HomeMy WebLinkAboutResolution - 2010-R0493 - Drainage Improvements At Purdue & North University Avenue - 10/14/2010Resolution No. 2010-RO493
October 14, 2010
Item No. 5.4
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, Contract No. 9738 for Drainage
Improvements at Purdue & North University Avenue, per ITB 10-135-FO, by and
between the City of Lubbock and M & S Concrete Company of Levelland, Texas, and
related documents. Said Contract is attached hereto and incorporated in this resolution as
if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on October 14, 2010
TOM MARTIN, MAYOR
ATTEST:
Rebec4Garza, City Secretary
APPROVED AS TO CONTENT:
�L. 6.ze d
Marsha Reed, P.E., Chief Operations Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Contract-M & S Concrete Company
September 29, 2010
BOND C�CK
BEST RATING
LICENSE)) INTEX
AS
i )
DATE�/Y: V
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Drainage Improvements at Purdue & North University Avenue
ITB 10-135-FO
CONTRACT: 9738
PROJECT NUMBER: 91187.9240
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.tliereDroduct]'OnCOlIlDanv.com
Phone: (806) 763-7770
city of
u
lb,ock
TEXAS
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
DATE ISSUED:
CLOSE DATE:
ADDENDUM # I
ITB 10-135-FO
Drainage Improvements at Purdue
& North University Avenue
SEPTEMBER 21, 2010
SEPTEMBER 28, 2010 @ 3:00 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. The following items take precedence over specifications for the above named Invitation to Bid. Where
any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum,
shall remain in effect. Bidders attention is invite to review the following:
1. Bidders must submit the "REVISED" BID SUBMITTAL FORM.
2. General Instructions to Bidders, Section 32.1 have been revised.
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 7 plus the sum of any Alternate Bids or Options the City may select.
3. General Conditions of the Agreement, Section 34 have been revised
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
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 $60 (SIXTY) PER
WORKING 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.
Felix Orta, Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Email to forta a,mylubbock.us.
THANK YOU,
Fe tix Orta
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the
City of Lubbock Purchasing; Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the
requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager
no later than five (5) business days prior to the proposal close date. A review of such notifications will be made.
1--,
P.O. Box 2000 ■ 1625 131h Street ■ Lubbock, TX 79457 ■ 806.775.2171 ■ Purchasing and Contract Management
t.r.;
REVISED -BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: ITB 10-13540, Drainage Improvements at Purdue & North University Avenue
Bid of (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 Drainage Improvements at Purdue & North University
Avenue, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated 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.
_.." 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.
BASE BID:
ITE
DESCRIPTION
UNI
ESTIMAT
UNIT
EXTENDED
M
T
ED
PRICE
AMOUNT
NO.
QUANTIT
Y
Sawing existing HMAC surface, including all
I
necessary incidentals to complete the work,
LF
232
$
$
per linear foot.
Removal and legal disposal of existing
asphalt surface and 6" caliche base, including
2
all necessary incidentals to complete the
SY
1,145
$
$
work.
Standard 24" curb and gutter, City of
Lubbock Class A concrete, including all
3
subgrade preparation and jointing, and all
LF
20
$
$
necessary incidentals to complete the work,
furnished and installed, complete and in -
lace, per linear foot.
2
8" Portland cement concrete paving, City of
Lubbock Class B Concrete, including all
subgrade preparation, #4 reinforcing bars 12"
4
on center both ways, 6" X 6" monolithic curb
SY
245
$
$
on east side, and all necessary incidentals to
complete the work, furnished and installed,
complete and in -place, per square yard.
8" Portland cement concrete paving, City of
Lubbock Class B Concrete, including all
subgrade preparation, #6 reinforcing bars 9"
5
on center longitudinal and 36" on center
SY
340
$
$
transverse, and all necessary incidentals to
complete the work, furnished and installed,
complete and in -place, per square yard.
4" Portland cement concrete drainage
channel, City of Lubbock Class B Concrete,
including all subgrade preparation, #3
6
reinforcing bars 12" on center both ways, and
SY
170
$
$
all necessary incidentals to complete the
work, furnished and installed, complete and
in -place, per square yard.
2" Type C HMAC on 9" asphalt stabilized
base, including 12" subgrade preparation, and
7
all necessary incidentals to complete the
SY
285
$
$
work, furnished and installed, complete and
in -place, per square yard.
TOTAL BASE BID, ITEMS (1-7)
$
(in case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
Bidder's Initials
3
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 34 (THIRTY FOUR) WORKING DAYS FOR
SUBSTANTIAL COMPLETION thereafter as stipulated in the specifications and other contract documents. Bidder
:¢ hereby further agrees to pay to Owner as liquidated damages the sum of $60 (SIXTY ) for each working 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.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion of
work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty or are
far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of $60 per day
is Inspector $12/hr for 5 hours/day. Contractors are required under Texas Local Government Code § 252.044 to provide
in the full amount of the contract price payment bonds for public works contracts more than $50,000 and performance
bonds for public works contracts more than $100,000, and the City withholds 5% of each progress payment as security
for completion of the project. Bidder understands and agrees that this bid submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Bidders.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
- on which he has bid; as provided in the contract documents.
1
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies,
and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him
C!
Bidder's Initials
Enclosed with this bid is a Cashier's Check or Certified Check for Dollars
($ ) or a Bid Bond in the sum of Dollars ($ ), which
it is agreed shall be collected and retained by the Owner as liquidated damages in the event the 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 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
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date.
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax:
FEDERAL TAX ID or SOCIAL
SECURITY No.
EMAIL:
M/WBE Firm: Woman Black American Native American
Hispanic American Asian Pacific American Other (Specify)
5
BOND CHECK
BEST RATING
LICENSED IN TEXAS
DATE BY:
CONTRACT AWARD DATE
CITY OF LUBBOCK
SPECIFICATIONS FOR
Drainage Improvements at Purdue & North University Avenue
ITB 10-135-FO
CONTRACT: 9738
PROJECT NUMBER: 91187.9240
Plans & Specifications may be obtained from
THE REPRODUCTION COMPANY
www.thereproductioncompany.com
Phone: (806) 763-7770
of
ity
u�
lubock
b
CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE
1...a Contractor Checklist
P11
Before submitting your bid, please ensure you have completed and included the following docurnents in the
ri
order they are listed. The contractor is only to submit (1) one original copy of every item listed.
4 1. Carefully read and understand the plans and specifications and properly complete the BID
.r SUBMITTAL FORM. Bid submittal forrn MUST be completed in blue or black ink or by
typewriter. Signatures must be original, in blue or black ink, and by hand. 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. In case of a discrepancy between the Unit Price and the
Extended Total for a Bid item, the Unit Price will be taken."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.
ri 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.
Eli 3. 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.
4. Clearly mark the bid number, title, due date and time and your company name and address on the
outside of the envelope or container.
5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management
Office prior to the deadline. Late bids will not be accepted.
_F. 6. 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.
7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be
explained in detail and submitted with Bid.
8. Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's
FEDERAL TAX ID number or Owner's SOCIAL SECURITY number.
E, 9. Complete and submit the LIST OF SUB -CONTRACTORS.
DOCUMENTS REOUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING:
10. Complete and submit the FINAL 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.
i
(Type or Print Company Name)
6�
INDEX
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL — (must be submitted by published due date & time)
3-1. UNIT PRICE BID SUBMITTAL FORM
3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT
3-3. SAFETY RECORD QUESTIONNAIRE
t,.
3-4. SUSPENSION AND DEBARMENT CERTIFICATION
4.
LIST OF SUB -CONTRACTORS
5.
PAYMENT BOND
6.
PERFORMANCE BOND
7.
CERTIFICATE OF INSURANCE
8.
CONTRACT
9.
GENERAL CONDITIONS OF THE AGREEMENT
10.
DAVIS BACON WAGE DETERMINATIONS
11.
SPECIAL CONDITIONS (IF APPLICABLE)
12.
SPECIFICATIONS
3
I-J
�3
s_ _
3
1
NOTICE TO BIDDERS
ITB .10-135-FO
Sealed bids addressed to Marta Alvarez, Purchasing Manager, City of Lubbock, Texas, will be received
P in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204,
Lubbock, Texas, 79401, until 3:00 P.M. on September 28, 2010 or as changed by the issuance of fonnal
1 , addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the
following described project:
Drainage Improvements at Purdue & North University Avenue
After the expiration of the time and date above first written, said sealed bids will be opened in the
Purchasing and Contract Management Office, City Hall, 1625 13th Street, Conference Room 204 and
publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of
the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date
above first written.
Bids are due at 3:00 P.M. on September 28, 2010 and the City of Lubbock City Council will consider
the bids on October 14, 2010 at the City Hall, 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 $50,000. Said statutory bonds should be issued by a company carrying a current Best
Rating of "A" or better. THE BONDS MUST IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS
AWARDED.
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. THE ESTIMATED BUDGET FOR THE CONSTRUCTION OF THIS
PROJECT IS $ 75,000ASEVENTY FIVE THOUSAND).
1
1
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 September 21, 2010 at 10:00 A.M. in the Purchasing and
Contract Management Office, City Hall, 1625 13th Street, Conference Room 204, 1625-131h Street,
Lubbock, Texas.
Bidders may view the plans and specifications without charge at The Reproduction Company, 2102
i Avenue Q, Lubbock, Texas 79405 or at www.thereproductioncompany.com. ONE SET OF PLANS AND
SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE -F
REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770.
Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if
documents are returned in good condition within Sixty (60) calendar days after the opening of bids.
Additional sets of plans and specifications may be obtained at the bidder's expense.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem
wages included in the contract documents on file in the office of the Purchasing and Contract Management
Office of the City of Lubbock, which document is specifically referred to in this Notice to Bidders. Each
bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, 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 bidders that in regard to any contract entered into pursuant to this a
advertisement, minority and women business enterprises shall 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 --I
assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 or write to _
Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
Narta-AC-vareZ
PURCHASING AND CONTRACT MANAGEMENT OFFICE
5
__ GENERAL INSTRUCTIONS TO BIDDERS
17 1 BID DELIVERY TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Drainage Improvements
at Purdue & North University Avenue per the attached specifications and contract documents. Sealed
bids will be received no later than 3:00 P.M. on September 28, 2010 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 10-135-FO, Drainage Improvements at Purdue & North University Avenue"
;£ 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:
Marta Alvarez, Purchasing Manager
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management
Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder
i
does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt.
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
a
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 -mandatory pre -bid
meeting will be held at September 21, 2010 at 10:00 A.M. in the Purchasing and Contract
Management Office, City Hall, 1625 13th Street, Conference Room 204, 1625-13th 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 ITB are made by ADDENDA information available over
the Internet at www.bidsync.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
I..
request an interpretation thereof from the Purchasing and Contract Management Office. At the request of
the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be
substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract
Management Office. Such addenda issued by the Purchasing and Contract Management Office will be
available over the Internet at www.bidsync.com and will become part of the bid 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 Purchasing and
Contract Management Office no later than five (5) calendar days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
w shall not be legally bound by any amendment or interpretation that is not in writing. Only information
6
s
supplied by the City of Lubbock Purchasing and Contract Management 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.
4 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. P,1111
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 Purchasing and Contract Management Office and a clarification obtained before the
bids are received, and if no such notice is received by the Purchasing and Contract Management
Office 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 Purchasing and Contract
Management Office 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 bid closing date.
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 CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
LICENSES, PERMITS, TAXES
I
IJ
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or i
may be required to pay. _1
4
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.
t
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
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
P rP y q P P
the bidder's responsibility to advise the Purchasing and Contract Management Office if anyy 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
City of Lubbock Purchasing and 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 1N WRITING NO LATER THAN FIVE (5) CALENDAR
DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO:
Felix Orta, Senior Buyer
City of Lubbock
Purchasing and Contract Management
1625 131h Street, Room 204
Lubbock, Texas 79401
Fax: 806-775-2164
Email: forta@mylubbock.us
Bidsync: www.bidsvnc.com
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be substantially completed within 34
(THIRTY FOUR) CALENDER DAYS FOR SUBSTANTIAL COMPLETION from the date
.> specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
14
15
H
17
18
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.
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
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.
i_
PLANS FOR THE CONTRACTOR
The contractor will, upon written request, be furnished up to five sets of plans and specifications and related s
contract documents for use during construction. Plans and specifications for use during construction will only be
9
[,-J'
I
19
20
21
22
23
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.
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.
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.
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.
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.
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
10
q
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
i
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 1-1
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 AND THE
ENGINEER 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 THE ADDITIONAL INSURED ENDORSEMENT
SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
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 Texas Government Code, Chapter 2258,
Prevailing Wage Rates 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 the contract documents does not release the Contractor from compliance with any wage law that
may be applicable. Construction work under the contract requiring an inspector shall 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 Sunday 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 Sunday 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 shall keep a
record showing the name and occupation of each worker employed by the Contractor or subcontractor
in the construction of the public work and the actual per diem wages paid to each worker. This record
1 shall be open at all reasonable hours to inspection by the officers and agents of the City. 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, sixty dollars for each laborer,
Ell 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, and all blank spaces in the form shall be
correctly filled in, stating the price in 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 unit price and the extended total for a bid item, the unit price will be
taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid
price.
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:
29.3.1 Bidder's name
29.3.2 Bid for ITB 10-135-FO, Drainage Improvements at Purdue & North University Avenue
y 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
t FORM PRIOR TO BID OPENING.
. 12
30
31
BOUND COPY OF CONTRACT DOCUMENTS 1J,
Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the r--,
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.IJ
(d) Statutory Bonds (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications. 1
(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 J
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, V
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.
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 20 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.
13
�.. 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
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 biddershome 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.
.a
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.
32.7 The estimated budget for the construction of this project is $ 5.2 million.
33 ANTI -LOBBYING PROVISION
33.1 DURING THE PERIOD BETWEEN BID SUBMISSION DATE AND THE CONTRACT
AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL
NOT DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK
CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF
LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED
INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS.
33.2 This provision is not meant to preclude bidders from discussing other matters with City Council
members or City staff. The 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 ITB
process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and
materials at the lowest practicable price, for the best interests and benefit of the taxpayers and
property owners. Violation of this provision may result in rejection of the bidder's proposal.
34 PREVAILING WAGE RATES
34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage
Rates, with respect to the payment of prevailing wage rates for the construction of a public work,
including a building, highway, road, excavation, and repair work or other project development or
improvement, paid for in whole or in part from public funds, without regard to whether the work
is done under public supervision or direction. A worker is employed on a public work if the
worker is employed by the contractor or any subcontractor in the execution of the contract for the
project
34.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not
t less than the general prevailing rate of per diem wages for the work of a similar character in the
locality in which the work is performed, and not less than the general prevailing rate of per diem
wages for legal holiday and overtime work.
Li 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to
and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the
j U. S. Department of Labor web site at the following web address to obtain the rates to be used in
Lubbock County:
14
littp://www.gpo.gov/davisbaconf/alIstates.htniI
34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the
web site for the type of work defined in the bid specifications.
34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay
to the City of Lubbock $60 for each worker employed for each calendar day or part of the day ,
that the worker is paid less than the wage rates stipulated in the contract.
15
�
�
�
�
y
BID SUBMITTAL FORM
�
�
� . .
�
� • .
�
1
DATE: C
PROJECT NUMBER:
Bid of
REVISED -BID SUBMITTAL FORM
UNIT PRICE BID CONTRACT
05-EQ, Dra- a Improvements at Purdue & North University Avenue
"'F (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 Drainage Improvements at Purdue & North University
Avenue, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated 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.
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.
BASE BID:
ITE
DESCRIPTION
UNI
ESTIMAT
UNIT
EXTENDED
M
T
ED
PRICE
AMOUNT
NO.
QUANTIT
Y
Sawing existing HMAC surface, including all
1
necessary incidentals to complete the work,
LF
232
$ 0
$
per linear foot.
Removal and legal disposal of existing
2
asphalt surface and 6" caliche base, including
all necessary incidentals to complete the
SY
1,145
$
$ t
work.
Standard 24" curb and gutter, City of
Lubbock Class A concrete, including all
3
subgrade preparation and jointing, and all
LF
20
$
$
necessary incidentals to complete the work,
furnished and installed, complete and in -
lace, per linear foot.
2
No Text
8" Portland cement concrete paving, City of
Lubbock Class B Concrete , including all
subgrade preparation, #4 reinforcing bars 12"
4
on center both ways, 6" X 6" monolithic curb
SY
245
$
$ ''
b ®�
on east side, and all necessary incidentals to
complete the work, furnished and installed,
complete and in -place, per square yard.
8" Portland cement concrete paving, City of
Lubbock Class B Concrete , including all
subgrade preparation, #6 reinforcing bars 9"
5
on center longitudinal and 36" on center
SY
340
$
$
transverse, and all necessary incidentals to
I
complete the work, furnished and installed,
complete and in -place, per square yard.
4" Portland cement concrete drainage
channel, City of Lubbock Class B Concrete ,
including all subgrade preparation, #3
reinforcing bars 12" on center both ways, and
6
SY
170
$4�0__$
b�
all necessary incidentals to complete the
work, furnished and installed, complete and
in -place, per square yard.
2" Type C HMAC on 9" asphalt stabilized
7
base, including 12" subgrade preparation, and
all necessary incidentals to complete the
SY
285
$
_
$
work, furnished and installed, complete and
in -place, per square yard.
TOTAL BASE BID, ITEMS (1-7)
$
r] �1II�
(In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.)
er's Initials
3
i `7x .. �. .. .. .. � �" .
Bidderhereby 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 34 (THIRTY FOUR) WORKING DAYS FOR
SUBSTANTIAL COMPLETION thereafter as stipulated in the specifications and other contract documents. Bidder
hereby further agrees to pay to Owner as liquidated damages the sum of $60 (SIXTY ) for each working 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.
Liquidated damages is the reasonable amount of anticipated or actual damages for each day the completion of
work is delayed, generally not enforceable under Texas common law if damages are intended to serve as a penalty or are
far in excess of the amount of damages that may be reasonably forecast. The basis for liquidated damages of $60 per day
is Inspector $12/hr for 5 hours/day. Contractors are required under Texas Local Government Code § 252.044 to provide
in the full amount of the contract price payment bonds for public works contracts more than $50,000 and performance
bonds for public works contracts more than $100,000, and the City withholds 5% of each progress payment as security
for completion of the project. Bidder understands and agrees that this bid submittal shall be completed and submitted in
accordance with instruction number 28 of the General Instructions to Bidders.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of THIRTY (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company,
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies,
and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him
-r's Initials
El
a
Enclosed with this bid is a Cashier's Check or -Certified Check for Dollars
($ '^ 1 or a Bid Bond in the sumo �C�A'l-r%L , .Dollars ($3 3 "mil, which
it is agreed shall be collected and retained by th Owner as liquidat amages 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 Date: ®"
252.043(a), 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
(Sea] if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date
C-4tre 06
M
CState
ounl�,.a�3
Telephone:
Fax: ® %51
Addenda No. Date F DERAL TAX ID or SOCIAL
Addenda No. Date Nro�Addenda No. Date 4-5TY 'T��--
EMAIL: Alax-ry e
*dv4li,E, Aj-e7
M/WBE Firm: Woman Black American Native American
Mspanic American Asian Pacific American Other S eci
5
i
f
I
I
I
i
i
UMR
�'..iW
INSURANCE COMPANY 233MAIN STREET- P_oBOX M-NEW BRITAKCT VffA2150•(&%)214.2U
Bid Bond No. B28493
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we M&S CONCRETE COMPANY, as Principal,
hereinafter called the Principal, and ACSTAR INSURANCE COMPANY, 233 Main Street, P.O. Box
2350, New Britain, CT 06050-2350, a corporation duly organized under the State of Illinois as Surety,
hereinafter called the Surety, are held and firmly bound unto
CITY OF LUBBOCK (TX)
1625 13TH STREET, ROOM 204
LUBBOCK, TX 79401-
as Obligee, hereinafter called the Obligee, in penal sum of 5 PERCENT OF BID AMOUNT (5% of BID
AMOUNT) for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for DRAINAGE IMPROVEMENTS AT PURDUE AND
NORTH UNIVERSITY AVENUE ITB 10-135-FO
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a Contract with the Obligee, or in the event of the failure of the Principal to enter into such Contract and
if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void.
This obligation shall expire and be null and void 90 days from the date of execution as set forth below.
No action may be commenced upon this bond later than 90 days from the date of execution. as set
forth below, provided that if any limitation embodied in this bond is prohibited by any law controlling the
construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum
period of limitation permitted by such law.
This bond is null and void unless signed by Principal and Surety.
Signed and sealed this
ATTEST:
ATTEST:
27th day of
OTAT. C61
Title:
ACSTAR INSU
ANY
0
2010 .
(Seal)
NOE-COMPANY (Seal)
By
Henry W. ozko, Jr.
President
ACSZRR
.: �: INSURANCE COMPANY 233 MAIN STREET • P 0 BZ)X 2350• n=_w oR,TAIN. CT 05050.235C• tae31224.2o30
BOND NO. B28493
STATUTORY COMPLAINT NOTICE
To obtain information or make a complaint:
You may call the Surety's telephone number for information or to make a complaint at: 1-860-224-2000. You
may also write to the Surety at:
ACSTAR Insurance Company
233 Main St.
P.O. Box 2350
New Britain, CT 06050-2350
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or
complaints at 1-800-252-3439.
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
Fax #: 512-475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you
should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of
Insurance.
RIDER CONTAINING DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance ACT of 2002 (the "Act"). No action is required
on your part. This Disclosure Notice is incorporated in and a part of the attached bond, and is effective the date
of the bond.
-< You should know that, effective November 26, 2002, any losses covered by the attached bond that are caused
by certified acts of terrorism would be partially reimbursed by the United States under a formula established by
the Act. Under this formula, the United States reimburses 90% of covered terrorism losses exceeding the
statutory established deductible paid by the insurance company providing the coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the aggregate amount of
insured losses under the Act exceeds S 100.000,000 000_d r g the aR In irahla_TP�icd-for-au r s-and-all—
Insurers combined. In that case, we will not be liable for the payment of any amounts which exceeds that
aggregate amount of $100,030,000,000.
The portion of your premium that is attributed to coverage for acts of terrorism is $0.00.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO CHANGE ON ANY 60NDS
THAT PREMIUM IS CHARGED ANNUALLY.
Exclusion of Liability for Mold, Mycotoxins, and Fungi
i The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable
for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related
products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or
appearance.
15Ona NO. OL047.5
233 MAIN STREET • P.O. BOX 2350 POWER OF ATTORNEY
®rs NEW BRITAIN, CT 06050-2350 f
INSURANCE COMPANY(860) 224-2000 ' V 2 31264
This Power of Attorney must have original corporate seal, and red and blue ACSTAR logo to be valid.
Know all men by these presents: That ACSTAR Insurance Company, a corporation of the State of Illinois, having its
principal office in the City of New Britain, Connecticut, pursuant to the following Resolution, which was adopted by the Board of Directors of the said
Company on September 25, 2008.
RESOLVED, That the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature
thereof:
(1) That the Chairman, the President, any Vice President and General Counsel, or any Attorney -in -Fact, may execute for and on behalf of the Company any and all bonds, under-
takings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Corporate Secretary, or any Assistant Corporate
Secretary, and the seal of the Company affixed thereto; and that the Chairman or President may appoint and authorize any other Offer (elected or appointed) of the Company,
and Attorneys -in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto.
(2) Any such writing executed in accordance with these Rules shall be as binding upon the Company In any case as though signed by the President and attested to by the
Corporate Secretary.
n (3) The signature of the Chairman, the President, or a Vice President of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution,
0 and the signature of a facsimile to any certificate of any such power, and any such power or certificate bearing such fascimille signature and seal shall be valid and binding
C on the Company.
Y (4) Such other Officers of the Company, and Attorneys -In -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company, and any affidavit or
C record of the Company necessary to the discharge of their duties.
-0 does hereby nominate, constitute and appoint
N HENRY W. NOZKO, JR., ROBERT H. FRAZER, DAVID A. PRICE, MICHAEL P, CIFONE, JOAN C. FORTIER, HENRY W. NOZKO III,
U 0) GARY M. CASE each individually, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver on Its behalf, and as its act and deed
a) any and all bonds, under -takings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION
O 2 DOLLARS ($10,000,000.00) each, and the execution of such writings in pursuance of these presents, shall be as binding upon said Company,
N W as fully and amply, as if they had been duty executed and acknowledged by the regularly elected officers of the Company at its principal office.
N 0 IN WITNESS WHEREOF, Henry W. Nozko, Jr., President, has hereunto subscribed his name and affixed the corporate seal of ACSTAR
C -o Insurance Company this 25th day of September 2008.
p L ACSTAR Insurance Company
a) O
°4) N
C by
ai t, Henry W. ,_ko Jr., P, de t
� STATE OF CONNECTICUT )
0 ) ss. NEW BRITAIN
It
0 COUNTY OF HARTFORD )
L_ 4; On this 25th day of September 2008, before me, a Notary Public of the State of Connecticut came, Henry W. Nozko, Jr., President of ACSTAR
Insurance Company, to me personally known to be the individual and officer who executed the preceding Instrument, and he
D >, acknowledged that he executed the same, and the seal affixed to the preceding instrument is the corporate seal of said Company; that the said
>U corporate seal and his signatures were duly affixed by the authority and direction of the said corporation, and the Resolution adopted by the Board
a) of Directors of said Company, referred to in the preceding Instrument, is now in force.
O t
Z U IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of New Britain the day and year first above
written.
fr1-t.c lAR., * .1014Aj%
Notary Public - Diane L. Plante
i, the undersigned, Secretary or Assistant Secretary of ACSTAR Insurance Company, do hereby certify that the original POWER
OF ATTORNEY of which the foregoing is a full, true and correct copy, is in full force and effect.
In witness whereof, I have hereunto subscribed my name as Secretary or Assistant Secretary, and affixed the corporate seal of the
Corporation, this 27th day of SPptember 2010
� n if +eA 7o::�
Henry W. Nozko III/Michael P. C'rfone
Secretary/ Assistant Secretary
r
LIST OF SUB -CONTRACTORS
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder and Agent
Must be submitted with Bid
the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by
die 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, furnish a valid insurance
rtificate t he City meeting all of the requirements defined in this bid.
�1
04(act`�r �Jriginalhi"la"ture) , Contractor (Print)
ame of Agent/Broker:
1'.,'ddress of Agent/Broker: FO U�6 13-q
Ity/State/Zip: LIP' [ )L t Aoi
Agent/Broker Telephone Number:
Llate: q— ;7-1-10
tsj
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid and award the contract
l another contractor. if you have any questions concerning these requirements, please contact the Purchasing
".a ! .,..4. . ♦ Ad .... ... ..� nrr; r ai... ! ;a....r 2 (QA CN ^/^IG 122 Ca
L
JD 10-135-FO, Drainage Improvements at Purdue & North University Avenue
No Text
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 incidents 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.
1). 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
I 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
1, 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.
Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death.
J. 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)
luestions and submit them with their bids:
91JESTION ONE
Has the bidder, or the firm, corporation, partnership, or i stitution represented by the bidder, or anyone acting for such
(irm, corporation, partnership or institution, ceived i ations for violations of OSHA within the past three (3) years?
YES N
�f the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid
4ubmission, the following information with respect to each such citation:
)ate of offense, location of establishment inspected, category of offense, final dispos of offense, if any, and penalty
assessed. _
Bidder's Initials
QUESTION TWO
Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for suc1-
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
_4_
If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bi
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, an
penalty assessed.
UESTION 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 from 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 bi
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 in
statements and answers to questions. I am aware that the informs ion given by me in this questionnaire shall be
investigated, with my full permission, and that any misrepresentati or r�jsi. mM cause m)� bid to be rejected. F
Title
W
SUSPENSION AND DEBARMENT CERTIFICATION
ig
Federal Law (A-] 02 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or
Waking sub -awards under covered transactions to parties that are suspended or debarred or whose principals are
juspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of
$50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients).
contractors receiving individual awards of $50,000 or more and all sub -recipients must certify that their organization and
_its principals are not suspended or debarred by a Federal agency.
Jefore an award of $50,000 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.
the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or
debarred by a Federal agency. /
I
..
COMPANY NAME:
FEDERAL TAX ID or SOCIAL",
)Ignature of Company Official:— EW. -��
Printed name of company offi al signing above:
gate Signed: 7 l' ✓ 1
I
3
No Text
BID 10-135-FO, Drainage Improvements at Purdue & North University Avenue
LIST OF SUB CONTRACTORS
_t Minority Owned
Company Name Location Services Provided Yes No
1. ❑ ❑
2. '} ❑ ❑
3. - ❑ ❑
4. ❑ ❑
_J
5. El
6. ❑ ❑
7. ❑ ❑
g, ❑ ❑
9. ❑ ❑
10. ❑ ❑
11. ❑ ❑
_12. ❑ ❑
13. ❑ ❑
44. ❑ ❑
❑ ❑
❑ ❑
Compa
Ad �
b- h :a,14 County_ _-5
State Zip Code
Telephone:
Fax: -
THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL
IF NO SUB —CONTRACTORS WILL BE USED PLEASE INDICATE SO
2
No Text
PAYMENT BOND
u
[I
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $50,000) 60Iv A 06. S° 1 22-19
KNOW ALL MEN BY THESE PRESENTS, that M V-S CO.JCAre- Cd . (hereinafter called the
Principal(s), as Principal(s), and
SureTec Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of 7(oevUg*r+ae- .S,2JO-1'YDollars ($ 7V • 'I I °®)
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.
`O�cs�.� f LLVG.,-J IFi ° M O 1(o A
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 14th day
of October, 2010, to =!['-a - /v - 13 S - Fo
J J- 4�R o J6z Prr cdQ,�.�.¢r ¢- �! . UN) VAS I y
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 s. ned and sealed this instrument
this ILf If*'*- day of OC-Tv 84eg— 2010.
SureTec Insurance Company
Surety ( p y Name)
By. By:
(Title) Sonia McPhail Attornewin-Fact _ P
(Sign `e)
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be
delivered and on whom service of process may be had in matters arising out of such suretyship.
Surety
F
L�"By: .
(Title)
Approved as to form:
City of Lu
By:
City Attorney
* Note: If signed by an Office 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.
POA #: 5098299
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
Sonia McPhail
its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for:
Principal: M & S Concrete Company
Obligee: City of Lubbock
Amount: S 74,711.00
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20h of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 3rd day of September, A.D. 2010.
SURETEC INSURANC COMPANY
y�aArvo�
ti�• X y 'toy By:
Knox J ., President
State of Texas ss: ��,1 co
County of Harris
On this 3rd day of September, A.D. 2010 before me personally came John Knox Jr., to me (mown, who, being by me duly sworn, did depose and say, that
he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
;.�""�.;• JAC9UELYN MALa
• _' Notary Public, StasMy CommissiMay 18, ac ely Mald do, Notary Public
y commission expires May 18, 2013
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors; set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 14th day of October 2010 A.D.
i
Brent Beaty, Assistant
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
ureTec Insurance Company -
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a
complaint at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-
3439. You may write the Texas Department of Insurance at
PO Box 149104
Austin, TX 78714-9104
Faxff:512-475-1771
Web: bq://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the
Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Terrorism Risks Exclusion
The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for,
losses caused by acts of terrorism, riot, civil insurrection, or acts of war.
Exclusion of Liability for
Mold, Mycotoxins, Fungi & Environmental Hazards
The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be
liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their
related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental
spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the
performance of the bonded obligations, of the occurrence, existence, or appearance thereof. .
Texas Rider 010106
No Text
CERTIFICATE OF INSURANCE
1
ACOR" CERTIFICATE OF LIABILITY INSURANCE
DATEr(MM/DD/YYYY)
`.../ $
12/13/2010
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy((es) must be endorsed. 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).
PRODUCER
CONTACT
Sandy Davis
InsureAll Inc.
_NAME:
A/CNNo (806) 771-9904 ,No)c (806)771-9907
- -- -— ..... ..... __--_ -- —
5137 69th St.
EMAIL
ADDRESS: sandy@insureallinc.com
Suite A
PRODUCER-- -- ----.....-....----.........._.—_..._
IDa00003704
-CUSTOMER
INSURER(S)AFFORDINGCOVERAGE
NAIC#
Lubbock TX 79424
INSURED
INSURER AATLANTIC CASUALTY INSURANCE CO.
aealta
INSURERB:SENTINAL INSURANCE COMPANY
�artford
M & S CONCRETE COMPANY
INSURER C:Servi ce Lloyds Insu_rance CO.
MICKEY MICHAELS
INSURERD:
-- ---__ ---�--
---.
PO BOX 8241
INSURER E :
LEVELLAND TX 79338
INSURERF:
COVERAGES CERTIFICATE NUMBER:CL10121300937 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR ; TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DDYM s MWDDYIYYYYLIMITS
GENERAL LIABILITY
EACH OCCURRENCE $
1,000,000
X COMMERCIAL GENERAL LIABILITY 1
--
DAMAGE TO RENTS _—.............
PREMISES�a occurrence) $
100,000
A F CLAIMS -MADE ! X OCCUR X i X Z-181000022
!6/19/2010 f6/19/2011 i MED EXP (Any one person) $-
5, OOO
L
—
INJURY
PERSONAL & ADV INJURY $ ..
i
1,000,000
GENERAL AGGREGATE $
2,000,000
€ GENT AGGREGATE LIMIT APPLIES PER: #
PRODUCTS - COMP/OP AGG $
2,000,000
- —, PRO-
X ;POLICY i LOC I
$
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
5OO OOO
ANY AUTO
(Ea accident)
i
! BODILY INJURY (Per person) $
B ALL OWNED AUTOS ( 46UECJD9131
12/4/2010 12/4/2011 �------B
---
i I
X SCHEDULED AUTOS
r( I ODILY INJURY (Per accident); $
ii
X !HIRED AUTOS � I
PROPERTY DAMAGE
� , (Per accident) $
X ; NON -OWNED AUTOS
$
is
UMBRELLA LIAB i OCCUR i j
� BEACH OCCURRENCE $
EXCESS LIAB i CLAIMS -MADE
AGGREGATE $
DEDUCTIBLE
RETENTION $
C WORKERS COMPENSATION
WC STATU- OTH-`
X-�T
i AND EMPLOYERS' LIABILITY i
YIN
RY LIMITS_- _- ER __........
ANY PROPRIETORIPARTNER/EXECUTIVE 1
OFFICER/MEMBER EXCLUDED? N IN/Al
€ EACH ACCIDENT $
T -----
E.L.'6/24/2011
1 , O00 OOO
1
(Mandatory in NH) SRZB20506-10
6/24/2010 1
1 E.L. DISEASE - EA EMPLOYE $
1 000 000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT j $
1,000,000
t
I I
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, H more space is required)
CERTIFICATE HOLDER IS PRndARY ADDITIONAL INSURED WITH WAIVER SUBROGATION ON THE GENERAL LIABILITY POLICY AS REQUIRED
BY WRITTEN CONTRACT.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
CITY OF LUBBOCK
PO BOX 2000, ROOM 204
AUTHORIZED REPRESENTATIVE
LUBBOCK, TX 79457
Sandy Davis/DAVISS
ACORD 25 (2009109) 01988-2009 ACORD CORPORATION. All rights reserved.
INS025 (200909) The ACORD name and logo are registered marks of ACORD
No Text
11 / 07/ 2010 22: 00 8068947844 miuKtY JUDY Iy11Ur1HGLT�-
..
j
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE: �51-2010
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 �S &-WZJr�, TYPE OF PROJECT:
THIS IS TO CERTIFY THAT D. '�;1I1 JLit�'- i (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 fitrther
hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF JNSURANCE
POLICY NUXIIER
EFFECTIVE
EFFECTIVE
LIMITS
PATE
DATE
GEN RAL .LIABILITY
Commercial General Liability
j �(b ( 0 00 0
✓
I 12 (%
W 101
Gcoeral Aggregate S QGn
Claims Made
Occurrence
Products-Comp/Op GG S ` 1XtG• ,
A
Personal bt Adv. Injury S
Owner's & Contractors Protective
Each Occurrence S 0
Fire Damage (Anyone Fire s tip
S
Med Exp (Any one Person) 15'000
A UTO1 NOTI VE LIARILJTX
Any Auto
�®
�� +�%U�
1 4
Combined single Limit S
All Owmed Autos
Bodily Injury (Per Person) $ '. 0GYY�
Scheduled Autos
Bodily Injury (Per Accident S fiXr DOD
Hired Autos
Property Damage S
Non-Oumed Autos
GARAGE LIABILITY
Any Auto
Auto Only . Each Accident S
Other than Auto Only:
Each Accident S
Aggregate S
sUILD1:R'S RISK
100% of the Total Contract Price
5
INSTALLATION FLOATER
S
EXCL• SS LIABILITY
Umbrella Form
Each Occurrence F_
AgF,regatc S
Other Than Umbrella Form
5
WORKERS COMPMAVON AND
EMPLOYERS' LIABILITY
The Proprietor/ Included Statutory Limits
Partners/Executive Excluded Each Accident S
Offices are: Disease Policy Limit S
Disease.Each .Employae S
OTHER
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 CERTIFIC.A.TE OF INSURANCE Al yL6/.
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By;�
Title:
IThe Insurance Certificates Furlaished 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. IT SHALT. BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
No Text
ACORDM CERTIFICATE OF LIABILITY INSURANCE R , 11/08/2010YY)
PRODUCER Bledsoe Insurance Agency, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5143 69th Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 65028 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lubbock TX 79464 INSURERS AFFORDING COVERAGE NAIC #
INSURED M & S Concrete Company INSURER A:
PO BOX 8241 INSURER B:
Levelland TX 79338 INSURERC:
INSURER D:
INSURER Ei Service Lloyds Insurance Company 4338
rnvFReIn. FS
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.
INSR
ADD'L
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
DAMAGE TO RENTED
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
MED EXP (Any oneperson)
$
PERSONAL & ADV INJURY
$
GENERAL AGGREGATE
$
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$
POLICY PRO LOC
�
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS/UMBRELLA
LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
$
DEDUCTIBLE
$
I
RETENTION $
'E
WORKERS COMPENSATION AND
SRZB20506-10
06/24/2010
06/24/2011
we sTAT.0 j{ orH-
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
Blanket Waiver of Subroga- tion
applies
E.L. EACH ACCIDENT
$ SOO,000
E.L. DISEASE - EA EMPLOYEE
$ SOO,000
11 yes, describe under
IA P ISIONS below
E.L. DISEASE -POLICY LIMIT
$ 500,000
OTHER
MICKEY MICHAELS EXCL
JUDED FROM WC COVERAGE
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
TE
CITY OF LUBBOCK
PO Box 2000, room 204
Lubbock TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOra THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
AUTHORIZED
ACORD 25 (2001/08)
11
TION 1988
No Text
CERTIFICATE OF INSURANCE
..A TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000, Room 204
LUBBOCK, TX 79457 TYPE OF PROJECT:
i THIS IS TO CERTIFY THAT (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 further
r: hereinafter described. Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
Commercial General Liability
General Aggregate $
Claims Made
Products-Comp/Op AGG $
Occurrence
Personal & Adv. Injury $
Owner's & Contractors Protective
Each Occurrence $
Fire Damage (Any one Fire) $ _
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
Any Auto
Combined Single Limit $
All Owned Autos
Bodily Injury (Per Person) $
Scheduled Autos
Bodily Injury (Per Accident) $
Hired Autos
Property Damage $
Non -Owned Autos
GARAGE LIABILITY
Any Auto
Auto Only - Each Accident $
Other than Auto Only:
Each Accident $
Aggregate $ _
BUILDER'S RISK
100% of the Total Contract Price
$
INSTALLATION FLOATER
$
EXCESS LIABILITY
Umbrella Form
Each Occurrence $
Aggregate $
Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ Included
Statutory Limits
Partners/Executive Excluded
Each Accident $
Offices are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
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
,.. R 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
(Name of Insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
By:
r.., Title:
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. IT SHALL BE THE CONTRACTOR'S. THE
ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS.
t
r
r.
I __
2 CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
r
(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;
(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
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.
No Text
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
(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
>j
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
�.. coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(1) 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.
I
I
I
CONTRACT
I
1
CONTRACT 9738
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 14th day of October, 2010, 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 M & S Concrete Company of the City of Levelland, County of Hockley
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 10-13540, Drainage Improvements at Purdue & North University Avenue
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. M & S Concrete Company's bid dated September 28, 2010 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.
COMPLETE D
,ti��l-A0
Company
Address r" 7T
City, State, Zip -. L
ATTEST:
Corporate Secretary
CITY OF LUBBOCK, TEXAS (OWNER):
By:
MAYOR
ATTEST:
City Secretary
APPROVE AS ONTE v
P P
Owner's Represent ive
Marsha Reed, Chief Operations Officer
APP t
S FORM:
City Attorney
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
_J
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 with M & S Concrete Company who has agreed to perform the work embraced in
this contract, or their legal representative.
OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative Keith Smith, Assistant City Engineer, so designated who
shall 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 shall 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".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed,"
or words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors shall 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 Office 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.
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
LI 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.
i 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.
i 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.
I7. 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 Office, 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 are 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. l
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 shall 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
shall 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
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
i
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
_j 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
g Y g Y
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
i 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 -I
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined
by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted
by the. Associated General Contractors of America. Where practical, the terms and prices for the use of
machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the
actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general
superintendence and field office expense, and all other elements of cost and expense not embraced within the
actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained
primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the
"actual field cost."
No claim for extra work of any kind shall 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. iL
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
3 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 Offices, 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 shall be provided ten (I0) 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 TO INCLUDE PRODUCT-COMP/OP 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. THE ADDITIONAL INSURED
ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATION'S.
A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation
required) k
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined
Single Limit in the aggregate and per occurrence to include: �
Products & Completed Operations AGG
Contractual Liability
Personal & Adv. Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, - NOT REQUIRED.
C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $200,000 Combined Single Limit, to include all owned and
non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles.
D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED.
E. Umbrella Liability Insurance - NOT REQUIRED.
F. 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 [ I
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of r'
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.
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.
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.
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 shall 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.
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
(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;
�J
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter; l
1
(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
shall provide services on the project shall 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.
1 1. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(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: 11
(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; 1.1
m
it
LJ
(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 ()vww.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
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
_y
I1
5
"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 i
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
IJ
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of -
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment. t
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its Offices, 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 furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract '
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish i
12 ,
l
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 Offices, 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 Offices,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contra if the material or process specified or required b Owner and/or this contract is an infringement, the
t� contrary, P P q Y g ,
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 Offices, 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 LIOUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
13
may withhold permanently from Contractor's total compensation, the sum of $639 (SIX HUNDRED & THIRTY
NINE) PER CALENDER DAY, not as a penalty, but as liquidated damages for the breach of the contract as
herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for
substantially completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is
expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT
TIME IS OF THE ESSENCE OF THIS CONTRACT.
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 t
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in J
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 except1
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in JI
14
f__.
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 furnished on the project.
1 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 Offices, 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.
4I. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
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.
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
16
1..
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.
z 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
t 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
C 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
1 the written orders of the Owner's Representative, when such orders are consistent with this contract, then the
Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall
be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed
with diligence to complete the project as contemplated and in compliance with all terms and provisions of the
contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract,
equity or otherwise, including, but not limited to, providing for completion of the work in either of the following
elective manners:
17
f_
(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 l
i'
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 $50,000. 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. §960](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 (1) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
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 _t
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. i-
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 (1) 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.
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
I
DAVIS BACON WAGE DETERMINATIONS
EXHIBIT A
GENERAL DECISION: TX20100028 03/12/2010 TX28
Date: March 12, 2010
General Decision Number: TX20100028 03/12/2010
Superseded General Decision Number: TX20080028
State: Texas
-4' Construction Types: Heavy and Highway
Counties: Ector, Lubbock, Midland, Potter, Randall, Taylor
and Tom Green Counties in Texas.
HEAVY (excluding tunnels & dams) and HIGHWAY PROJECTS (does not
include building structures in rest area projects).
Modification Number Publication Date
0 03/12/2010
* SUTX2004-001 11/09/2004
Rates
Fringes
Asphalt Distributor Operator ...
$ 9.25
0.00
Asphalt Heater Operator ........
$ 11.21
0.00
Asphalt paving machine operator$
11.16
0.00
Asphalt Raker ..................$
9.51
0.00
Broom or Sweeper Operator ......
$ 8.57
0.00
Bulldozer operator ...........$
9.76
0.00
Carpenter ......................$
12.61
0.00
Concrete Finisher, Paving ......
$ 13.26
0.00
Concrete Finisher, Structures..$
11.20
0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator .......................$
11.00
0.00
Electrician ....................$
17.00
0.00
Form Builder/Setter, Structures$
9.26
0.00
Form Setter, Paving & Curb .....
$ 9.82
0.00
Front End Loader Operator ......
$ 10.52
0.00
Laborer, common ................$
8.51
0.00
Laborer, Utility ...............$
10.46
0.00
Mechanic .......................$
16.85
0.00
Motor Grader Operator Rough ....
$ 11.75
0.00
Motor Grader Operator, Fine
Grade ..........................$
13.50
0.00
Planer Operator ................$
13.36
0.00
Roller Operator, Pneumatic,
Self -Propelled .................$
7.67
0.00
Roller Operator, Steel Wheel,
Flat Wheel/Tamping.............$
8.06
0.00
Roller Operator, Steel Wheel,
Plant Mix Pavement .............$
7.50
0.00
Scraper Operator ...............$
8.50
0.00
Servicer .......................$
8.98
0.00
Slip Form Machine Operator .....
$ 13.64
0.00
Tractor operator, Pneumatic ....
$ 12.00
0.00
Traveling Mixer Operator .......
$ 12.00
0.00
Truck driver, lowboy -Float .....
$ 12.67
0.00 _
Truck driver, Single Axle,
Heavy ..........................$
8.50
0.00
Truck driver, Single Axle,
Light ..........................$
8.08
0.00 '
Truck Driver, Tandem Axle,
Semi -Trailer ...................$
8.66
0.00
Welder .........................$
15.25
0.00
Work Zone Barricade Servicer...
-------------------------------------
$ 8.28-----------
0.00 zS
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
----------------------------------------------------------------
----------------------------------------------------------------
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) ) .
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.1 If the answer to the question in 1.1 is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
EXHIBIT B
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.
t _u
EXHIBIT C
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
II
SPECIFICATIONS
1
CITY OF LUBBOCK
PUBLIC WORKS ENGINEERING
STANDARD PAVING SPECIFICATIONS
44
October 1. 2009
CITE' OF LUBBOCK
PUBLIC WORKS ENGINEERING
STANDARD PAVING SPECIFICATIONS
TABLE OF CONTENTS
SECTION PAGE; NUMBER
1.1
GENERAL
5
1.2
Specifications
5
1.3
Warranty and Acceptance
6
1.4
Testing and Inspection
6
1.5
Cleanup and Site Restoration
6
1.6
Notification of Property Owners
7
1.7
Protection of Utilities and Irrigation Systems
7
1.8
Water for Construction
7
2.1
CONCRETE
8
22
Classification
9
2.3
Mix Design
9
2.4
Strength Requirements
10
2.5
Cement
10
2.6
Aggregate
11
2.7
Flowable Fill
12
2.8
Water
12
2.9
Admixtures
12
2.10
Reinforcing Materials
12
2.11
Joints
13
2.12
Joint Sealing Materials
14
2.13
Curing Compounds
14
2.14
Forms for Concrete
14
2.15
Placing and Finishing Concrete
15
3.1
SUBGRADE
16
4.1
FLEXIBLE BASE (CALICHE)
17
4.2
Materials 'Pests
17
4.3
Flexible Base Construction
18
5.1
ASP11ALT STABLIZED 13ASE (ASB)
18
5.2
ASB Mix design
19
5.3
Placing ASB
20
5.4
ASB Compaction
20
6.1
HOT MIX ASPHALTCONCRETE SURFAC1' (1-11NIIAC)
20
6.2
Thickness of HMAC Surface
21
6.3
Mix Design
22
6.4
Coarse Aggregate
2 3
6.5
Fine Aggregate
24
6.6
Asphalt
24
6.7
Production and Placement of UIMAC
24
6.8
Compaction
26
6.9
Prime and "Pack Coats
27
6.10
Emulsified Asphalt Sealer
27
6.11
Release agents
27
6.12
Sampling of I-IMAC
28
7.1
STORM SEWER
28
7.2
Reinforced Concrete Pipe
28
7.3
Mortar
28
7.4
Preformed Bituminous Gasket Joints
29
7.5
Manholes
29
7.6
Manhole Frames and Covers
30
7.7
Construction Methods
30
7.8
Excavation
31
7.9
Pipe Installation
32
7.10
Backfilling
33
7.11
Trench Protection
34
8.1
FENCES
35
9.1
SALVAGE OF ASPHALT PAVING
35
10.1
13ARRICADES
35
11.1 PROSECUITION OF T1.1E WORK
AND WORKING DAYS 36
11.2 Working Days Definition 36
11.3 Work Between November 1 and January 2 37
12.1
`v EASURE1VIE-NT AND PAYMENT
3 7
12.2
Curb and Gutter
38
12.3
Concrete Flat Slabs
38
12.4
Curb Ramps
38
12.5
Concrete Drainage Channel
35
12.6
Retaining Wall or Curb on Drain Channel or Curb Ramp
39
12.7
Concrete 'Median
39
12.8
Concrete Street Paving
39
12.9
Sawing and Sealing Joints
39
12.10
Storm Sewer Inlet Boxes and Manholes
40
12.11
Headwalls
40
12.12
Storm Sewer Pipe
40
12.13
Extra Vertical Feet of Manhole
40
12.14
Curb and Gutter Removal
40
12.15
Concrete Slab Removal
41
12.16
2 Sack Flowable Fill
41
12.17
Asphalt Paving
41
12.18
Asphalt Paving Repair
41
12.19
Excavation and Grading
42
1220
Ditch Grading and Unpaved Street Surface Grading
42
13.1 STANDARD D1FTAILS 43
Street Crown Elevations
Typical Asphalt Street Cross -sections
Typical 24 inch Curb and Gutter
Typical 30 inch Curb and Gutter
Concrete Valley Gutter
Alley Return and Alley Paving
'ree Alley
Typical Handicap Ramp
Driveway with 4 Foot Property Line Sidewalk
Driveway with 5 Foot (residential) or 6 Foot (thorou(hfare) Curb Back Sidewalk
4
L
L"i
f
1
CITY OF LUBBOCK
PUBLIC WORKS ENGINEERING
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Public Works Engineering
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 Engineer 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 Engineer before being incorporated into any project. After
approval; the source and/or character of materials shall not be changed without written
authorization by the Engineer
The term Engineer used in these specifications may refer to the City of Lubbock City
Engineer or an individual designated by the City Engineer to administer these
specifications and associated plans.
1.2 SPECIFICATIONS
Any references to these specifications, AS` IM. AASI ITO. 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 govern.
0
1.3 WARRANTS' AND ACCEPTANCE t
All equipment, materials, and construction incorporated into any prq�icct covered by these
specifications shall be guaranteed against defective material and workmanship. Prior to
final acceptance, the contractor shall furnish to the Engineer, a Maintenance. Bond
which shall provide that the contractor shall remedy any defects in the work, and
{gay forany 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 Engineer.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the IEngineer.
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 Engineer may order that
portion of construction that is in violation to cease until such violation is corrected.
Contractor shall cooperate with the Engineer 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 Engineer 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 arc
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 Engineer.
1.6 NOTIFICATION OF PROPERTY OWNERS
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 PROTECTI.ON 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
Engineer 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.
Dire 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 backtlow 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.
I
For bottom loading trucks the contractor shall provide a Reduced Pressure lone (RI1Z)
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. "l'he test results shall be sent to the City of LWater Utilities Department.
Meter and Customer Service Supervisor for approval.
In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backilow
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. T'he 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 Engineer.
All concrete shall have 5%. minus 1.5% to plus 3%, air entrainment in conformance with
ASTM C 260.
All concrete- street pavement shall include proper _jointing as determined by the Engineer Li
and a minimum reinforcement of number 4 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.
LI
i
2.2 CLASSIFICATION
The following Cite 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 Valley gutters and fillets, alley returns, and alley paving.
Class C Concrete street pavement.
Class D Utility encasements
Class E hast setting concrete pavement such as "last "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 hollowing to the Engineer 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 withAS'1'M 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.
9
The City Engineer will approve or reject the mix design and materials based on these
submittals. This approval shall be subject to additional testing durint? 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
A
5.0
6.5
5
B
5.5
5.5
5
C
6.0
6.0
3
I)
4.5
6.5
5
E
7.0
5.0
As specified by
concrete batch plant
2.4 STRENGTH REOUIREMENTS
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. When cores are
subsequently used to prove compressive strength where test cylinders indicate failures,
the cores will be tested in accordance to ACI C42. The required compressive strength
shall be increased by 10%.
COMPRESSIVE 1'L.EXURAL,
Class 3 Day 7 Dav 28 Day
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 H, or Type III cements, conforming to AS"T.%9 C 150
"Standard Specification for Portland Cement".
10
2.6 AGGREGATE
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 line with a maximum size of 1-1 ?
inches. and shall conform to ASTM C 136.
All aggregate shall be free injurious amounts of clay, soft or flaky materials, loam..
organic impurities, or other deleterious materials.
Coarse aggregate for Class C or E concrete shall be crushed limestone (I3rownwood type
or equivalent). Crushed gravel will be allowed if on the TXDOT Quarterly Monitoring
Program, or if specifically approved by the engineer.
Fine aggregate shall be graded from tine to coarse and shall conform to ASTIVf 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
10-40
No. 30
45-75
1/2 inch
40-75
No. 50
70-90
No. 4
95-100
No. 100
98-100
Aggregate Quality Requirements shall comply with TXDO'I" Item 302 as follows:
Deleterious Material 2.0% maximum
Decantation 1.5% maximum
Flakiness Index 17 maximum
Magnesium Sulfate Soundness 25°/►
Stockpiles shall be protected from dusty conditions by drift fences or other methods
approved by the Engineer. 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.
i
I
2.7 FLOWABLE FILL;
Flowable till shall consist of a concrete mixture of pea gravel and sand with a cement
content of 1-1f2 sacks per cubic vard. Flowable till shall be used for backfill in all utility
ditches within the right of way. and other areas as specified. Utilily ditches in existing
paved streets shall be backfilled with. flo\vable fill from the bottom of the ditch to the
paving surface. (Ise of concrete in place of flowable 17M is not acceptable, and if used in
place of floes=able fill shall be removed by the contractor at his expense.
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 AASI I-0 T26.
2.9 ADMIXTURES
Admixtures may be applied to the concrete mix design when approved by the Engineer 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 Class C Ash and Natural Pozzolans in conformance with
ASTM C 618 may be used with Types 1. 11, and Ill. Portland Cement.
When fly ash is permitted to be used, "cement" in relation to mix design shall be del ined
as "cement plus fly ash". Fly ash may constitute a maximum of 30% by weight of the
cement.
2.10 REINFORCING MATERIALS
GENERAL - All concrete, including 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 (40KS1) 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 Engineer.
STEIN; - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10gauge 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
12
i
I
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
Tensile Strength
Length
2.11 JOINTS
0.91
70,000 psi to 110,000 psi
14.,
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
crass -section of the curb and gutter shall be located at the midpoint of each section
between expansion joints, or as directed by the Engineer. 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 34 inch wide 1-518 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 1I2 inch wide and to depth equal to 1/4 ofthe 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.
H
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. Flot poured sealant for joints between Portland cement concrete and
Iituminous 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 1406.
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 painted with a liquid membrane forming
curing compound and the application shall conform to DM.S - 4650 and `hxDO'T Item
"Concrete Structures - Curing Materials".
No other methods of moisture retention on fresh concrete shall be used unless specifically
approved by the Engineer.
2.14 FORMS FOR CONCRETE
Forms for concrete construction shall be set to the lines and grades established by the
Engineer 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.
I
L_
Dace fortis and construction joints (removable metal plates) shall be set to hold the
concrete in place until it is to be finished.
Fortes that are warped or damaged in any manner so as to make them unacceptable to the
Engineer 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 Engineer.
2.1.5 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 Engineer.
When water is needed for finishing purposes it must be dispensed by a pressurized
canister with a misting nozzle.
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.
Concrete shall not be placed when the ambient temperature is below 40 degrees F or if
sustained winds are 25mph or higher as determined by the National Weather Service
continuous broadcast, 748-1071 selection 2. If, while pouring concrete, the sustained
winds exceed the 25mph all placement operations will cease immediately. 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.
t All concrete placed for pavement shall be consolidated by use of mechanical vibrators
approved by the Engineer 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
fortis. The surface of concrete street paving shall incorporate a tined finish. all other
.,, concrete surfaces shall be completed with a light broom finish. When forms are used for
concrete paving the forms must stay in place for 3 days or until the concrete reaches 2400
psi. Wreck sets will be made by the City of Lubbock inspectors.
Finished concrete surfaces shall not have irregularities in excess of 118 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.
3.1 SUBGRADE
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 5 minimum and 20 maximum
Linear Shrinkage 2 minimum and 10 maximum
Subgrade material which does not meet the above requirements may be conditioned with
lime, sand or caliche screenings. The conditioning shall produce a uniform subgrade
material which meets all of these specified Subgrade requirements.
All testing of subgrade will be completed prior to any placement of curb and gutter.
Subgrade will be processed the entire width of the roadway including under the curb and
gutter section.
Subgrade shall be prepared in conformance with the lines and grades shown on the plans, [I
or as directed by the Engineer, by scarifying and compacting to a ixtinimum of 95% of J
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, moisture/density testing will be performed by The City of Lubbock inspection
staff. At any time the City Engineer may require proof rolling on streets or alleys with a
25 ton pneumatic roller, to test the uniformity of compaction. Rollers will be completer-
loaded with water or wet sand to ensure they meet the manufacturer's weight
requirements.
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.
!6 j
t
i
p9
Z i
Cut and till operations shall comply "pith Chapter'25 of the Cite of Lubbock- Code of
Ordinances.
In
Suborade which has become wet, or otherwise altered, after completion may be subject to
retesting and reprocessing as determined by the Engineer.
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 all 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 Engineer.
All base material sources are subject to approval by the Engineer. Approved sources that
do not test consistently within the limits of these specifications during construction may
be rejected by the Engineer.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-111`2'' 1-3;4" 7 8" 3/8" #4 440
%Retained 0 0-10 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
Plasticity Index
Linear Shrinkage
45 maximum
15 maximum and 3 minimum
10 maximum
Wet Ball Mill
When tested in accordance witli "Tex-1 16-E (Wet Ball Mill) the base material shall have a
value not to exceed 50. The percent of material passing the #40 sieve shall not increase
by more than 30 during the test.
I
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 unilorm
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 100% minimum of Standard Proctor Density with a moisture content of
I % above to 2% below optimum. Densities will be taken by "The City of Lubbock -�
inspection staff. At any time the Engineer may require proof rolling with a 25 ton
pneumatic roller to ensure uniform compaction of base. Processing for compaction of
caliche base with a sheep's foot type roller will not be permitted.
"1'he 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 Engineer.
The compacted flexible base shall be finished and shaped immediately preceding the
application of the surface treatment. All loose or unconsolidated material shall be
removed and the surface moistened and rolled with a steel wheel roller. 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 Engineer.
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 foot long 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. The contractor's plant and
equipment are subject to approval by the Engineer, 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. Locations of Cores, when required, 1
will be determined by City of Lubbock personnel and marked. The ASB will be cored by
the City inspection staff 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 Engineer.
5.2 ASB MIX DESIGN
ASB shall be designed in accordance to "hXDO`h 340 specifications Type B (Fine Base)
using the Texas gyratory compaction method (TX206-F).The contractor shall provide a
current mix design, less than one year old, using the approved materials indicating
gradation and optimum asphalt content. The aggregate mixture shall conform to the
following master gradation:
Sieve Size 1" 314" 3 8 44 #8 430 #50 #200 VMA
% Passing by Weight: 0 98-100 60-80 40-60 29-43 13-28 6-20 2-7 121% plant
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 confoi7n to the gradation requirements specified.
Optimum asphalt shall be determined in accordance with design method TX204-F, with a
target density of 96.5% lab molded density. Asphalt content tolerances will be plus or
minus .3%. Outside these parameters corrective action must be taken immediately, over
.5% shall require immediate cease of production. No more than 20% RAP will be allowed
in ASB designs. The percent asphaltic material shall be determined in accordance with
West Method "hex.-236F. Asphalt for the mixture shall meet the requirmcnts of TxDOT
Item "Asphalt, Oils, and Ivmulsions", and must be a performance graded (PG) 70-28 or
better. The grade of asphalt and source must be approved by the Lngincer prior to use.
The contractor shall submit the mix design prepared by a qualified lab for approval by the
Engineer. The Engineer 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
Job- lvlix formula during production shall not vary from the design more than 0.3% dry
weight based on total mixture.
I ()
5.3 PLACING AS13
Asphalt Stabilized Base shall be placed and compacted in 3 inch lifts to form the
specified thickness of compacted base, unless otherwise directed by the Engineer. 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, less than 50 degrees F ambient or 60 degrees surface
temperature. During June, .luly, 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 engineer's representative.
The ASB material shall be laid on the approved prepared surface using an approved
laydown 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 �vith
the cross -sections and grades shown on the associated plans.
5.4 ASB COMPACTION
The ASB shall be compacted thoroughly and uniformly with approved rollers to a density
consistently between 92% and 95% (but must be between 90% and 97%) of the
theoretical maximwn gravity with a lab molded target of 96.5% plus or minus 1 %. All
results will be calculated using the maxima n theoretical Rice gravity. Lab molding will
take place in accordance to the asphalt manufacturer's recommended temperature.
Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure
maximum compaction. All roller marks shall be removed and compaction completed
prior to the ASB mixture cooling below 185 degrees F.
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 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 }lot Mix Asphalt Method.
r
210 f
s
Mix designs will be in accordance with "I-X204-1. with a lab molded density of 96.0%
using the "Texas gyratory compaction method. With a target VIVIA (voids in mineral
aggregate) to be determined according to type of HMAC utilized.
New designs shall be submitted annually, or when material properties change.
The contractor's plant and equipment are subject to approval by the ingineer, 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 Engineer 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 and 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 lime in accordance with DMS-6350, or liquid anti -stripping agent
approved by the Engineer. 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 locations will be marked and cored at random locations by the City of Lubbock
personnel. Cores must be at least I - :a" prior to being trimmed A minimum of 2
cores/600' block will be taken to determine compaction, thickness, and density. Cores
will be taken in pairs and averaged to determine the percent air voids based on the
theoretical maximum gravity. FIMAC surface found to be deficient shall be corrected at
the contractors expense as directed by the Engineer. The contractor shall replace the
pavement removed from core holes immediately after testing 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(] -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 FIMAC 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 engineer
straightedge. Defects shall be remedied as directed by the
c g
21
using methods specified in TXD0T Item 585 Ride Quality for Pavement Surfaces, "1 ape
A.
6.3 MIX DESIGN
The contractor shall provide a current 1- MAC mix design using the approved materials,
indicating gradation and optimum asphalt content as determined by Test Method Tex
204f.
The aggregate mixture shall conform to the following master gradation:
Tvne "C" (Coarse Graded Surface Course - Streets greater than 36 feet wide
Percent passing 34"
95-100
Percent passing 3i8"
70-85
Percent passing No. 4
43-63
Percent passing No.8
32-44
Percent passing No. 30
14-28
Percent passing No. 50
7-21
Percent passing No. 200
2-7
VMA Design Minimum 14%
Plant Produced Minimum 13%
Tvoe "D" ( Fine Graded Surface Course - Streets 36 feet or less wide
Percent passing 12"
98-100
Percent passing 3i8"
85-100
Percent passing No. 4
50-70
Percent passing No. 8
35-46
Percent passing No.30
15-29
Percent passing No. 50
7-20
Percent passing No. 200
2-7
VMA Design Minimum 15%
Plant Produced Minimum 1.4%
Lab molded density will be plus or minus 1.0% of design before corrective action is
required. Plus or minus 1.5% will require immediate cease in production operations with
removal and replacement of IJMAC laid at that location. Production will cease until
which time the contractor has sufficiently proven they have taken corrective actions.
Asphalt content will be plus or minus 0.3% before corrective action is required. Plus or
minus 0.5% will require immediate cease in production operations with removal and
replacement of HMAC laid at that location. Production will cease until which time the
contractor has sufficiently proven they have taken corrective actions.
22 j
i
Material passing the No. 40 sieve shall be known as soil binder and shall meet the
r 1 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. "1'he HMAC mixture shall consist of a uniform mixture
F,�
of mineral aggregate and asphalt material.
The contractor's materials and mix design shall meet all the performance criteria
addressed in these specifications.
6.4 COARSE AGGREGATE
Only coarse aggregate approved for usage must be on the TXDOT source rating catalog.
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 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 80% crushed
faces for both Type "C" HMAC, and 'Type 'D" HMAC, when tested in accordance with
Test Method Tex -460-A Part 1 "Determination of Crushed face Count".
Decantation will be a maximum of 1.5%.
Deleterious will be a maximum of 1.5%.
Coarse aggregate shall have a maximum loss of 20% when subjected to 5 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 1.5
percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not
have a loss greater than 40 percent by weight.
I
6.5 FINE AGGREGATE
The fine aggregate is defined as that. part of the aggregate passing the No. 10 sieve and
shall be of uniform quality throughout. A maximum of 15`,'-=o of the total virgin aggregate
may be field sand or other crushed tine aggregate. Screenings shall be of the same or
similar material as specified for coarse aggregate.
Linear shrinkage shall be a maximum of 3%
Mineral filler shall consist of thoroughly dry stone dust. slate dust, Portland cement or
other material dust approved by the Engineer. The mineral filler shall be free of foreign
and other injurious matter and shall meet the following gradation:
Percent passing on No. 30 Sieve 95-100
Percent passing on No. 80 Sieve 75 minimum
Percent passing on No. 200 Sieve 55 minimum
6.6 ASPHALT
Asphalt shall be a Performance graded (PG) 70-28 or better, unless otherwise shown on
plans. The contractor shall notify the Engineer of the source of asphaltic material for
approval prior to production oi�the asphaltic mixture. Optimum asphalt content will be
determined by "Kest Method TEX 204-F. The contractor may select a JMF asphalt content
which yields 96% compaction provided it is within 0.3% of the design. Asphalt content
will be plus or minus 0.3% of design during production. When asphalt content falls
outside these parameters immediate action is required. If at anytime the asphalt content
falls to .5% immediate cease in production will take place until which time the contractor
has provided sufficient evidence of the problem being corrected.
6.7 PRODUCTION AND PLACEMENT OF HMAC
Prior to production beginning, contractor must submit in writing a job mix formula (JMF)
for the mix design they want to run on that project. The JMF will be held to tolerances as
outlined.
Difference
i Differences?
Description _
from JMF
from city
Individual percent retained for 910 sieve and larger
- 5_0%
±5.0%
Individual percent retained from r104200
j 4-3.0%
t_3.0%
---- _ ---- -- -
Percent passing #200 _ --- —
- ±2.0%_
1.6%
_
Asphalt content percentage --- _
f.34% -
_ -.3%
I..aboratory molded density percentage
1.0%
f 1.0%
24
�J
c
I-1MAC surface constructed compacted thickness:
Type D 1.5 inches minimum 2.5 inches maximum
Type C 2.0 inches minimum 3.5 inches maximum.
The pavement shall be constructed on the previously approved base. Placing of FIMAC
shall not start until 30 minutes after sunrise, and must stop and all equipment off the right
of way 30 minutes prior to sunset. FIMAC surface shall not be placed until at least 48
hours aver the application of the prime coat.
Air temperature requirements for placing FIMAC shall be as follows:
November 1 to April I
1-IMAC 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 1 to November I
FIMAC 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 plus or minus 25 degrees F from the mixing temperature. the
load shall be rejected. No payment will be made for rejected material. Any 1IMAC
material that is rejected shall be disposed of at a location observed and approved by the
engineer's representative.
When weather is producing high winds, contractor must provide a water truck in order to
keep the blowing dust down. If the sustained winds reach 25 mph, all concrete and
hotmix operations will cease production immediately.
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.
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 IJMAC approved by the Engineer.
When the asphaltic mixture is placed in a small area where use ofa finishing machine is
not practical, the contractor may use other methods approved by the Engineer provided a
satisfactory surface can be obtained.
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.
�5
All joints shall present the same texture, density. and smoothness as other sections of the
Course. 7'he joints between old and new pavements or between successive days 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 Engineer. 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 approved tack coat
before the fresh mixture is placed.
6.8 COMPACTION
I1MAC. surface compaction shall be consistently be between 92% and 95%. but must be
between 90% to 97%, of the theoretical maximum gravity (Rise gravity). Using
appropriate rollers approved by the Engineer, the pavement shall be compacted
thoroughly and uniformly.
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.
[ I
76 i
t__a
pn•
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 toot straight edge placed parallel to
[✓ the centerline of the roadway, or other means acceptable to the Engineer, the maximum
deviation shall be not exceed 1/8 inch in 10 feet. An acceptable 10 toot straight edge
shall be provided by the contractor. Any point in the surface not meeting this requirement
shall be corrected as directed by the Engineer. When placed on existing surfaces. the H8
inch maximum deviation requirement may be waived by the Engineer.
6.9 PRIME AND TACK COATS
Prior to placing IIMAC on flexible base, the surface shall be primed, and cured 72 hours,
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 Engineer. The surfaces shall be given a
uniform application of tack coat using asphaltic materials of this specification. Prime coat
will not be used as a tack coat. The tack coat shall be applied as directed by the Engineer
with an approved sprayer. Where the pavement mixture will adhere, as determined by the
Engineer, to the surfaces on which it is to be placed without the use of a tack coat, the
Engineer 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 coat should be MC 30 or AEP, the tack coat shall be asphalt materials such as
PG. AC-10, or a similar product as approved by the engineer.
6.10 EMULSIFIED ASPHALT SEALER
All I-IMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting
of 15/85 mixture of CSS-1I-1, or 20i80 SS-1, liquid anionic asphalt and distilled water.
The emulsified asphalt sealer shall be applied after the NMAC 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.
6.11 RELEASE AGENTS
Diesel shall not be used as a release agent. Only approved agents (such as Black Magic or
equivalent) will be used. Diesel will not be pennitted to be used on any tools or
machinery that comes into contact with the IIMAC.
6.1.2 SAMPLING OF HMAC
When sampling of mix for testing purposes, the City of Lubbock representative will
determine when the sample is taken and will split the sample with the contractor (at the
contractor's request). A "Referee" sample will be taken at the same time and held at the
city laboratory until all test results are completed. If the contractor results differ from the
city's results by more than the amount outlined in section 6.7 then the referee will be
utilized and it will be run at an independent laboratory at the expense of the contractor. at
which time all tests are final. If the contractor does not run quality control samples then
no referee will be utilized and the City of Lubbock test results will be final.
7.1 STORM SEWER
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 Engineer. Grade and
horizontal alignment shall be maintained using a laser or batter boards.
7.2 REINFORCED CONCRETE PIPE
Storm sewer shall be constructed using; reinforced concrete pipe, either precast or cast in
place. The pipe shall conform to the requirements of AASH`I'O M-170 or ASTM C-76.
Pipe shall be Class Ill 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' I part, by volume, of Portland cement and 2 parts of mortar
sand. The Portland cement shall conform to the requirements of ASTM C-150, "hype 1.
The sand shall conform to the requirements of AS"TM 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 havine, water added shall be
discarded. Mortar may not be retempered by having wateradded.
7.4 PREFORMED B1TUMINl,IS 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 recoimmendations
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 ASTIVf 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 Engineer. All joints shall be effectively jointed to
prevent leakage and infiltration. All connections between wall sections shall be joined
with Conseal Joint Sealant or approved equal to provide a watertight manhole. This
sealant will be provided by supplier and will be considered an essential part of each
shipment. All cones and adjusting rings shall maintain a clear 24" opening. Adjusting
rings shall be reinforced with the same percentage of steel as risers and tops and will also
meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete
manhole products, shall be smooth, uniform in size and dimensions, consistent in
components throughout and free of voids or honeycombs.
All manholes shall be designed to withstand }1-20 AASI- TO loading. They shall also
have lifting holes that do not protrude through manhole wall; one full inch oil'concrete
thickness must remain between lift hole and outside wall oi'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.
I
9
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 will 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 wvaterstop 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
sea] 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 duality gray iron casting and conform to t
ASTM A-48, having a clear opening of not less than 22 inches. The casting shall be
designed with a full bearing ring so as to provide a continuous seat 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
_t
All equipment necessary and required for the proper construction of storm sewers,
manholes and culverts shall be on the project. in first-class working condition, and
approved by the Engineer before construction is permitted to start. If precast concrete r
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. If
1-he 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.
0
7.8 EXCAVATiON
The Contractor shall do all excavation to the depth shown on the plans. Where rock, or
soil containing rucks or gravel, hard pan or other unyielding foundation material is
encountered in trench excavation, the pipe shall be bedded in accordance Nvith 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 112 inch for each foot of till 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 Engineer. Excavation shall not be carried below the
required depth: but when it is, the trench shall be backf.illed at the Contractor's expense
with material approved by the Engineer and compacted to the density of the surrounding
earth. material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full width of the trench and
replaced with sand or with approved granular material. The Engineer shall determine the
depth of removal of unstable soil and the amount ofbackfill necessary. The backtill shall
' be compacted and shaped to a firm but slightly yielding condition to form the bed for the
pipe.
Grades for pipe shall be as shown on the drawings. No changes in grade will be made
unless so directed by the Engineer. The minimum width of the trench at the top of the
pipe, when placed, shall be a width which will permit the proper construction of joints
and compaction of backfill around the pipe. The sides of the trench shall be vertical,
unless otherwise approved by the Engineer. The maximum allowable width of the trench
shall not exceed the widths shown below unless otherwise approved by the Engineer.
NOMINAL 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. + IV Pipe U.D. + 24"
37" thru 60" Pipe U.D. + 24" Pipe O.D. 4 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.
31
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 Engineer. The
Contractor shall do such trench bracing, sheathing or shoring necessary-- to perform and
protect the excavation as required for safety and 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 backlilling
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. Reavy 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 Engineer 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 Engineer 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 finely 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 east -in -place pipe, or the mortar, in the joints ofprecast 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.
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. l
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 water tight joint. Each joint j
shall be sealed with a preformed bituminous gasket as specified. The gasket shall be
installed as recommended by the pipe manufacturer.
E
t_F
Field poured concrete bases shall be at least I2 inches thick and not less than 1 (one) foot
greater diameter than the outside diameter of the manhole riser section. Concrete shall be
Class A 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 AS`l M C-89I 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 areinstalled.
unless otherwise directed by the Engineer. 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 Engineer.
The backfill shall be placed in loose layers not to exceed 6 inches in depth along each
side of the pipe and manhole. Special care shall be taken to secure thorough compaction
under the haunches and at the sides of the pipe and manhole. ''his backfill shall be
brought up evenly on each side of the structure to an elevation of I foot over the top of
the pipe, or such greater elevation as directed by the Engineer.
Backfilling shall be done in a manner as outlined in 3.1 and 4.3 and 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 Engineer or plans, excavation .within street riciht of way
shall be backfilled with flovvable 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.
NX
7..11 TRh,NCH PROTECTION
Trench excavations not exceeding five feet in depth shall be protected in accordance with
applicable OS1.IA, 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 1' 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.
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 identifv 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 Engineer.
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.
34
4ry' 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 2 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 Engineer. 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 Engineer 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.
The contractor shall maintain ingress and egress to private property at all times.
At least one driveway. with direct access to each property; shall be maintained
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 `' T'ypical Sidewalk and Curb -Lane Closure for Pedestrian Control" as
indicated in "Texas MI'TCD.
[1:
r
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 ofconstruction shall driveways and/or alleys be left
impassable between the night hours of 6:00 NM 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 oftime 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 l.)
by the Engineer (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 Engineer 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 Engineer.
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 Engineer. 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.
36
The Engineer 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. "I -he protest shall be
in ,vriting, addressed to the Engineer, and shall indicate basis of the protest. 'Fhe
Engineer 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.
11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2, AND ON OTHER
HOLIDAYS
If conditions are such that, in the opinion of the Engineer, construction will negatively
affect local businesses during holiday periods, the Engineer may suspend construction
operations from November 1 to January 2.
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 Engineer. 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 Engineer 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
r 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 CUR13 AND GUTTER
Measurement will be made of the linear feet of separate curb and gutter actually
constructed. Separate 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, tilling,
backfilling, forming, finishing, and all incidentals necessary to complete the work.
1.2.3 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 driveways, alley returns, and valley gutter fillets shall be included in the
area measured for the slab and will not be paid as separate item curb and gutter. 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. The sidewalk and
landing adjacent to the actual ramp section with slope less than 1:20 is not included as
part of the ramp, and will be paid for as sidewalk under section 12.3.
1.2.5 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 filling 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 \vill be made of the height i:rom bottom of footing or slab to top ofwall,
and linear feet of wall or curb actually constructed. Retaminu wall or curb will be paid
for at the unit price bid per cubic foot.
`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.
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, filling, 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, fonning. 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.
1.9
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 fowable till), 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
N-leasurement 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 per linear foot for Storm Sewer. Depth of cut shall be
considered to be from the top of the adjacent grade stake to the tlowline 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.
12.1.3 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.
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 Engineer 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 Engineer, 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.
0
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
Engineer, 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 till 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-I12 sack flowable
till. 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, frilling, tack and
prime coats, l-IMAC 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.
Pavment 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 till 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. "I'he unit price bid shall include all labor, equipment, and incidentals
necessary to excavate or fill the site to the grades established by the Engineer. 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.
Ls
42
t
13.1 STANDARD DETAILS
Construction shall be in accordance with the following standard details unless otherwise
indicated on plans. or directed by the Engineer. The 24 inch curb and gutter details shall
be considered to be standard. 30 inch curb and gutter details shall apple only it'
specifically indicated on plans or bid documents.
STREET CROWN ELEVATIONS
PAVEMENT WIDTH
FINISHED PAVING SURFACE
CURI.i FACE TO CURB FACE.
ABOVE GUTTER
22 feet
0.32 feet
24 feet
0.35 feet
f
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
r-,
52 feet
0.69 feet
64 feet
0.85 feet
66 feet
0.86 feet
t
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 Engineer.
"The widths listed above
refer to the total proposed future full width ofstreet.
t:3
I
I
.,
STRIP PAVING
2' -- --- 24' TYP. 2'
1-1/2" H.M.A.C. surface. 4" Crown
— -- — ._ t 2' Typ.
dW 6" CaliChe base in accordance With Specifications.
Subprade in accordance With specifications.
RESIDENTIAL / COLLECTOR
WIDTH VARIES
6"
1-1/2" H.M.A.C. surface.
`• : 6" Caliche base.
TYPE T-1 / T-2 THOROUGHFARES
-- WIDTH VARIES
TYPICAL ASPHALT STREET CROSS -SECTIONS
M.E.W. 6-16--99
NO SGCI6
PLATE NO.11-99
2-B-218
tvL A
TYPICAL 24" CURB AND GUTTER SECTIONS
6"
F 4
a 0 V 2" R
tn D•Q _
N I G Q ,•Q
Down curb section.
6"
aQa•.
� D
2 4 ,.
TYPE "A"
9" R ROLLOVER CURB TYPE "B" '.
.r
NOTE; This section may be used
Q V �`�•� `` for residential applications
• I•'1 _.
only. Approval will defend
• on traffic and drainage
D.Q considerations.
a 9 " R
0
r
o
v •a . a • v r
a.a ,d, •o•D,v
v D v
�o•D v
;m 6 ,.
L
i 24'
3„
TYPE "C"
U I
NOTE; Reinforced gutter section Type "C" will be constructed with three PL ATE NO. 24-86(J?
No. 3 bars running the entire length of the driveway section and the Revised 3-CB-C6 IAw
Three horizontal bars will be supported with choirs. on O spacing
to give accurate placement. (This section used of driveways only.)
I
° 2" R a TYPE "A"
V R a V
�� N � 4 � ° D v� •
Oown curb section. 6"
-7 12" �I 18"
5
2" R
3" R
Down curb section.
a
ti Q � Q •.
v D a
N--9 !!'16' 20 516�
NOTE: Contractor may use either of the above sections.
;H
TYPE "C"
aoa'.
4 . 4 ,•Q
6
a o v 3„
Q
3" 4 . 4
D
20
NOTE: Reinforced gutter section will be constructed with three No. 3 bars running the entire length of
the driveway section and the three horizontal bars will be supported with chairs. on a spacing
to give accurate placement.
TYPICAL 30" CURB AND GUTTER SECTIONS PLATE NO. 24-86(K )
NOTE
RE 51
6 x6 - 10/ 10 Wire mesh centered in NOTE: F l owob l e fill shod De
6x6 - 10/10 Wire mesh centered in
DEPTH: 6"- Residential St's. SECTION A —A Sldb
8"- Collectors d Thoroughfares -
rIOWOb1e fill.
�3., ,,"
---.�------'--'-------------------- =,�;y/�• - --
�+-- ---- 2.5 ' 2.5 '�
Compacted Bose. ;ti —
M
•jam
CONCRETE VALLEY GUTTER OETAIL
E.W. 6-16-99 E.W. nevi sod 5-08-07 PLATE N0. 10-99 2-A-99 (A)
.4
r
O
> Q
_., Sidewalk
1
\ Property Line
\ OR
\
\
A
i'
c
T
t
a
SECTION A -A
No Sco1e
NOTE: W.R. MEADOWS n158.
SEALTIGHT SAFE -SEAL 3405.
SONNEBORN SL-1 OR
APPROVED EOUIVALENT.
i r
• n,
,.� 6x6 10/10 wire We@h
or
TRANSVERSE DUMMY GROOVE
CONTRA DN JO N
IReoulred of cola joint@ and
every 13 feet of paving.)
No Scale
j
TYPICAL ALLEY RETURN
NOTE: Curb and gutter. fillets and slob to be poured together.
6' Concrete Slob with
6x6 10/10 wire mesh
Vu\'.
Dummy contraction joints.
O e • 4.
0
2.5' 2.5'_ t0' 2.5'
1 ' * 0.20' INVERT `
'q 6x6 10/10 wire mesh
T
Dummy contraction joint.. \
2.5'+
5-Ne 10'
6x6 10/10 wire mesh /
3•i B 1 luminous
premolded Exp,
Joint.
Curb height transitions
to 0' at this point.
NOTE: This point of olley return
to be 6' higher than gutter on
high side end of radius at street,
2, 5'
I,* I
"t Bituminous
expansion joint.
PLAN VIEW
Scale: 1' - 5'
2.5,+
5'n
20'
1-0-'5.
�---�
1 ? ' ♦'.
----------------------------------
No. 6 rebor spaced 6' from edge of
slob and 11,= from bottom of slob.
Locate by means of choirs or plastic
stokes (not metal Or wood).
+ TO BE USED WHEN
ALLEY R.O.W. WIDTH
IS 15'.
1e See 0130 Attachment 'A'
taIIey apron poving)
A
5.0
O
S
SECTION 0-8 NOTE: CONSTRUCTION OF THIS TYPE IS ALLOWED WAY WHERE THE EXISTING
ALLEY RETURN. ALLEY PAVING OR STREET GUTTER IS IN GOOD
NO Scale CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY.
T 1,2• Bituminous
W expansion joint. �!o a CONCRETE ALLEY SLAB.
it ---_ _-------
> EXIStING ALLEY REtURN. ALLEY
1 PAYING OR STREET GUTTER. / 6x6 t0/10 rite meth —
I, . 12' I
Note: All concrete shown to be 3.000 P.S.I. of 1 days. (Class B)
1r' 55 % Air ± 1 1/2%. .5 sack/C.Y. IMin.).
j,S.S goi./C,Y, iMox. Water" 3' 5 UM lMax.)l
M.E.W. 3-25-06
Cn
I
O
Z
W
F--
a
Nr
rM
Q
1
C\1
TYPICAL
"T" ALLEY
INTERSECTION wJ DUMMY CONTRACTION JOINTS
j,
`
5'
10,
5'
•
c
v v
•-
• p
J
4 . 4 •Q •
�
L
a
v• • V
10'10,
•
Property Line
Q
5'
20
t
13'
•
v v
Contraction
•Q
p
4 • 4 •• 10'
`
Joints
a V
20'
p,
4 .4• ••�
5'
•
Property Line
wd
N
A
No SC019
10'
NOTE: W.R. MEADOWS 0158.
•
— —
— —�
SEALTIGNI SAFE -SEAL 3405.
v Q
10'
SONNEBORN SL-1 OR
p
APPROVED EOUIVALENI.
m
O�
CJ
•.o v
Z
p
••
_
J
LL)
4 • 4. ,• 4
}
6x6 10/10 .Wire mean
QtJ
LL
or fiber reinforcement.
J
O
d.
L
TRANSVERSE DUMMY GROOVE'
5'
10,
5'
! a
CONTRACTION JOINT
m
1Required at cold Joints and
every 13 feef of Poving.l NO Scale
V
a
CV
M.E.r. 6-16-99
revised
10-1-99
1 4' Min.
4" Min.
thickness.
GENERAL NOTES
:oncrete paver units shall meet all requirements of
4STM C-936, C•-33 and shall be laid in a two by two unit
basket weave pattern, unless shown otherwise in the plans.
:oncrete paver units shall have truncated domes on
Me top surface for detectable warning to pedestrians.
"runcated domes must comply with Texas Accessibility
>tondords.
)omes shall be aligned in the direction of pedestrian travel.
:oncrete paver unit color for the romp shall be a
,ontrosting color that provides a light reflective
,o)ue that significantly contrasts with the adjacent
curfoces. The color of the concrete paver units
toy be shown elsewhere in the plans. (Adjacent
;urfaces include side flares).
6"
----«�---- — V -6' Min.
f 24" Yin.
X.
L7
Minimum finished I
thickness - 6" or 4"
if surface applied
material is used.
No. 3 rebor min.. placed 2"
from bottom of slab and spaced
18' on -center both ways.
1" Sand cushion (Max.)--J
Bituminous 3'." Expansion joint
as required behind curb.
SECTION A -A
C1033 A Concrete. Shoe
conform to oppilcpble
Specifications.
No. 3 rebor min., placed in
center of slab and spaced
18" on -center both ways.
oncre+e Dover units shall be saw cut only and any cut
nit shall not be less than 25 percent of a full unit.
11 slopes are maximum allowable. The least possible slope that will
till drain properly should be used. Ramp length or grade of approach
idewalks may be adjusted as directed by the Engineer.
oximum allowable cross slope on sidewalk and romp surfaces is 2%.
14 concrete surfaces shall receive a light broom finish unless noted
therwise in the plans.
amp textures must consist of truncated dome surfaces. Textures are
squired to be detectable underfoot. Surfaces that would allow water
accumulate are prohibited.
iditional information on curb romp location. design. light reflective value
7d 'texture may be found in the current edition of the Texas Accessibility
landards (TAS) prepared and administered by the Texas Deportment of
tensing and Regulation (TDLR).
TYPICAL ADA RAMP PLAN
Concrete paver
with truncated
dome surface.
4" Min. thickness
4" Min. thickness
1" Sand cushion SMox.)
SECTION 8-8
NOTE:
No 'cradle' for bricks is
required when using surface
applied materials.
PLATE NO. 24-86(H)
Revised 3-08-06 MW
Revised 6-12-06 MW
Revised 3-04-CS 1AW
NO SCAT F
FOUR FOOT SIDEWALK CONSTRUCTION DETAILS
B A A INO SCALE) +F'
1 Property Line
.►�°. ► °. 3' Yin. iMx. slope TX .'D' ;i °-!�� -? r:i?• r.: ._.'.,',..
.°, i f10m P.L. V' ► v 4' Sidewolk
Expansion joints. Expansion joints spaced 36' max.
► P. along 5idewolk run.
'O
FIRE NYORANT. POWER POLE. ETC.
MUST HAVE EXPANSION J
N i
OCx-0UT WHEN ENCLOSEO 8 0
IN CONCRETE.
1
SECTION A -A --
Expansion joint. Contraction markings 1•= way 111111 ?
through slab at 4' intervals.
4" min. thickness
'e. .i.• P of sidewalk.
1
SECTIONS 8-8
(RESIDENTIAL) 3' Alin.
}+ 0 2%
Max. Slope
--- Variable I 4' Sidewalk .....
Curb removed. I
4` min. thickness.
' T
(BUSINESS) 3' Min.
Max. Slope a
Variable �-•�-- 4' Sidewalk
•-4-`9'•r. i � i
`° •.: , //
NOTE: 6" min. thickness. Inner curb
as regUFred. g t
\6x6 TO/10 wire mesh
Curb ono gutter completely centered in slob.
removed and reconstruct _...
Commercial Drivewa Gutter/
rich ■ barb running entire.._
length of new putter.
r.�
NOTES:
1. Maintain gutter flowing through driveway.
2. All expansion joints to be l,t` thick.
3. 300 to 450 flare may be used in lieu of
radii on residential driveways. §
4. See ploiea 24-e6(D)(G) and IH sheets PATE N0. 24-.66-( C) i
162) for curb ramp details.
Revised 6-16-10 JAW
(os per R.K.S.)
FIVE OR SIX
FOOT SIDEWALK CONSTRUCTION DETAILS
B
INO SCALE)
f s'rr c' etdewdlk.
Property Line
J
3' Yin.
►. i
..
tt0+. Alape it
tram P.L.
A A .�
'
Exponsian joint..
•
�•
� /'v.
•!•. r.i
ter•
r-
'P' .::
•,�.
••!r►-'
'.�.
-
SEE iaptTAl VIE r •'.�.
.!,••::
.•.
FIRE HYDRANT. POWER POLE. ETC.
B
K)ST HAVE EXPANSION JOINT WHEN
ENCLOSED IN CONCRETE.
Expansion joints spaced 36' max,
along sidewalk run.
SECTION A -A
Expon310n joint.
Contraction workings 1,1 way
through Slob at 6' ;nterV013.
4- min. thickness
l
'a. .i:•
of
sidewalk.
SECTIONS B-B
(RESIDENTIAL)
varies
3'
r
5' Sidewalk •+ a 2% 2X
Curb removed.
Max. Staab
I
4' min. fhtCkneas.
v•►.i
(BUSINESS)
J
varies
`
3' Min.
a
6' Sidewalk _'
I Max. Slope
�.
I�
fFf(
NOTES 6" min, thickness. Inner curb
6x6 10/10 wire mash 03 required.
centered in slob.
Curb and gutter Comletely
removed and reconstruct
Coen.rclot Drive= Gutter,
N
FRONTAL VIEW
with 3 Dora running entire
long to of new gutter.
Property L inn.
•• Stdewolx Elwoi Ion
Sack of Sidewalk
NOTES:
1. Maintain gutter flor)ne thrpuph driveway.
2. All expansion joints to be 3q fhiok.
3. 30e to 450 (lore may be used In lieu
of
-,
rodii on residential driveways.
.�
4. See Diotes 24-861011G) and IH sheets
1s,2) for cLr'b roW de toils.
i• �
PLATE NO. 24-86(F)
Revised 6-16-10 MIN
L_'
(05 per R.K.S.)
I