.5 5
B 5.5 5.5 5
C 6.0 6.0 3
D 4.5 6.5 5
E 7.0 5.0 As specified by
concrete batch plant
2.4 STRENGTH REQUIREMENTS
The various classes of concrete shall conform to the following minimum strengths in psi as determined by the
average of two test cylinders or beams. If cores are subsequently used to prove compressive strength where test
cylinders indicate failures, the required compressive strength shall be increased by 10%.
COMPRESSIVE FLEXURAL
Class 3 Dav 7 Day 28 Dav
A - 2100 3000 -
B 2500 3000 - -
C - 2500 3600 600(28 day)
D - - 2500 -
E 3000 psi at 24 hours
2.5 CEMENT
Cement shall be Type I, Type II, Type II1, or Type V cements, conforming to ASTM C 150 "Standard Specification
for Portland Cement". Air entrained cement shall be Type IA, Type IIA, Type ILIA, or Type VA conforming to
ASTM C 175 "Specification for Adding Air Entraining to Portland Cement" and ASTM C 226 "Standard
Specification for Air -Entraining Portland Cement".
2.6 AGGREGATE
4
Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean
crushed stone conforming to ASTM C 33.
The aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to
ASTM C 136.
All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or organic impurities.
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate
shall meet the following requirements by weight:
FINE AGGREGATE COARSE AGGREGATE
Sieve Percent Retained Sieve Percent Retained
3/8 inch 0 1-3/4 inch 0
No. 4 0-5 1-1/2 inch 0-5
No.16 20-55 3/4inch 30-65
No. 30 45-75 3/8 inch 70-90
No. 50 70-90 No. 4 95-100
No. 100 98-100
Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of
impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall
conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142.
Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Street
Superintendent. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing
stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate
over the same lift repeatedly.
-- 2.7 FLOWABLE FILL
Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per
cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as
specified. Utility ditches in existing paved streets shall be backfilled with flowable fill from the bottom of the ditch
to the paving surface. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable till
shall be removed by the contractor.
2.8 WATER
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or
other chemicals and shall conform to AASHTO T26.
2.9 ADMIXTURES
Admixtures may be applied to the concrete mix design when approved by the Street Superintendent to achieve any
desired special properties. Chemical admixtures shall conform to ASTM C 494. Chemical admixtures shall not be
used as a substitute for Cement.
Mineral admixtures such as Fly Ash and Natural Pozzolans in conformance with ASTM C 618 may not be used with
Types I, II, III, and V Portland Cement unless specificallyannroved by the Street Superintendent. If approved only
Class C or Class F fly ash may be used.
When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash"
Fly ash may constitute no more than 15% by absolute volume of the cement as approved by the Street
Superintendent.
2.10 REINFORCING MATERIALS
GENERAL - All concrete, except for curb and gutter, shall incorporate wire mesh or fiber reinforcement, and/or
other reinforcement as indicated on plan sheets. Metal reinforcement shall be grade 40 (40KSI) unless indicated
otherwise on plan sheets.
All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of
reinforcement used, subject to approval by the Street Superintendent.
STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric, or size as
indicated on plan sheets. Reinforcing bars shall be open-hearth basic oxygen or electric furnace new billet steel
manufactured in accordance with ASTM A 615 and ASTM A 305. Steel reinforcing materials stored at any location
shall be protected from accumulations of grease, mud or other foreign matter, and rust producing materials. When
incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects.
Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Sleeves
or wrapping shall be as indicated on plan sheets.
Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs
shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials
in position.
FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the City Engineer. Fiber
reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for
use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers equivalent to Novocon
Xorex. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as recommended by the fiber
manufacturer.
The minimum physical characteristics on the fiber shall be as follows:
Specific Gravity 0.91
Tensile Strength 70,000 psi to 110,000 psi
Length 3/4"
2.11 JOINTS
Curb and gutter (Class A concrete)shall be constructed with an expansion joint at the tangent point of each return at
intersections and at intervals not more than 40 feet between the intersections. The 40 foot intervals may be omitted
for machine placed curb and gutter. Construction joints formed by removable metal templates accurately shaped to
the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or
as directed by the Street Superintendent. Tooled contraction joints, cut at least one quarter the concrete depth, shall
be placed at 10 foot intervals.
Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint. Tooled contraction
joints, cut 3/4 inch wide 1-5/8 inch deep, shall be placed at 13 foot intervals. Alley paving contraction joints shall
be sealed with an asphaltic sealer.
Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan
and detail sheets. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of
the pavement thickness plus one half inch. Joints shall be saw cut within 12 hours of placement of the concrete
paving. The joints shall be sealed with an elastomeric system as specified in section 2.12.
Valley gutters and fillets shall be constructed with tooled construction joints. The joints shall be sealed with an
elastomeric system as indicated in section 2.12.
2.12 JOINT SEALING_ MATERIALS
Bituminous premolded expansion joint material shall conform to ASTM D 1751, and shall be placed as indicated on
plan sheets or elsewhere in these specifications.
Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R. Meadows "SOF-SEAL", W.R.
Meadows #158 cold applied, or "GARDOX" as required by plan sheets. Hot poured sealant for joints between
Portland cement concrete and Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant for all
other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall
conform to ASTM C 920.
Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. Prior
to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the
surfaces to form an effective seal against moisture and solid particles. The sealant shall be a soft, highly flexible,
rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold
temperature extremes typical of local conditions.
Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall be made of
polyethylene foam or other material as recommended by the sealant manufacturer. Compression of the backer rod
material shall be approximately 25% shrinkage at 8 psi applied stress. The material shall not melt, shrink,
evaporate, or absorb water, and shall be compatible with the application of the sealant to be used.
2.13 CURING COMPOUNDS
All fresh concrete surfaces shall be completely covered with a liquid membrane forming curing compound and the
application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials."
No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Street
Superintendent.
2.14 FORMS FOR CONCRETE
Forms for concrete construction shall be set to the lines and grades established by the Street Superintendent after
subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move
during the placing and working of the concrete. The forms shall be cleaned and oiled prior to placing concrete.
Face forms and construction joints (removable metal plates) shall be set to hold the concrete in place until it is to be
finished.
Forms that are warped or damaged in any manner so as to make them unacceptable to the Street Superintendent shall
not be used. Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves
true to the plans. Face forms will not be required for curb and gutter on radii if a true section can be obtained by
other methods acceptable to the Street Superintendent.
2.15 PLACING AND FINISHING CONCRETE
Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. Concrete shall be placed as
close to its proper location as practical. Sufficient concrete shall be placed to allow for shrinkage and extra material
for finishing. The concrete shall be floated and troweled to the approximate section. No water shall be added
during placement or finishing of any concrete, unless specifically authorized by the Street Superintendent.
For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For all concrete
construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail
sheets.
c
Concrete shall not be placed when the ambient temperature is below 40 degrees F as determined by the National
Weather Service continuous broadcast, 748-1071, selection 2. Concrete shall not be placed on frozen subgrade.
The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect
concrete should the air temperature fall below 33 degrees F. This protection shall remain in place as long as the
temperature continues below 32 degrees, to a maximum of 5 days. No salt or other chemical admixtures shall be
added to the concrete to prevent freezing.
All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Street
Superintendent and designed to vibrate the concrete internally. Vibrators shall be operated in a manner not to
interfere with joints, and shall not come in contact with forms. The surface of concrete street paving shall
incorporate a heavy broom finish, or tined finish if indicated on plans. All other concrete surfaces shall be
completed with a light broom finish.
Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge.
Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving to determine locations of
ponding. Ponded areas shall be removed and replaced. Any concrete construction damaged by equipment, tools,
vandals, or other influences shall be replaced at the contractor's expense.
I AIM-1.1d7111y
Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from
vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade
and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet
the following requirements:
Liquid Limit 45 maximum
Plasticity Index 15 maximum
Linear Shrinkage 2 min - 10 max
Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings.
The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade
requirements.
Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Street
Superintendent, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at optimum
moisture content plus or minus 2%. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness
of the subgrade shall be 6 inches minimum for streets 36 feet wide or less, 12 inches minimum for streets greater
than 36 feet wide, or as indicated on plan sheets.
The compaction method for subgrade shall provide for each lift to be compacted to the specified density using
appropriate equipment. After each section of subgrade is complete, tests as determined necessary by the Street
Superintendent will be made by the City of Lubbock Testing Lab with respect to moisture and density using nuclear
testing equipment. At any time the Street Superintendent may require proof rolling on streets or alleys with a 25 ton
pneumatic roller, or equivalent, to test the uniformity of compaction.
All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch.
Any fill placed within existing or proposed street right of way in execution of an approved cut and fill plan shall
meet these specifications for materials and construction. Cut and fill operations shall comply with Chapter 25 of the
City of Lubbock Code of Ordinances.
Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing
as determined by the Street Superintendent.
4.1 FLEXIBLE BASE (CALICHE
The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles, conglomerate,
gravel, sand, or other approved granular materials produced from oversize quarried aggregate, sized by crushing and
produced from a naturally occurring single source. Blending of sources shall be allowed only if both sources
individually meet the requirements of these specifications. If material characteristics within the approved source
change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not
change material sources without approval by the Street Superintendent.
All base material sources are subject to approval by the Street Superintendent. Approved sources that do not test
consistently within the limits of these specifications during construction may be rejected by the Street
Superintendent.
Flexible base material may be conditioned by addition of crushed concrete (Class A Concrete minimum). Blending
of crushed concrete and caliche shall be performed at the contractor's production site. The crushed concrete shall be
processed to remove wood, steel and other contaminants, including brick and asphalt materials, before blending.
The final blended material shall meet the material and performance specifications as stated herein.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40
%Retained 0 5-10 10-35 30-50 45-65 70-85
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements:
Liquid Limit 45 maximum
Plasticity Index 15 maximum and 3 minimum
Linear Shrinkage 10 maximum
Wet Ball Mill
When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 55.
The percent of material passing the #40 sieve shall not increase by more than 30 during the test.
4.3 FLEXIBLE BASE CONSTRUCTION
Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. Approved
flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length
for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness.
Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction of 95%
minimum of Standard Proctor Density at a moisture content 1 % to 2% below optimum. At any time the Street
Superintendent may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base.
Processing for compaction of caliche base with a sheeps foot type roller will not be permitted.
The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. Windrow
caliche shall not be removed until the base has passed finish inspection. Base which becomes wet, or other wise
altered, may be subject to retesting and reprocessing as determined by the Street Superintendent.
The compacted flexible base shall be finished and shaped immediately proceeding the application of the surface
treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel
wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or
removing material as required, reshaping, and recompacting, or other methods approved by the Street
Superintendent.
Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-
section, using a 10 fooflong straight edge, shall be corrected as provided above.
5.1 ASPHALT STABILIZED BASE (ASB)
Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate (caliche is not an acceptable
aggregate for ASB) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless
otherwise specified, the materials and construction shall conform to TxDOT Item 292 Asphalt Treatment (Plant
Mixed). The contractor's plant and equipment are subject to approval by the Street Superintendent, and shall be
appropriate and in suitable condition to produce the base material consistently in compliance with these
specifications.
In place compaction control is required for all ASB. The material shall be placed and compacted to a minimum
density as determined by TxDOT Test Method Tex- 126-E. Samples of the compacted ASB will be removed by City
personnel from locations designated by the Street Superintendent to determine composition, compaction, thickness,
and density. The contractor shall replace the pavement removed from core holes at no cost to the City. ASB found
to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as
directed by the Street Superintendent.
5.2 ASB MIX DESIGN
The contractor shall provide a current mix design using the approved materials indicating gradation and optimum
asphalt content. The aggregate mixture shall conform to the following master gradation:
Sieve Size 1-1/2" 3/4" 1/2" #4 #40
Percent Retained by Weight 0 8-30 30-55 50-70 70-90
Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed 5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with
asphalt.
The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral
aggregate shall conform to the gradation requirements specified.
The percent asphaltic material shall be determined in accordance with Test Method Tex.-126-E or Test Method
Tex. 204-F and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4%
or more than 9% by weight. Asphalt for the mixture shall meet the requiements of TxDOT Item "Asphalt, Oils, and
Emulsions". The grade of asphalt and source must be approved by the Street Superintendent prior to use.
The contractor shall submit the mix design prepared by a qualified lab for approval by the Street Superintendent.
The Street Superintendent will approve the asphalt content to be used in the mixture after design tests have been
made with the aggregate to be used. The asphalt content of the production mixture shall not vary from the design
more than 0.2% dry weight based on total mixture.
10
5.3 PLACING ASB
Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form a 3, 6, or 9 inch thick compacted base,
unless otherwise directed by the Street Superintendent. Prior to placing ASB, the subgrade shall be prepared as
previously specified. The cross-section shall be constructed to form the specified crown on the HMAC surface at
the centerline of the street, or as indicated on the plans.
ASB shall not be placed when the air temperature, as reported by the National Weather Service 748-1071, selection
2, is below 45 degrees F and falling. During June, July, and August ASB shall be placed at a temperature between
255 and 285 degrees F. During other months ASB shall be placed at a temperature between 275 and 325 degrees F.
Any ASB material that is above, or below the specified temperature range may be rejected by the engineer. No
payment will be made for any rejected material. Any ASB material that is rejected shall be disposed of at a location
observed and approved by the Street Superintendent.
The ASB material shall be spread on the approved prepared surface using an approved spreading machine. The
material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform
density, and in conformance with the cross -sections and grades shown on the associated plans.
5A ASB COMPACTION
The ASB shall be compacted thoroughly and uniformly with approved rollers to a density of 93% to 96% of
Marshall Density. Lab specimens for Marshall Density shall be molded at 275 degrees F for mixes using
Performance Grade asphalt, and 250 degrees F for mixes using AC-10.
Rolling shall be continued until no further increase in density can be obtained and all roller marks are eliminated.
Compaction shall be completed before the ASB mixture cools below 185 degrees F.
The compacted ASB shall conform the cross -sections, lines, and grades shown on the plans or as directed by the
Engineer. The surface shall be smooth and have a uniform texture acceptable to the Street Superintendent.
6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC)
Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch thick compacted mixture of
coarse aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in
accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to
TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. The contractor's plant and equipment are subject to
approval by the Street Superintendent, and shall be appropriate and in suitable condition to produce the HMAC
surface consistently in compliance with these specifications. Approval of the source and character of the materials
shall be obtained from the Street Superintendent prior to use. The combined mineral aggregate, after final
processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value
of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat of elongated slivers
of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F.
Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either time or
liquid anti -stripping agent approved by the Street Superintendent. Anti -stripping agents shall meet requirements of
_ TxDOT Item "Asphalt Anti -stripping Agents", and shall be added at the manufacturer's recommended dosage and
temperature range.
Core samples of the HMAC surface will be removed by City personnel from locations designated by the Street
Superintendent (minimum of 2 cores per 600 foot block) to determine composition, compaction, thickness, and
density. HMAC surface found to be deficient in composition, compaction, thickness, or density shall be corrected at
the contractor's expense as directed by the Engineer. The contractor shall replace the pavement removed from core
holes at no cost to the City.
6.2 THICKNESS OF HMAC SURFACE
The thickness of HMAC surface shall be a minimum of one and one half (I-1/2) inches, unless otherwise indicated
on plans. If only one core measures zero to 1/4 inch less than required thickness no corrective action shall be
required. If two or more cores measure at least 1/4 inch less than the specified thickness, the HMAC surface shall
be considered deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to define the
limits of deficiency. No additional compensation will be made to the contractor for thickness of HMAC surface
greater than specified.
The paving surface shall not have variations exceeding 1/8 inch between any two contact points on a 10 foot
straightedge. Defects shall be remedied as directed by the Street Superintendent using methods specified in TxDOT
Item 585 Ride Quality for Pavement Surfaces.
6.3 MIX DESIGN
The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and
optimum asphalt content.
If approved by the Street Superintendent, the contractor may furnish an alternate mix design based on specific
proposed materials. Otherwise the aggregate mixture shall conform to the following master gradation:
Tvne "C" (Coarse Graded Surface Course - Streets ¢neater than 36 feet wide
Percent passing 7/8"
100
Percent passing 5/8"
98-100
Percent retained on 3/8"
12-25
Percent retained on No. 4
15-30
Percent retained on No. 10
12-30
Total percent retained on No. 10
53-65
Percent retained on No. 40
10-20
Percent retained on No. 80
5- 15
Percent retained on No. 200
5- 15
Percent passing No. 200
1- 6
Tvne "D" ( Fine Graded Surface Course - Streets 36 feet or less wide
Percent passing 5/8"
100
Percent retained on 3/8"
5-15
Percent retained on No. 4
30-50
Percent retained on No. 10
12-30
Total Retained on No. 10
53-65
Percent retained on No.40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1- 6
Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
IN
Linear Shrinkage shall not exceed
The mineral aggregate shall not contain more than 0.5%" moisture prior to entering the pugmill for mixing with
asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The
percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows:
Marshall Criteria Type "C" LW "U'
Percent Asphalt Content Optimum plus 0.25% to 0.50%
No. Blows (each end of specimen) 75 50
Stability (Lb.) 1500 1200
Flow (units of 0.01 inch) 8 min 16 max 8 min 18 max
Percent Air Voids 2 min 5 max 3 min 6 max
If approved by the Street Superintendent, the contractor may provide an alternate mix design based on his proposed
materials. The contractor's materials and mix design shall meet all the performance criteria addressed in these
specifications, and will retain the optimum plus 0.25% to 0.50% asphalt content.
6.4 COARSE AGGREGATE
The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough,
durable fragments of crushed stone or crushed gravel of uniform quality.
_= Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed
to the extent that produces a minimum of 50% crushed faces for both Type "C" HMAC, and Type "D" HMAC,
when tested in accordance with Test Method Tex -460-A Part I "Determination of Crushed Face Count".
Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium Sulfate
Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other
undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion Test, the coarse
aggregate shall not have a loss greater than 40 percent by weight.
Coarse aggregate may be enhanced by addition of crushed concrete (Class A minimum). The crushed concrete shall
be processed and blended at the contractor's batch plant. The material shall be processed to remove wood, steel, and
other objectionable materials so as to produce a crushed aggregate in conformance with these specifications.
6.5 FINE AGGREGATE
The fine aggregate shall be that part of the material passing the No. 4 sieve and shall consist of sand and/or
screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6. The plasticity index
of the screenings shall not exceed 9. Sand shall be composed of durable stone particles free from injurious foreign
matter. Sand content in mix design shall not be greater than 15%. Screenings shall be of the same or similar
material as specified for coarse aggregate.
Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved
by the Street Superintendent. The mineral filler shall be free of foreign and other injurious matter and shall meet the
following gradation:
Percent by Weight Retained on No. 30 Sieve 0
Percent by Weight Retained on No. 80 Sieve 10 maximum
Percent by Weight Retained on No. 200 Sieve 35 maximum
6.6 ASPHALT
Asphalt shall be AC 10 with Latex (3% by weight of asphalt, or the performance grade asphalt currently used by the
local TxDOT district. The contractor shall notify the Engineer of the source of asphaltic material for approval prior
13
to production of the asphaltic mixture. The optimum asphalt content shall be determined by the Marshall Stability
method. The percent asphalt content in produced HMAC surface shall be optimum plus 0.25% to 0.50% for Type
"C" and Type "D" HMAC.
6.7 PRIME AND TACK COATS
Prior to placing HMAC on flexible base, the surface shall be primed using an application of 0.20 gallons of asphalt
per square yard of surface.
Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned to the
satisfaction of the Street Superintendent. The surfaces shall be given a uniform application of tack coat using
asphaltic materials of this specification. The tack coat shall be applied as directed by the Street Superintendent with
an approved sprayer. Where the pavement mixture will adhere, as determined by the Street Superintendent, to the
surfaces on which it is to be placed without the use of a tack coat, the Street Superintendent may waive the
requirement for the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a thin
uniform tack coat.
The prime, or tack coat, shall be asphalt materials such as AC-10, undiluted CSS-1H, or a similar product as
approved by the Street Superintendent.
6.8 PLACING HMAC
HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2 inches. The pavement shall be
constructed on the previously approved base. Placing of HMAC shall not start until sunrise, and must stop one hour
before sunset. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat.
Air temperature requirements for placing HMAC shall be as follows:
November 1 to April I
HMAC shall not be placed when the air temperature is below 55 degrees F and falling.
HMAC may be placed when the air temperature is above 50 degrees F and rising.
April I to November 1
HMAC shall not be placed when the air temperature is below 50 degrees F and falling.
HMAC may be placed when the air temperature is above 45 degrees and rising.
Air temperature shall be determined by the National Weather Service hourly report, 748-1071, selection 2. If the
temperature of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less
than the mixing temperature, the load shall be rejected. No payment will be made for rejected material. Any
HMAC material that is rejected shall be disposed of at a location observed and approved by the Street
Superintendent.
The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading
and finishing machine. The material shall be placed in such a manner that when properly compacted the finished
course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on the
associated plans. Raking loose material back across the HMAC mat will not he permitted. Wings of the laydown
machine may not be dumped unless they are dumped after every load.
A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse grade of HMAC approved
by the Street Superintendent.
When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor
may use other methods approved by the Street Superintendent provided a satisfactory surface can be obtained.
14
Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when
compacted it will be 1/4 inch above the curb or flush structure.
All joints shall present the same texture, density, and smoothness as other sections of the course. The joints
between old and new pavements or between successive day's work shall be made to insure a continuous bond
between the old and new sections of the course. The transverse edges of old pavement and, if required by the Street
Superintendent, the successive day's pavement shall be cut with an approved concrete saw to expose an even
vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be
painted with a thin uniform coat of hot Bituminous material before the fresh mixture is placed.
6.9 COMPACTION
HMAC surface compaction shall be 94% to 98% of Marshall density (2% to 6% air voids). Using appropriate
rollers approved by the Street Superintendent, the pavement shall be compacted thoroughly and uniformly to a
density consistent with the density developed in the laboratory Marshall test method of molding stability specimens.
At a minimum one tandem roller weighing not less than 8 tons, two pneumatic rollers with a weight capable of
being uniformly varied from 275 to 550 psi per inch width of tire tread, and one three wheel roller weighing not less
than 10 tons shall be provided for each job. Additional rollers shall be provided by the contractor if needed.
Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of
the pavement, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the
roller shall be slightly different in length. On super -elevated curves rolling shall begin at the low side and progress
toward the high side.
Rolling with pneumatic rollers shall be done as directed by the Street Superintendent and shall be continued until
required compaction is obtained and all roller marks are eliminated.
The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not be permitted
to stand on pavement which has not been fully compacted. Any displacement of the mixture shall be corrected
immediately by the use of rakes and fresh mixture where required.
Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are
in operation or standing.
Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other limited areas
where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type
roller.
The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-
section. When tested with a 10 foot straight edge placed parallel to the centerline of the roadway, or other means
acceptable to the Street Superintendent, the maximum deviation shall be not exceed 1/8 inch in 10 feet. An
acceptable 10 foot straight edge shall be provided by the contractor. Any point in the surface not meeting this
requirement shall be corrected as directed by the Street Superintendent. When placed on existing surfaces, the 1/8
inch maximum deviation requirement may be waived by the Street Superintendent.
6.10 EMULSIFIED ASPHALT SEALER
All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-
I H, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the
HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square
yard of surface.
7.1 STORM SEWER
15
Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures. Contractor shall use
only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and
approved by the Street Superintendent. Grade and horizontal alignment shall be maintained using a laser or batter
boards.
7.2 REINFORCED CONCRETE PIPE
Stone sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The pipe shall
conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III unless otherwise noted on
plan sheets.
7.3 MORTAR
Mortar shall be used for caulking and filling between pipe and drainage structures. Mortar shall be composed of 1
part, by volume, of Portland cement and 2 parts of mortar sand. The Portland cement shall conform to the
requirements of ASTM C-150, Type I. The sand shall conform to the requirements of ASTM C-144. Hydrated lime
may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The
hydrated lime shall meet the requirements of ASTM C-6.
Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar may not be
retempered by having water added
7.4 PREFORMED BITUMINUS GASKET JOINTS
Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed. Spec. SS-S-
00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in accordance with
manufacturer's recommendations and shall form a water -tight joint.
7.5 MANHOLES
Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant inspection may be
required for production facility inspection and to review record -keeping for material certification.
The manufacturer must provide certification that all materials used for manufacturing meet with the following
ASTM Specifications.
Aggregates
ASTM C-33
Cement
ASTM C-150
Sampling Specimens
ASTM C-39
Reinforcing
ASTM C-185
Sand and Mortar
ASTM C-144
Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test
results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall
conform to ASTM C-33 specifications.
Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by
the Street Superintendent. All joints shall be effectively jointed to prevent leakage and infiltration. All connections
between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole.
This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and
adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same percentage of
steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast
concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout
and free of voids or honeycombs.
16
t-
All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not
protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall
of manhole.
Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall be placed
vertically with tongues and grooves properly keyed.
Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section.
Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole with
permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be
formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole
outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more
than two inches per foot.
All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make
the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable.
Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a
watertight seal is achieved.
Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting rings shall
not exceed 12 inches at any manhole. Concrete shall be placed around and under the rings to provide a seal and seat
the ring at the proper elevation. Each manhole shall have a minimum of 6 inches of grade adjustment.
7.6 MANHOLE FRAMES AND COVERS
Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear
_ opening of not less than 22 inches. The casting shall be designed with a full bearing ring so as to provide a
continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such
manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The
manhole ring and cover shall be Western Iron Works #40 or approved equal.
7.7 CONSTRUCTION METHODS
All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be
on the project, in first-class working condition, and approved by the Street Superintendent before construction is
permitted to start. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate
hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage
to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe
bed, the manhole bed and the backfill, as specified.
7.8 EXCAVATION
The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing rocks or
gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be
bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall
be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for
each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter
of the pipe. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted,
and shaped as required for the specified class of bedding. The cost of furnishing and placing the cushion material
shall be included in the bid price per linear foot of pipe in place. The bottom of the trench shall be excavated to a
horizontal section as far as practicable. Excavated material not required or acceptable for backfill shall be disposed
of by the Contractor as directed by the Street Superintendent. Excavation shall not be carried below the required
17
depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the
Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with
approved granular material. The Street Superintendent shall determine the depth of removal of unstable soil and the
amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition
to form the bed for the pipe.
Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the
Street Superintendent. The minimum width of the trench at the top of the pipe, when placed, shall be a width which
will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench
shall be vertical, unless otherwise approved by the Street Superintendent. The maximum allowable width of the
trench shall not exceed the widths shown below unless otherwise approved by the Street Superintendent.
NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH
SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE
Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24"
37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30"
The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper
installation of the pipe. Excavation in paved areas shall be confined to a minimum practical width. The bed for
pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with
the bottom of the trench.
The excavation for manholes shall be essentially the same as that for the piping. The sides of the excavation shall
be vertical unless otherwise approved by the Street Superintendent. The Contractor shall do such trench bracing,
sheathing or shoring necessary to perform and protect the excavation as required for safetyand conformance to
applicable laws and regulations. The bracing, sheathing, or shoring shall not be removed in one operation but shall
be done in successive stages to prevent overloading of the pipe during backfilling operations. The cost of the
bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe.
Surface water shall be prevented from entering the excavation. Heavy equipment, except for excavating equipment,
shall not be operated within 20 feet of the edge of the excavation. Excavated materials shall be stockpiled no closer
than 3 feet from the edge of the excavation.
7.9 PIPE INSTALLATION
The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as
shown on the drawings. The Contractor's facilities for lowering precast pipe into the trench shall be such that
neither the pipe nor the trench will be damaged or disturbed. The Street Superintendent shall inspect all precast pipe
before it is placed. Any section that is damaged by handling or is defective to a degree which in the opinion of the
Street Superintendent will materially affect the function and service of the pipe shall be rejected and removed from
the job site.
Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade. For tongue
and groove precast pipe, the grooved end shall be laid upgrade.
The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform.
The pipe shall be protected from water during placing and until the concrete, in cast -in -place pipe, or the mortar, in
the joints of precast or cast in place pipe, has thoroughly set. The contractor shall provide temporary diversions as
necessary to prevent surface water flow into the excavation.
Pipe shall not be laid or installed on frozen ground.
18
Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up
and re-laid or re -installed without extra compensation.
Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that is not used
within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted.
Pipe joints for precast concrete pipe shall be of the tongue and groove type. The joints shall be of a watertight
joint. Each joint shall be sealed with a preformed bituminous gasket as specified. The gasket shall be installed as
recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches thick and not less than I (one) foot greater diameter than the
outside diameter of the manhole riser section. Concrete shall be Class A at a minimum 3000 psi 28 day
compressive strength. Concrete placement shall conform to ACI and good construction practices. Concrete shall be
consolidated and struck -off to a horizontal surface within the forms or pouring rings.
Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. The
manhole shall be constructed to ASTM C-891 standards.
Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard
Details.
7.10 BACKFILLING
All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed
by the Street Superintendent. Outside of street right of way the backfill material shall be selected granular material
from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top
shall be material which can be readily compacted. It shall not contain stones retained on a 2-inch sieve, frozen
lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The Material
shall be moistened or dried, if necessary, to be compacted by the method in use. Backfill material shall be approved
by the Street Superintendent.
- The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole.
Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and
manhole. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top
of the pipe, or such greater elevation as directed by the Street Superintendent.
Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe and manhole. Backfill
shall be compacted to 95% (min.) Standard Proctor Density.
Unless otherwise directed by the Street Superintendent or plans, excavation within street right of way shall be
backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2 inches below the
asphalt surface. The pipe shall be restrained so that during the pour the pipe shall not be displaced.
Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. Any
damaged construction shall be removed and replaced at the expense of the Contractor.
7.11 TRENCH PROTECTION
Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state,
and local requirements. Trench excavations greater than five feet in depth shall be protected in accordance with the
following specifications. All work performed under this section shall also comply with OSHA Part 1926, Subpart P
and all State and Local codes. The Contractor shall be responsible for complying with all trench safety
requirements, the requirements of the specifications, drawings and all applicable codes.
19
Trench protection shall be performed by forces having at least two years experience with similar types of trench
safety systems. The manufacturer of prefabricated items used in trench safety systems shall have at least two years
of experience in fabricating the items.
The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall identify
where each system is proposed for use and type of system to be used. Trench excavations shall not be started until
trench safety systems have been submitted and approved by the Street Superintendent
If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of
compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed
for use.
If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor
shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench
protection.
Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections.
Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following:
Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi.
Aluminum — Type 6061-T6, thickness as required.
Wood in Contact with Earth — Pressure treated woods.
Wood not in Contact with Earth — Soft or hardwood as required.
8.1 FENCES
Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed
using the same or equivalent materials, height, and construction in the proper location. The contractor shall remove
existing fence and either store for reuse or legally dispose of the fence materials, whichever is appropriate.
New fence construction shall be in accordance with specifications and details included on plan sheets.
9.1 SALVAGE OF ASPHALT PAVING
All salvage asphalt material shall be broken into pieces not more than 1 inch in size and stockpiled at a location
indicated in the plans. Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the
salvaged asphalt.
10.1 BARRICADES
Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control
Plan for approval by the Street Superintendent. The contractor shall have the sole responsibility for providing,
installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control
devices. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic
Control Devices (MUTCD) and the 1993 National Cooperative Highway Research Program Report 350 (NCHRP
350).
The Traffic Control Plan approved by the Street Superintendent shall be considered the minimum requirement for
the project. The contractor shall provide additional devices as determined to be necessary during the project. 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 to correct
the unsatisfactory conditions.
20
The contractor shall maintain ingress and egress to private property at all times.
All signing and barricading shall be in place before construction operations are started and during all times
construction is in progress. All hazards shall be clearly marked and adequately protected. If pedestrian walkways
are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control"
as indicated in Texas MUTCD.
No separate payment will be made for traffic control. The required plan and devices shall be considered to be
subsidiary to pay items.
11.1 PROSECUTION OF THE WORK AND WORKING DAYS
During the period the contractor is directing traffic over the base, the surface shall be satisfactorily maintained by
the use of sprinkling and blading as required, so that no hazard will result. The base course shall be maintained
until the wearing surface is placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable between the night
hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or
alley's shall remain closed not more than 4 days.
No work will be performed after dark or before daylight.
11.2 WORKING DAYS DEFINITION
City contracted paving projects will be based on working days allowed. No requests for extensions of time will be
considered. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock
designated holidays, in which weather or other conditions beyond control of the contractor will permit the
performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00
pm.
Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Street
Superintendent (see item 11.3). For each Saturday, Sunday, or City of Lubbock designated holiday on which the
Contractor chooses to work and has authorization from the Street Superintendent to work, 1 day will be charged
against the contract working time when conditions will permit at least 7 hours of work as described above. Work on
Sunday will not be authorized except in cases of extreme emergency, as determined by the Street Superintendent.
Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor
is unable to begin work on that date due to factors beyond his control as determined by the Street Superintendent. In
that event, time charged against the project will begin on the date the contractor could first work a minimum of 7
hours as described above.
The Street Superintendent will furnish the contractor a monthly statement showing the number of working days used
and the working days remaining. The contractor shall be allowed 10 calendar days in which to protest the
correctness of each statement. The protest shall be in writing, addressed to the Street Superintendent, and shall
indicate basis of the protest. The Street Superintendent shall respond to the protest within 10 calendar days of
receiving the protest. Failure to file a protest within the allotted 10 days for any statement shall indicate the
contractor's approval of the time charges as shown on that period's time statement, and future consideration of that
time statement will not be permitted.
113 WORK BETWEEN NOVEMBER 1 AND JANUARY 2, AND ON OTHER HOLIDAYS
If conditions are such that, in the opinion of the Street Superintendent, construction will negatively affect local
businesses during holiday periods, the Engineer may suspend construction operations from November I to January
2nd
21
The City of Lubbock observes specific holidays, and City staff is not required to work those days. As standard
procedure, construction operations that require testing/inspection may not be performed on those holidays. If the
contractor needs to perform construction operations that require City personnel on holidays, the contractor shall
make a written request for authorization to work from the Street Superintendent. The request shall state the reason
the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses
including salary, overtime, and benefits. If City personnel are available, the Street Superintendent may approve the
request.
12.1 MEASUREMENT AND PAYMENT
The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence,
machinery, equipment, and materials, except as otherwise specified, necessary or incidental to complete the various
items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or
called for in the specifications and on which no separate payment is made shall be included in the bid prices on the
various pay items.
Payment will not be made for any item that is not complete, including all associated incidental work. All of the
items covered by these standard specifications may not be included in a particular project. Only those items
indicated on bid documents and plan sheets shall be included for construction and payment.
12.2 CURB AND GUTTER
Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter will be paid
for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing all materials,
excavation, filling, backfilling, forming, finishing, and all incidentals necessary to complete the work.
12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY PAVING. AND
VALLEY GUTTER
Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will be paid for at
the unit price bid per square foot for each specific type of slab. Curb on alley returns shall be included in the area
measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and
installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing
and all incidentals necessary to complete the work.
12.4 CURB RAMPS (HANDICAP RAMPS
Measurement will be made of the area, in square feet, of curb ramp actually constructed, excluding top surface area
of any retaining wall. Curb ramps will be paid for at the unit price bid per square foot. The unit price bid shall
include furnishing and installing all materials, excavation and filling within two feet of the ramp, back filling,
reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.5 CONCRETE DRAINAGE CHANNEL
Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top
surface area of any retaining wall or curb. Drainage channel will be paid for at the unit price bid per square foot.
The unit price bid shall include furnishing and installing all materials, excavation and tilling within two feet of the
channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS
Measurement will be made of the height from bottom of footing or slab to top of wall, and linear feet of wall or curb
actually constructed. Retaining wall or curb will be paid for at the unit price bid per cubic foot.
22
The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement,
forming, finishing, and all incidentals necessary to complete the work.
13
23
12.7 CONCRETE MEDIAN
Measurement will be made of the area, in square feet, of median actually constructed. Median will be paid for at the
unit price bid per square foot. The unit price bid shall include furnishing and installing all materials, excavation,
tilling, reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.8 CONCRETE STREET PAVING
Measurement will be made of the area, in square yards, of concrete street paving actually constructed. Concrete
street paving will be paid for at the unit price bid per square yard. The unit price bid shall include furnishing and
installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, and all incidentals
necessary to complete the work.
Sawing and sealing of joints shall not be included and will be paid for as a separate bid item.
12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING
Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing and sealing of
joints will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and installing
all materials, equipment, sawing, cleaning, seal components, and all incidentals necessary to complete the work.
12.10 STORM SEWER INLET BOX AND MANHOLES
Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid shall include
furnishing and installing all materials, excavation, filling (except flowable fill), floor, connection to pipes,
reinforcement, forming, finishing, manhole rings and covers, and all incidentals necessary to complete the work.
12.11 HEADWALLS
Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include furnishing and
installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and all incidentals necessary to
complete the work.
12.12 STORM SEWER PIPE
Measurement along the centerline of the pipe will be made of the actual length of pipe constructed, from face of
structure to face of structure or to centerline of manhole, and will be paid for at the unit price bid for Storm Sewer.
Depth of cut shall be considered to be from the top of the adjacent grade stake to the flowline of the pipe. The unit
price bid shall include furnishing and installing all materials, pavement removal, excavation, filling, backfilling with
compacted soil where applicable, and all incidentals necessary to complete the work. Flowable fill will be paid for
as a separate pay item.
12.13 EXTRA VERTICAL FEET OF MANHOLE
The actual constructed manhole will be measured from the top of the base to the top of the ring and cover. Any
depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra vertical feet of manhole.
The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the
work.
24
12.14 CURB AND GUTTER REMOVAL
Measurement will be made of the linear feet of curb and gutter actually removed. Payment will be made at the unit
price bid per linear foot of curb and gutter removed. The contractor shall ensure that the Street Superintendent has
the opportunity to measure the linear feet of curb and gutter prior to removal. If curb and gutter is removed without
measurement by the Street Superintendent, no payment will be made for that removal. The unit price bid shall
include sawing, hauling, labor and equipment, and legal disposal for removal of the curb and gutter.
12.15 CONCRETE SLAB REMOVAL
Measurement will be made of the area in square feet of concrete slab actually removed. Payment will be made at
the unit price bid per square foot of concrete slab removed. The contractor shall ensure that the Engineer has the
opportunity to measure the area of concrete slab prior to removal. If concrete slab is removed without measurement
by the Street Superintendent, no payment will be made for that removal. The unit price bid shall include sawing,
breaking, hauling, labor and equipment, and legal disposal for removal of the concrete slab.
12.16 1 1/2 SACK FLOWABLE FILL
Quantities of 1 1/2 sack flowable fill will be determined from tickets provided by the drivers of the delivery trucks.
Payment will be made at the unit price bid per cubic yard of in place 1 1/2 sack flowable fill. The unit price bid
shall include furnishing and placing the material and all incidentals necessary to complete the work.
12.17 ASPHALT PAVING
Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be
made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials,
subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and
prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work.
12.18 ASPHALT PAVING REPAIR
Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will be made at
the unit price bid per square yard of paving repair. The unit price bid shall include furnishing and placing all
asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, flowable fill if
required, tack and prime coats, compaction, and all incidentals necessary to complete the work.
12.19 EXCAVATION AND GRADING (OUTSIDE LIMITS OF CONSTRUCTION)
Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment will be made
at the unit price bid per cubic yard of completed excavation or fill. The unit price bid shall include all labor,
equipment, and incidentals necessary to excavate or fill the site to the grades established by the Street
Superintendent. No separate payment will be made for disposing of excess material.
12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING
The volume of ditch grading, in cubic yards, will be determined by average end area method. Measurement will be
made of the area, in square yards, of completed surface grading of unpaved streets. Payment will be made at the
unit price bid per cubic yard of completed ditch grading per cubic yard, or surface grading per square yard. The unit
price bid shall include all labor, equipment, and incidentals necessary to grade ditches or surface grade unpaved
streets to the grades established by the Engineer. No separate payment will be made for disposing of excess
material.
25
13.1 STANDARD DETAILS
Construction shall be in accordance with the following standard details unless otherwise indicated on plans, or
directed by the Street Superintendent. The 24 inch curb and gutter details shall be considered to be standard. 30
inch curb and gutter details shall apply only if specifically indicated on plans or bid documents.
STREET CROWN ELEVATIONS
PAVEMENT WIDTH FINISHED PAVING SURFACE
CURB FACE TO CURB FACE
ABOVE GUTTER
22 feet
0.32 feet
24 feet
0.35 feet
26 feet
0.37 feet
28 feet
0.40 feet
30 feet
0.42 feet
32 feet
0.45 feet
36 feet
0.50 feet
42 feet
0.57 feet
46 feet
0.62 feet
52 feet
0.69 feet
64 feet
0.85 feet
66 feet
0.86 feet
86 feet
1.14 feet
88 feet
1.15 feet
All street paving shall incorporate a centerline crown at the listed elevation
unless otherwise indicated on plans, or
as directed by the Street Superintendent. The widths listed above refer to the total proposed future full width of
street.
14.1 SEAL COAT AND TWO -COURSE MAINTENANCE
The following paragraphs give the specifications on the various materials and applications to be used in seal coat
and two -course maintenance projects. All materials shall be subject to the approval of the Street Superintendent
before use.
14.11 EQUIPMENT
The contractor shall have duplicate equipment available (spreader box, distributor, steel wheel roller, pneumatic
roller).
14.12 PREPARATION OF SURFACE
Before the seal coat operation is started, the Contractor will sweep and remove any vegetation and other unsuitable
materials.
14.2 ASPHALTS
Asphalts for use on this project shall comply with Texas State Highway Department Specifications, Item 300
including revisions, and a certified copy of the test results will be furnished to the City.
26
14.21 ASPHALT HEATERS
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the
desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight. Direct fire
heating of asphaltic materials will be permitted, provided the heater used is manufactured by a reputable firm,
approved by the Street Superintendent, and there is positive circulation of the asphalt throughout the heater.
Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording
thermometer with a 24-hour chart that will record the temperature of the asphaltic material where it is the highest
temperature.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt shall be kept
clean and in good operating condition at all times, and they shall be operated in a manner that there will be no
contamination of the asphalt with foreign material. Asphalt is not to be heated above its recommended maximum
temperature at any time. The Street Superintendent will select the temperature of application, and the Contractor
shall apply the asphalt at a temperature within 15 degrees of the temperature selected. All asphalt material heated
above its recommended maximum temperature will be rejected. Recirculating tank car heating equipment shall be
equipped with an approved type recording thermometer.
14.22 ASPHALT APPLICATION
Asphalt shall be applied to the clean surface by an approved type of self propelled hydro -statically controlled
pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly. The
beginning and ending of each shot of asphalt shall start and stop on a strip of heavy kraft paper of not less than
thirty inches in width. Asphalt for seal coat and two -course application shall not be applied unless covering with
aggregate is assured within ten (10) minutes. No asphalt shall be applied when wind velocity is 25 M.P.H. or more.
Asphalt shall not be applied if the ambient temperature is below 650F. Any block or blocks that receives a seal coat
or two -course asphalt application that exceeds the rate set by the Street Superintendent by .04 or more will not be
accepted until the bleeding is stopped. The Contractor will be required at his expense to furnish extra rock and
equipment necessary to control this bleeding. After the bleeding is stopped, the City will then assume the
maintenance of the block or blocks that exceeded the specified rate.
Application of asphalt on street returns shall be accomplished by the distributor bars unless otherwise directed by
the Street Superintendent. In areas regarded by the Street Superintendent as inaccessible to the distributor, use of
the hand hose will be permitted, as directed by the Street Superintendent. Care shall be taken during application of
any asphalt to shield the curb and gutter from asphalt spray. Manholes and valve boxes will be covered before each
application of asphalt and immediately uncovered after the application of aggregate and before rolling operations.
Successive applications of asphalt shall be made in the same manner after application of aggregate.
RATE OF APPLICATION OF MATERIALS
TxDOT Gals Spread
Grade No. of AWbalt/S.Y. Ratio
1. SINGLE COURSE
2. TWO -COURSE
#5 0.30 1:110
THOROUGHFARES
I" Course #4 0.28 1:95
Oki
2"a Course #5 0.30 1:100
COLLECTORS
I" Course #4 0.28 1:95
2"d Course #5 0.30 1:100
14.3 AGGREGATE FOR SINGLE COURSE AND TWO -COURSE MAINTENANCE
All gravel or crushed stone shall not exceed fifteen percent (15%) loss when tested by the four (4) cycle magnesium
sulfate soundness test, A.S.T.M. C-88. Crushed gravel shall have a minimum of 50 percent of the particles retained
on the No. 4 sieve with more than one crushed face, as determined by Test Method Tex-460-A (particle count) and
TxDOT 302.2.
The percent of flat or elongated slivers of stone or gravel for any course shall not exceed 25%, when tested in
accordance with Test Method Tex 224-F.
The amount of organic matter, clays, loams, or particles coated therewith or other undesirable materials, when
washed over the #10 sieve, shall not exceed 2 percent.
The City of Lubbock Pavement Management Laboratory test results shall be the sole consideration for approval of
materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be evaluated and final
approval given by the Street Superintendent. Final acceptance of the agg_re ate shall be made only AFTER the
material is in stockpile in the City of Lubbock.
SINGLE COURSE
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retainedon 1/2" sieve.....................................................................................0
Retained on 3/8" sieve.............................................................................0 - 5
Retained on #4 sieve............................................................................40 - 85
Retained on #20 sieve...........................................................................99 - 100
TWO COURSE
Aggregate Grading (Tx DOT #4 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retainedon 5/8" sieve..................................................................................0
Retained on 1/2" sieve..........................................................................0 - 5
Retained on 3/8" sieve............................................................................20 - 45
Retained on #4 sieve..............................................................................85 - 100
Retained on #10 sieve............................................................95 - 100
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retainedon 1/2" sieve.....................................................................................0
28
Retainedon 3/8" sieve.............................................................................0 - 5
Retainedon #4 sieve............................................................................40 - 85
Retained on #20 sieve...........................................................................99 — 100
1431 STOCKPILES
The location of all stockpiles of aggregate shall be approved by the Street Superintendent prior to unloading as to
zoning requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of aggregate to
be incorporated into the project shall be protected from dust by drift fences of any suitable material approved by the
Street Superintendent, when sandstorms possibilities exist. Care will be taken to prevent dusty conditions in the
stockpiles area from any sources.
1432 APPLICATION OF ROCK
Immediately after making the first application of asphalt, the surface shall be covered with aggregate, spread with an
approved type self-propelled aggregate spreader on which the rate of application of rock and the speed of travel may
be controlled by the operator. Applications shall be at the rates herein specified or at rates as directed by the Street
Superintendent. After the aggregate has been spread, it shall be bladed with an approved blade grader and
"bullwheeled" with an approved three -wheeled roller weighing not less than ten (10) tons. If necessary to obtain a
uniform distribution of aggregate or to fill low areas, hand spotting and hand brooming of the aggregate shall be
required. Care shall be taken in dip sections to maintain an accurate flow line. Considerable hand work may be
required at intersections and at joints in order to maintain a uniform distribution of the aggregate, and to prevent the
incorporation of foreign materials such as caliche and dirt.
After the first and second application of aggregate on the two -course, it will be thoroughly rolled with pneumatic
rollers, bladed, dragged and all thin spots spotted with extra aggregate, then rolled with an approved three -wheeled
roller weighing not less than ten (10) tons. Rolling shall be continued until the surface presents a smooth
appearance.
Aggregate remaining in the gutter after the first seal coat application, and prior to application of the second course,
shall be removed and scattered evenly over the street surface. Aggregate shall NOT be "ridged" along the gutter
edge. There should be a slight excess of aggregate on the street surface after completion of the work specified
above.
Care shall be taken in loading aggregate from the stockpiles to prevent getting dirt and other foreign matter into
aggregates. Loads of aggregate containing dirt will be reiected.
1433 REOUIRED ROLLING
The completed asphalt surface shall be broomed and rolled with pneumatic rollers immediately after the asphalt is
covered with aggregate. The entire surface that is sealed will receive one hour rolling for each 1000 S.Y., the same
day that the asphalt is applied. No back rolling will be permitted (unless a rain storm occurs during the day then that
surface may be rolled the next day). The City will assume maintenance on these streets the following day after the
rolling has been completed.
14.4 NIGHT WORK
Application of asphalt and aggregate at night shall be applied by the same methods as for daylight application,
except that all equipment that is to be used on the street after dark shall have sufficient lights in compliance with
State vehicle code. Additional lights will be required on the back end of the asphalt distributor, the aggregate
spreader and at the aggregate stock pile area. No night work will be authorized unless approved by the Street
Superintendent.
29
15.1 PATCHING AHEAD OF SEAL COAT OR TWO -COURSE MAINTENANCE
The black base, two sack flowable till, hot mix material, and concrete to be used in patching ahead of the seal coat
or two -course maintenance shall be used at locations as directed by the Street Superintendent. No substitutions shall
be permitted without prior approval from the Street Superintendent. The areas to be patched shall be marked and
measured by the Street Superintendent's representatives. The area to be patched shall be barricaded, according to
Texas Manuel for Uniform Control Devices, at all times during patching operations; however, if the Street
Superintendent permits, the patched area may be opened to traffic prior to placing the final hot -mix surface. In that
event, the Contractor shall taper the edges of the patch with mix to minimize any bumps or inconvenience to traffic.
15.11 PATCHING WITH ASPHALT STABILIZED BASE (ASB
Patching shall include removing the existing surfacing, either three (3), six (6), or nine (9) inches of the existing
base and subgrade (as the Street Superintendent directs), and, if the sub -grade is unstable, it will be removed and
replaced with black base. The excavated base will then be replaced with asphalt stabilized base material (either
three (3), six (6), or nine (9) inches), as directed by the Street Superintendent, and compacted to 95% of lab density.
After the base material has cooled sufficiently, the surface course of hot mix shall then be placed and rolled until the
required density is obtained.
The edges of the patch shall be vertical and shall be tacked before placing the black base and the 1-1/2 inches of
hot -mix.
All hot -mix edges will meet the grade of the existing surface.
15.12 PATCHING WITH 6" OF TWO SACK CEMENT FLOWABLE FILL
Same as above except six (6) inches of two (2) sack cement flowable fill will be used instead of six (6) inches of
black base.
At all times the patching area will be barricaded according to Texas MUTCD. If open to traffic before the hot mix
is placed, the edges of the patch will be leveled up with mix to minimize bumps.
NOTE: Both black base and two sack flowable fill are anticipated being used, with locations of each type
of material to be directed by the Street Superintendent.
15.13 PATCHING WITH 1-1/2" OF HOT -MIX
Same as "Patching with Black Base" except only the existing asphalt surface will be removed.
15.14 CURB AND GUTTER PATCHING
Patching shall include removing the existing curb and gutter and replacing with the proper configuration (24 or 32
inch), as directed by the Street Superintendent.
15.15 VALLEY GUTTER CONSTRUCTION
The construction of new valley gutter shall include removing the existing surfacing and replacing with 8 inches of
concrete, with locations as directed by the Street Superintendent. Valley gutter shall include reinforcement with # 4
steel bars, 18-inches on center both ways, centered in slab.
15.2 ASPHALTIC CONCRETE MILLING
This item consists of removing 1" - 2" (or as the Street Superintendent directs) of the existing asphaltic concrete
surface and replacing it with either a single course seal coat, a two course seal coat, or hot mix (as the Street
30
Superintendent directs). The material removed from the milled surface will remain remain the property of the City
of Lubbock and shall be stockpiled at a location as directed by the Street Superintendent.
The edges of the patch shall be vertical and shall be tacked before placing hot mix. The hot mix edges will meet the
grade of the existing surface.
16.1 HERBICIDES
Prior to the sealing operation, a herbicide shall be applied to the areas of the streets to be sealed where weeds and
grass are growing. This application shall be done far enough in advance, and at a rate, to insure the vegetation has
carried the herbicide to the roots of the plants before the application of the asphalt and rock. Locations shall be as
directed by the Street Superintendent.
The herbicide to be applied shall be a biodegradable surface acting liquid, such as "Roundup" or an approved
equivalent. Unless otherwise directed by the Street Superintendent, a soil sterilent shall not be used.
17.1 CLEANUP
Immediately after each application of asphalt, the Contractor shall clean, remove paper, piles of asphalt from
manholes and water valves, extra aggregate that is in the gutter, rubbish and temporary structures from the street,
restore in an acceptable manner all property, both public and private, which has been damaged during the
prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of
the "cleanup" shall be included as part of the cost of the various items of work involved, and no direct compensation
will be made for this work. The contractor will responsible for sweeping the street (back dragging) the rock
collected form sweeping will be returned to the City of Lubbock old landfill (8425 North Ave P) or at locations as
directed by the Street Superintendent. The contractor will be responsible for any areas that are bleeding, and will be
required sand the street until bleeding has stopped. This work shall be done before final acceptance.
31