HomeMy WebLinkAboutResolution - 2002-R0083 - Contract For Secondary Streets Maintenance Program - Lone Star Dirt & Paving - 02_28_2002Resolution No. 2002—R0083
February 28, 2002
Item No. 38
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for the 2002
secondary streets maintenance program, by and between the City of Lubbock and Lone
Star Dirt & Paving Contracting, Ltd. of Lubbock, 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 this 28th day of February , 2002.
*WINY ON, YOR
ATTEST:
�Qj� --< --r. "=%
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
� F"k tj��
Victor Kilmhh, Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs/ccdocs/Contract-Lone Star D r & Paving, Ltd.
Feb. 18, 2002
CITY OF LUBBOCK
SPECIFICATIONS FOR
2002 SECONDARY STREETS MAINTENANCE PROGRAM
ITB #025-02/RS
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
ITB #025-02/RS, Addendum #1
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13" STREET
LUBBOCK, TEXAS 79401
PH:(806)775-2167
FAX:(806)775-2164
http://purchasing.ci.lubbock.tx.us
ADDENDUM #1
ITB #025-02/RS
2002 Secondary Streets Maintenance
Program
MAILED TO VENDOR: January 31, 2002
CLOSE DATE: February 15, 2002 @ 2:00 P. M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the corrected bid documents for ITB #025-021RS, 2002 Secondary Streets
Maintenance Program.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to : (806)775-2164
or Email to: RShuffield@mail.ci.lubbock.tx.us
THANK YOU,
0�
CI OALOCK
Al
Ron
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
025-02/RSadd 1
I'l
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: 2002 SECONDARY STREETS MAINTENANCE PROGRAM
ADDRESS: LUBBOCK, TEXAS
ITI3 NUMBER: 025-02/RS
PROJECT NUMBER: 90160.9240
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #025-021RS
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 15th day of February, 2002, or as changed by the issuance of formal addenda to all planholaers, to
?furnish all labor and materials and perform all work for the construction of the following described project with a budget
amount of $750,000.00:
"2002 SECONDARY STREETS MAINTENANCE PROGRAM"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in
the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock o.m. on the 15th day of February, 2002, and the City of Lubbock City Council will
consider the bids on the 28th day o ebruai,2002 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds
should be issued by a company carrying a current Best Rating of B or su erior.
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 fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on 6th day of February, 2002 at 10:00 o'clock a.m., in the Training Conference Room L01, Lubbock,
Texas.
Flans and specifications may be obtained by the bidder at the City of Lubbock Purchasing Department,
162513 Flans
Room L04, Lubbock, Texas 79401; Phone: (806) 775-2167 or by faxing a request to (806) 775-
2164. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day
sd_ expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be
used and the bidder's account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
icontractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
_ I- I )n
VICTOR KILMAN
PURCHASING MANAGER
7
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY. TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to fumish 2002 SECONDARY
STREETS MAINTENANCE PROGRAM per the attached specifications and contract documents. Sealed
bids will be received no later than 2:00 p.m. CST, the 15th day of February, 2002 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 comer: "ITB #025-02/RS, 2002 SECONDARY STREETS MAINTENANCE
PROGRAM" 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:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting
will be held at 10:00 a.m., February 6th. 2002 in Training Conference Room L01, 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 written bid addenda.
3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. 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 Department no later than five (5) days before the bid closing date.
3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in
preparing bid responses. Ali 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 beenreadin
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.
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 Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager 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 Manager 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.
5 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.
6 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 CONF I DENT IAUPROPRI ETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 CONFLICT OF INTEREST
8.1 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.
8.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred-r_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.
2
9 CONTRACT DOCUMENTS
9.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
9.2 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.
10 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.
11 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
bidder's responsibility to advise the Purchasing Manaaer if anv language. reauirements. etc.. or anv
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
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
made.
RON SHUFFIELD, SENIOR BUYER
City of Lubbock
1625 13t' Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: rshuffield@mail.ci.lubbock.bcus
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED
TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed
issued by the City of Lubbock to the successful bidder.
12.2 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.
13 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
yy contract documents.
-% 14 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
f 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. -
t
15 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.
16 GUARANTEES
16.1 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).
16.2 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.
16.3 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.
16.4 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.
17 PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
18 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.
19 TEXAS STATE SALES TAX
19.1 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,
19.2 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.
20 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
j 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.
21 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
i { necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
t 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.
22 EXPLOSIVES _.
22.1 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.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
C 23 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
24 INSURANCE
24.1 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 carryathis 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
5
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.
24.2 The insurance certificates furnished shall name the City as an additional insured, 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.
25 LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions, exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
25.3 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.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
27 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which. pro vde�r_changes_in the -stated bid_rice_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.
6
28 PREPARATION FORBID
28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
l in figures, the price written in words shall govern.
28.2 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.
28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
28.4 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.
28.5 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 BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
29 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
30 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 City of Lubbock
reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the
Oity o�Lutibock that thb- id[d` r is propeify qualified carry ouFtFie o6hga ions of the contract and to complete the
work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
31 BID AWARD
31.1 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 total bid for Bid Items 1 through 15.
31.2 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.
31.3 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.
31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
31.5 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.
31.6 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.
RX.
�A
BID SUBMITTAL
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE: ;,I.-N 6 - °Z
PROJECT NUMBER: #025-02/RS - 2002 SECONDARY STREETS MAINTENANCE PROGRAM
Bid of Lb n 6 ST nti � «-� � tea v'.n� OZ n4XA Cr 1 f+ 6 LT D (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a 2002 SECONDARY STREETS
MAINTENANCE PROGRAM 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 price to cover all expenses
incurred in performing the work required under the contract documents.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages the sum of $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day
` in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
1.
(a) 103,330.0 GALS. CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Course #1, MATERIALS ONLY; PER GALLON;
tl DOLLARS )&A avf CENTS
(b) 103,330.0 GALS. Application of Item 1(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
— d _ DOLLARS ($�3.2 )8r�i,a{� fxuc CENTS
(c) 103,330.0 GALS. Total in -place cost for Items 1(a) and 1 (b); PER GALLON;
----------------___-- ---_.__ OUR DOLLARS ($ )& 1. �`� a J►lCENTS $ j��la9• �c�
2.
(a) 122,700.0 GALS. CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Course #2, MATERIALS ONLY; PER GALLON;
—U" DOLLARS ($ 9oZ )& P o CENTS
(b) 122,700.0 GALS.
Application of Item 2(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
— o DOLLARS ($ . 3 Z )8< ,. - Zwc CENTS
(c) 122,700.0 GALS.
Total in -place cost for Items 2(a) and 2(b); PER GALLON;
a:yt, DOLLARS ($ i s`( `� )& Gw•�-4.4-CENTS
-
3.
(a) 29,350.0 GALS.
CRS emulsified, polymerized asphalt +3% latex by volume (2% by
weight); for Single Course, MATERIALS ONLY; PER GALLON;
—0— DOLLARS 4" CENTS
(b) 29,350.0 GALS.
Application of Item 3(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER GALLON;
_
' 0 DOLLARS CENTS
aLL
2
i
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
3.
j (c) 29,350.0 GALS. Total in -place cost for Items 3(a) and 3(b); PER GALLON;
r ,u
p�yc, DOLLARS ($ l.,Z & try �u•�- CENTS $ 33e141
4.
(a) 3,230.0 C.Y. Surface aggregate; TxDOT Grade No. 3 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stockpiles in the City of Lubbock, for Course #1; MATERIALS ONLY;
PER CUBIC YARD;
141-he, _DOLLARS ($ / -.Z3 &&wdi 414FE CENTS
(b) 3,230.0 C.Y. Application of Item 4(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
ElyPn DOLLARS ($ L.7 )&�: $&enCENTS
(c) 3,230.0 C.Y. Total in -place cost for Items 4(a) and 4(b); PER CUBIC YARD;
4 DOLLARS ($ 25. (62 J& 51 x/y CENTS $ �.�, G 99, 00
5.
(a) 3,370.0 C.Y. Surface aggregate; TxDOT Grade No. 5 uncoated crushed gravel,
meeting gradation and soundness tests, including loading and freight
at stockpiles in the City of Lubbock, for Single Course and Course #2;
MATERIALS ONLY; PER CUBIC YARD;
�CPn DOLLARS x i )& /--4-A",,.CENTS
(b) 3,370.0 C.Y. Application of Item 5(a), including all items such as labor, equipment,
preparation of existing surface, etc.; PER CUBIC YARD;
el4110/1 DOLLARS CENTS
(c) 3,370.0 C.Y. Total in -place cost for Items 5(a) and 5(b); PER CUBIC YARD;
-��d4 4-1� DOLLARS CENTS
3
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
6
(a) 4,000.0 S.Y. Patching with Black Base, 3" depth (excavation of 4 1/2", with
replacement of 3" Black Base and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
VI/ rN DOLLARS ($ IL. 7S" )& �,evi ly -�,rCENTS
(b) 4,000.0 S.Y. Installation of Item 6(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 4 1/2" and replacing with 3" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD; �l ✓�., DOLLARS ($ I /. 7S )& $e u,,A y - &A -CENTS
(c) 4,000.0 S.Y. Total in -place cost for Items 6(a) and 6(b); PER SQUARE YARD;
DOLLARS ($ -13. 6 0 )& /- f CENTS $ 9,V0040
7.
(a) 1,000.0 S.Y. Patching with Black Base, 6" depth (excavation of 7 1/2", with
replacement of 6" Black Base and 1 1/2" Type C Hot Mix);
- 4 MATERIALS ONLY; PER SQUARE YARD;
DOLLARS ($ /3, 7S )& Styea CENTS
(b) 1,000.0 S.Y. Installation of Item No. 7(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 7 1/2" and replacing with 6" of Black
Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD;
&A.ti4re^ DOLLARS ($ /12S )& sc, /p-f.-_CENTS
(c) 1,000.0 S.Y. Total in -place cost for Items 7(a) and 7(b); PER SQUARE YARD;
1 �wr.ry s r u c DOLLARS ($ 7- 5 c & Y,%-t CENTS $ ,27. Sc o
8.
(a)
100.0 S.Y. Patching with Black Base, 9" depth (excavation of 10 1/2", with
replacement of 9" Black Base and 1 1/2" Type C Hot Mix),
MATERIALS ONLY; PER SQUARE YARD;
LLARS
561-117 �tug-CENTS
4
Item Quantities Description of Item Total
No.& Units - N- & Unit Price Amount
8.
i (b) 100.0 S.Y. Installation of Item No. 8(a), including all items such as labor, equipment,
removal and disposal of asphaltic surface, caliche base, and subgrade
(if soft or unstable) to a depth of 10 1/2" and replacing with 9" of Black
Base
and 1 1/2" Type C Hot Mix; PER SQUARE YARD; DOLLARS ($ /5.7�� )& e���.�-kcZENTS
i (c) 100.0 S.Y. Total in -place cost for Items 8(a) and 8(b); PER SQUARE YARD;
c�
bIisy o�� DOLLARS ($ I. a o )&��1-� CENTS $ /SO
4
(a) 100.0 S.Y. Patching with 2 sack flowable fill; 6" depth, (excavation of 7 1/2", with
replacement of 6" 2 sack flowable fill and 1 1/2" Type C Hot Mix);
MATERIALS ONLY; PER SQUARE YARD;
F«HT DOLLARS ($_y75— _)&Pf----CENTS
(b) 100.0 S.Y. Installation of Item 9(a), including all items such as labor, equipment,
removal and disposal of asphalt surface, caliche base, and subgrade
(if soft or unstable) to a depth of 71/2" and replacing with 6" of 2 sack
flowable fill and 1 1/2" Type "C" Hot Mix; PER SQUARE YARD;
Et&,4T DOLLARS ($ L Z- )& sle—O'z - //7*eCENTS
(c) 100.0 S.Y. Total in -place cost for Items 9(a) and 9(b); PER SQUARE YARD;
�
Srva�a� r DOLLARS ($ /7 S1 )& -�4P/ 7 CENTS $J 750 <
10.
(a) 6,000.0 S.Y. Patching with 1 1/2" A.C. pavement; with approved crushed stone or
approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD;
�tv DOLLARS ($ �? Cf1&_ =,f1 _CENTS
(b) 6,000.0 S.Y. Installation of Item 10(a), including all items such as labor, equipment,
removal and disposal of existing surface, (if applicable), including
prime and tack coat; PER SQUARE YARD;
-'GvO DOLLARS ($_ ��GL'�& G ,CENTS
k
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
10.
(c) 6,000.0 S Y. Total in -place cost for Items 10(a) and 10(b); PER SQUARE YARD;
u 2. DOLLARS ($ �4 )& o CENTS : ,� L11 OG c
11.
(a) 250.0 L.F. Curb and Gutter, 6" concrete, Class E (3,000 psi @ 7 days), 30" wide
separate gutter or sawtooth curb and gutter; MATERIALS ONLY;
PER LINEAR FOOT;
S�dpn DOLLARS ($ 7j 5 )& F"r_10V: CENTS
(b) 250.0 L.F. Installation of Item 11(a), including all items such as labor, equipment,
removal and disposal of existing C & G, subgrade preparation, complete
in place, with location as directed by the Engineer; PER LINEAR FOOT;
5-evQei DOLLARS ($ 7 Sy )& Z�CENTS
(c) 250.0 L.F.
Total in -place cost for Items 11(a) and 11(b); PER SQUARE YARD;
DOLLARS ($ )'i•Ob )& — D " CENTS $ 3750 �G
M 12.
(a) 500.0 S.Y.
Valley Gutter; 8" reinforced Class C concrete (3,600 psi @ 28 days)
(see Section IV, pages 5-6 for reinforcement information); MATERIALS
ONLY; PER SQUARE YARD;
fti, � If c .. DOLLARS ($ l3. S )& Aiwa -1` SCENTS
(b) 500.0 S.Y.
Installation of Item 12(a), including all items such as labor, equipment,
l
removal and disposal of existing valley gutter, subgrade preparation,
complete in place, with location as directed by the Engineer;
PER SQUARE YARD;
i
/�
a L DOLLARS ($ Py U 5- )& Arm' CENTS
i
(c) 500.0 S.Y.
Total in -place cost for Items 12(a) and 12(b); PER SQUARE YARD;
Itr�E�
PT_DOLLARS ($ )& 'y" CENTS $ 000. Of"
6
j Item Quantities Description of Item Total
No. & Units & Unit Price Amount
13.
(a) 250.0 S.Y. Sidewalk and driveway adjustment; 4" concrete (Class A, 3,000 psi @
28 days), reinforced; MATERIALS ONLY; PER SQUARE YARD;
S,ec-h DOLLARS ($ _I.,. bG )& SI K CENTS
(b) 250.0 S.Y. Installation of Item 13(a), including all items such as labor, equipment,
removal and disposal of existing sidewalk and/or driveway, subgrade
preparation, complete in place, with location as directed by the Engineer;
PER SQUARE YARD;
5 n1`d,• DOLLARS ($ ! %.l q )& Al�v� , LA- CENTS
(c) 250.0 S.Y. Total in -place cost for Items 13(a) and 13(b); PER SQUARE YARD;
fi mot- DOLLARS ($ I'S • 00 )& — d — CENTS $
14.
(a) 12,500.0 S.Y. Asphaltic Concrete Milling; milling of existing street surface;
MATERIALS ONLY; PER SQUARE YARD;
Not Applicable
(b) 12,500.0 S.Y. Performance of Item No. 14(a), including all items such as labor,equipment,
removal and stockpiling of milled surface, with locations as directed by the
Engineer, PER SQUARE YARD;
i71VL- DOLLARS ( !, q0 )& k ,v- `� CENTS
(c) 12,500.0 S.Y. Total in -place cost for Items 14(a) and 14(b); PER SQUARE YARD;
cam- DOLLARS (_(• U & A/(w- CENTS $ 23, 15af.
15.
(a) 8,000.0 L.F
Herbicide application; spraying of weeds and grass in street Right of Way,
one foot in width; MATERIALS ONLY; PER LINEAR FOOT;
DOLLARS ($ • 30 CENTS
7
Item Quantities Description of Item Total
No. & Units & Unit Price Amount
15.
(b) 8,000.0 L.F. Performance of Item No. 15(a), including all items such as labor, equipment,
licensing, and insurance, with locations as kirected by the Engineer; PER
LINEAR FOOT;
D - DOLLARS ($ ''' d )&_ t!` ` CENTS
(c) 8,000.0 L.F. Total in -place cost for Items 15(a) and 15(b); PER LINEAR FOOT;
-e, DOLLARS ($ • G0 )& 5t K CENTS
16.
(a) 500.0 C.Y. Asphaltic concrete crushing; crushing of asphaltic material salvaged from
patching operations; MATERIALS ONLY; PER CUBIC YARD;
- 0 - DOLLARS ($ )&- b - CENTS
(b) 500.0 C.Y. Performance of Item No. 16(a), including all items such as labor, equipment,
removal, and crushing of asphaltic material, with locations as directed by the
Engineer; PER CUBIC YARD;
* `✓i DOLLARS ($ __If! )& -- 6' CENTS
(c) 500.0 C.Y.
$ 6,q6 ,081,Z®
Total in -place cost for Items 16(a) and 16(b); PER CUBIC YARD;
'• o
r✓�- DOLLARS ($ )& CENTS
Total for Items 1(a) through 16(a) MATERIALS ONLY
Total for Items 1(b) through 16(b) LABOR, EQUIPMENT, ETC
Total for Items 1(c) through 16(c)
• NATI
DATE
u=
$ Sdo
8
l
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 herein.
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
f 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
x. 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 fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of -6 f & 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 fifteen (15) 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.
1 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 BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No. Date /- 31- 01-
Addenda No. Date
Addenda No. Date
Addenda No. Date
M/WBE Firm:
Date: OS
Authorized Signature
tjCs «I S
(Printed or Typed /Name) n
(.� n 5 'f`i4ti D 1 a,� f hug n�, GO.r>l Q
Company n
Adtress
Cites. County
I �
State Zip Code
Telephone: 96C - &5- -�o
Fax: �� f 9 �f s - Y07 `/
9
LIST OF SUBCONTRACTORS
Minority Owned
Yes
No
2.
❑
3.
❑
❑
�..
4.
❑
❑
5.
❑
❑
6.
❑
❑
7.
❑
❑
8.
❑
❑
j
9.
❑
❑
10.
❑
❑
A
r•
`-I
10
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
I
eviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock,
�furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
RContraictor
�1 i1 r�.+�o� ( ign ture) Contractor (Print)
ICONTRACTOR'S FIRM NAME:
(Print or Type) '
CONTRACTOR'S FIRM ADDRESS: i tiro LA,4
kAF'44ut I4��
Name of Agent/Broker:
Address of Agent/Broker:�D �e✓/��/�/Yi� �//ENr��
a City/State/Zip: 3
Agent/Broker Telephone Number: ( � j 79Z 5_SZ, �/
Date:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
-BID #025-021RS_- 2002 SECONDARY STREETS MAINTENANCE PROGRAM
11
UN= FIRE & CASUALTY COMPANY
118 Second Avenue SE PO Box 73909
Cedar Rapids, Iowa 52407-3909 319-399-5700
(A Stock Company)
BID BOND
Know ALL BY THESE PRESENTS, that LONE STAR DIRT & PAVING CONTRACTING
as Principal, hereinafter called the Principal,
and the UNTIED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as
Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK
as Obligee, hereinafter called the Obligee,
in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID--------------------- Dollars
($-------- 5 $-------- ), 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.
WHEREm, the Principal has submitted a bid for I TB # 0 2 5 — 0 2 / RS
2002 SECONDARY STREETS MAINTENANCE PROGRAM
1 .
Now, THEFEFoRE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract
documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor
and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give
such bond or bonds, 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, otherwise to remain in full force and effect
Signed and sealed this 15TH day of FEBRUARY A.D. ,2 0 0 .
LONE STAR DIRT & PAVING CONTRACTIItIQ)
(Mtn—) WESL ANDERS (nfle) PARTNER/CEO
UNITED FIRE & CASUALTY COMPANY (seal)
By
(Mtn—) DEEDEE BRINKER (AwrneY-W-WO
CONT 00010798
2 0 0 o before me personally came
sworn, did depose and say: that he resides in
now in full force and effect.
IT8 #025-02/RS, Addendum #1
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TM STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167
FAX:(806)775-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM V
ITB #025-02/RS
2002 Secondary Streets Maintenance
Program
January 31, 2002
February 15, 2002 @ 2:00 P. M.
The following items take precedence over specifications for the above named .Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the corrected bid documents for ITB #025-02/RS, 2002 Secondary Streets
Maintenance Program.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer
City of Lubbock
P.O. Box 20.00
Lubbock, Texas 79457
Questions may be faxed to: (806)775-2164
or Email to: RShuffield@mail.ci.lubbock.tx.us
THANK YOU,
CI ALOCK
Ron
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
025-02/RSadd 1
PAYMENT BOND
BOND NO. 54-127558
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that LONE STAR DIRT & PAVIhieremafter calved a Principal(s), as
Principal(s), and
UNITED FIRE & CASUALTY COMPANY
(hereinafter called the Sure (fS a"ure taffY?"dPyVyW8gV1e t jl,�bg (hereinafter called the
Obligee), in the amount of tsn s lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2 8TH day of
FEBRUARY , 2002 , to BID #025-02/RS
2002 SECONDARY STREETS MAINTENANCE PROGRAM
-0
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 pan` 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
W; Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
4 TH day of MARCH 20 02 .
UNITED FIRE & CASUALTY COMPANY
Surety
*By: L
(Title) DEEDEE BRINKER
ATTORNEY -IN -FACT
LONE STAR DIRT & PAVING CONTRACTIN
(Company Name)
By. WESLEY SANDERS
(Printed Name)
(Signatur
PARTNER/CEO
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates DEEDEE BRINKER an agent resident in Lubbock County to whom any requisite notices maybe delivered
and on whom service of process may be had in matters arising out of such suretyship.
UNITED FIRE & CASUALTY COMPANY
Surety
By:
(Title) DEEDEE BRINKER
ATTORNEY —IN —FACT
Approved as to form:
City of Lubbock /
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
0
PERFORMANCE BOND
BOND NO. 54-127558
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that LONE STA;the ei after called I rincipal(s), as P�mcipal(s�Tand
UNITED FIRE & CASUALTY COMPANY ((
(hereinafter called the Sure� a�OWBW6 afftW"ds y " ,IQub8 (hereinafter called tl
Obligee), in the amount of ANng n / l o o----------------- s ( lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8Tyay of
FEBRUARY ,2002to BID #025-02/RS
2002 SECONDARY STREETS MAINTENANCE PROGRAM
and, said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this4TH
day of MARCH , 20 02.
UNITED FIRE & CASUALTY COMPANY LONE STAR DIRT & PAVING CONTRACTINGG;
=' Surety (Company Name) T
S ..
' By: By: WESLEY SANDERS
(Title) DEEDEE BRINKER (Printed Name)
ATTORNEY -IN -FACT 'LzL
(Signature)
PARTNER/CEO
(Title)
1
The undersiggned sure company represents that it is duly qualified to do business in Texas, and hereby
designatesDEEDEE BRINKgent 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.
UNITED FIRE & CASUALTY COMPANY
Surety
*By:
(Title) DEEDEE BRINKER
ATTORNEY —IN —FACT
Approved as to Form
City of Lubbock '`
By: .vim Gam-
ity Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
IMPORTANT NOTICE
You may call United Fire & Casualty Company's toll -free telephone number for
Information or to make a complaint at:
800-343-9130
You may also write to United Fire & Casualty Company at:
United Fire & Casualty Company
Attn: Bond Department
P.O. Box 73909
Cedar Rapids, IA 52407-3909
-or street address -
United Fire & Casualty Company
Attn: Bond Department
118 2nd Avenue SE
Cedar Rapids, IA 52401
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only
and does not become a part or a condition of the attached document and is
given to comply with Section 2253.48, Government Code, and Section 53.202,
Property Code, effective September 1, 2001.
X a
AfTEDTINE & CASUAL" `COMPAi�Y-
HOME OFFICE CEDAR RAPIDS,..]OWA
Q
-A
.0 KOV EATIF156tOPY W. E'
an
i.
P' v S"ifficatlaw
fil
m
horeunt ioribed': omt.:na d fix .,
0. W
" cft. Of t4iliw W
/
CERTIFICATE OF INSURANCE
acoRo, CERTIFICATE OF LIABILITY INSURANCE DAE(M/2002
03/072002
RODUCER (806) 792-5564 FAX (806) 792-9344 1 THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION
i
1Sanford Insurance Agency
6303 Indiana
P.O. Box 64790
Lubbock, TX 79464
INSURED Lone Star Dirt & Paving
' Preston & Wesley Sanders dba
11820 S. University
Lubbock, TX 79423
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A: Mid -Continent Casualty
INSURER B: Oklahoma Surety
INSURERC: Texas Workers Compensation
INSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
I' ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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.
_tR
TYPE OF INSURANCE
POLICY NUMBER
D EYMM DEFFO YYE
POLICY
MMl EXPIRATION
LIMITS
GENERAL LIABILITY
4-GL- 54650
04/06/2001
04/06/2002
EACH OCCURRENCE
$ 1, 00,000
X COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Any one fire)
$ 100,000
CLAIMS MADE F7X OCCUR
MED EXP (Any one person)
$ 5,00
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
LA
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
POLICY PRO- LOC
JECT
AUTOMOBILE
LIABILITY
ANY AUTO
6—TX-14089
04/06/2001
04/06/2002
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$
B
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
AUTO ONLY: AGG
$
ANY AUTO
$
EXCESS LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
$
$
DEDUCTIBLE
$
z
RETENTION $
awl
WORKERS COMPENSATION AND
EMPLOYERS. LIABILITY
SF-0001090706
08/10/2001
08/10/2002
TORY LIMITS OTH-
ER
E.L. EACH ACCIDENT
$ 500,000
-
E.L. DISEASE - EA EMPLOYEE
$ 500,000
E.L. DISEASE - POLICY LIMIT
$ S00,00
rt:
{
i
OTHER
ESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
CERTIFICATE HOLDER HAS WAIVER OF SUBROGATION ON GL, AUTO AND WC AND IS NAMED
ADDITIONAL INSURED ON AUTO AND GL AS REQUIRED BY WRITTEN CONTRACT.
B 1: ITB #025-02/RS - 2002 SECONDARY STREET MAINTENANCE PROGRAM
(7 B 2: IT'B #026-02/RS - 2002 PRIMARY STREET MAINTENANCE PROGRAM
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
T SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
CITY OF LUBBOCK 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
�- —
ATTNM BUT FAILURE TO AIL SUCH NOTICE SHALL IMPOSE NO-OBLIGATIGN OR LIABILITY
_ --P[JRCHASING _ ____ _...___-----------..---.��__.
P.O. BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR RElftSENTATIVES.
LUBBOCK, TX 79457 AUTHORIZED REPRESENTATIV
ACORD 25-S (7/97) 0ACOR0 CORPORATION
i
IMPORTANT
I If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
Irequire an endorsement. A statement on this certificate does not confer rights to the certificate
j holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
RD
P
ACC)RD,w CERTIFICATE OF
LIABILITY INSURANCE
03/07/2002
PRODUCER (806) 792- 5564 FAX (806) 792-9344
Sanford Insurance Agency
6303 Indiana
P.O. Box 64790
Lubbock, TX 79464
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE'CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED City of Lubbock
C/O Lone Star Dirt & Paving
11820 S. University
Lubbock, TX 79423
INSURER A: Mid -Continent Casualty
INSURER B:
INSURERC:
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
ATE MMI DlYY
POLICY EXPIRATION
DATE MM/DDIYY
LIMITS
A
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑ OCCUR
X Owner/Contractor
TED
03/08/2002
03/08/2002
EACH OCCURRENCE
S 1,000,000
FIRE DAMAGE (Any one fire)
$
MED EXP (Any one person)
S
PERSONAL & ADV INJURY
$
Protective
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO El LOC
JECT
PRODUCTS - COMP/OP AGG
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
S
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
S
S
!I
I
III
r
EXCESS LIABILITY
OCCUR a CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
S
AGGREGATE
$
$
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TORY LI WC U-MITS OERTH-
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
E.L. DISEASE -POLICY LIMIT
1 $
1
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
ob #1: ITB #25-02/RS-2002 Secondary Street Maintenance Program
lob #2: ITB #26-02/RS-2002 Primary Street Maintenance Program
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
d __ _____ _.._____ . _ 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE -HOLDER NAMED TO THE LEFT,
--
Cify of Lubbock. _ _ ._-.._--
Attn • Purchasing BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
PO BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPnSENTATIVES.
Lubbock , TX 79457 AUTHORIZED REPRESENTATNE4k, i- , 1
988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
25-S (7l97)
Additional Coverages and Factors 03/07/2002
Line of Business Coverages for General Liability
Coverage
Limits
General Aggregate
2,000,000
Products/Completed Ops
2,000,000
Aggregate
Personal & Advertising
1,000,000
Inj u ry
Each Occurrence
1,000,000
Fire Damage
100,000
"l
Medical Expense
5,000
Ded/Ded Type Rate Premium Factor
1,000
Basis: Per Claim; Applies: Property Dam
's
i
_t
f
.: tjf
I
'�f
'`i
„�
� ��
J
®r
I
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 28T" DAY OF FEBRUARY, 2002 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 LONE STAR DIRT A PAVING CONTRACTING, LTD. of the CITY OF
LUBBOCK, COUNTY OF LUBBOCK, 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 #025-021RS - 2002 SECONDARY STREETS MAINTENANCE PROGRAM - $696,081.20
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in 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.
EST:
City Secretary
APP OV AS TO C
ONTENT::
OwnerZ9 Reprep4intative
APPROVED AS TO FORM:
City Attorney
ATTEST:
_._._ __Corporate. Secretary .........
Cl BOCK, TEXA�S,�W��R)
CONTRACTOR:
LONE STAR DIRT & PAV NG CONTRACTING, LTD.
By:
PRINTED NAME: "S L sy
TITLE: I rrQ
COMPLETE ADDRESS:
Lone Star Dirt & Paving Contracting, Ltd,
11820 University Avenue
Lubbock,Texas 79423
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit LONE STAR DIRT & PAVING CONTRACTING. LTD. who has agreed to
perform the work embraced in this contract, or their legal representative.
' 3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
i referring to, City of Lubbock, or its representative DON JENNINGS, STREET SUPERINTENDENT, so designated
who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors
as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4, CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, 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 will look exclusively to Contractor for any payments due
Subcontractor.
J 7. WRITTEN NOTICE
I Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
j the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
j8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
1! equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
.l 1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
2
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations hereincontained. 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.
_i 18. CHARACTER OF WORKERS
j 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,
-- — inco pm a eft,-unfaithfuT dfsorderly-, or otherwise un-acceptableTo Often or Owne 's Representative,�ircK 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.
3
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. in the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
thereof -from -the -Owner's -Representatives forthwith remove-such-material-and-rebuiid o-r otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that -the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
j methods:
Method (A)
Method (B)
Method (C)
By agreed unit prices; or
By agreed lump sum; or
If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
j them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
1 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 Conradtor�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."
5
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then It shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
With, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
----" --Tfie sae precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City of Lubbock as an additional insured, 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 contractors responsibility to provide to the owner
all proof of coverage insurance documents including workers compensation coverage for each
subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
Heavy Equipment
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $500,000.00 Combined Single
Limit. This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $1,000,000.00 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 on all contracts
with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile
Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section ❑406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
8
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
f(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
the project will be coveredby 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
9
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
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:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers" compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
_retain all rewired certificate of coverage on_fle_for_the duration of the project and for one
year thereafter;
10
(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 5121440-3789 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:
"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
1 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.
i 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:
' 11
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)4viii), 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.
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 officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen 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
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
___.________required in-these_cantracidocuments hyOwner; provided,. -however, if choice�of -alternate __ design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
12
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
( 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
!' It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract 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,
y' 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 $ 500.00 (FIVE HUNDRED
DOLLARS I PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
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 andlor 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.
13
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment--shatl-be-for-the--actuaramount of work done -and -materials furnished -on the project -- -- - - -
14
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 anyway, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for fumishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment 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,
15
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 31st 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
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) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth_ in the notice of dispute are not granted or otherwise responded to by
--Owners epr'esentative within ffteen (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
16
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In 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
- - havebeen the costto 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,
17
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.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and bome 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 _
covere ere y-TFie a-T cf twat th�wner 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
18
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.
i
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
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
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
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.
19
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.6262, ITEM NO.39, APRIL 8, 1999
'
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
f
Equipment Operator -Heavy
Equipment Operator -Light
Floor Installer
Glazier
6
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
1
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
1
Hourly Rate
11.50
12.50
6.25
9.00
12.50
12.50
7.00
11.00
7.00
8.00
11.00
13.75
7.00
9.50
8.50
9.50
10.50
11.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
9.00
Asphalt Shoveler
6.00
Concrete Finisher
8.00
Concrete Finisher -Helper
7.00
Electrician
12.00
Flagger
6.00
Form Setter
7.00
Form Setter -Helper
6.25
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
8.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
7.75
Bulldozer
8.00
Concrete Paving Machine
7.75
Front End Loader
7.25
Heavy Equipment Operator
8.00
Light Equipment Operator
7.25
Motor Grader Operator
9.50
Roller
6.75
Scraper
7.25
Tractor
7.25
Truck Driver -Light
6.50
Truck Driver -Heavy
7.00
I
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the fair Labor Standards Act.
3
m
17
NSPECIFICATIONS
2002 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion w / 3% Latex
DIST.
STREET
FROM
TO
LENGTH
WIDTH
1
N Ave W
NLL Erskine St
SLL Fordham St
290
39
1
N Ave X
NLL Erskine St
SLL Grinnell St
598
39
4
Canton Ave
Alley N of 87th St
VG @ 88th St
380
29
4
Detroit Ave
SLL 88th St
VG @ 90th St
770
33
4
Dixon Aire
SLL 87th St
VG @ 88th St
250
29
6
N Evanston Ave
SLL Erskine St
CDS to South
448
29
1
Fordham St
ELL N Ave X
ELL N Ave W
648
39
6
Iola Dr
VG @ 7th Dr
CDS to East
245
29
6
Justice Ave
Alley S of 7th St
Alley N of 5th St
580
33
6
Kline Ave (E 1/2)
Alley N of 8th St
Alley S of 5th St
576
19
6
Viola Ave
N ER 18th St
N ER 19th St
475
25
5
Wayne Ave
VG @ 103rd St
Alley S of 103rd St
142
29
5
Winston Ave
N VG @ 102nd St
Alley N of 102nd St
140
29
5
Winston Ave
S VG @ 102nd St
Alley S of 103rd St
434
29
5
York Ave
Alley N of 102nd St
SLL 103rd St
490
33
5
York Ave
SLL 103rd St
CDS to South
352
29
6
6th St
VG @ Justice Ave
CDS to West
770
29
Page One TOTALS:
ROCK
ASPHALT
Gr # 3
Gr # 5
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
1,257
0.36 452
1:120 10
2,591
0.36 933
1:120 22
1,224
0.36 441
1:120 10
2,823
0.36 1,016
1:120
806
0.36 290
1:120 7
1,694
0.36 610
1:120 14
2,808
0.36 1,011
1:120 23
1,039
0.36 374
1:120 9
2,127
0.36 766
1:120 18
1,216
0.36 438
1:120 10
1,319
0.36 475
1:120 11
458
0.36 165
1:120 .1
451
0.36 162
1:120 4
1,398
0.36 503
1:120 12
1,797
0.36 647
1:120 15
1,384
0.36 498
1:120 12
2,731
0.36 983
1:120 23
27,124
9,764
226
Page Two
2002 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
Single Course: Gr 5 Gravel, CRS Emulsion w / 3% Latex
DIST.
STREET
FROM
TO
LENGTH
WIDTH
6
7th St
VG @ Justice Ave
CDS to West
765
29
6
7th Dr
VG @ 8th St
CDS to West
645
29
6
18th St
E ER Wausau Ave
CDS E of Viola Ave
1,472
25
5
20th St
W ER Juneau Ave
E ER Kewanee Ave
600
33
5
43rd St:
VG @ Milwaukee Ave
W ER Ironton Ave
2,000
39
5
i
58th St IS 1 /2)
WLL Chicago Ave
VG @ W Loop Access Rd
1,132
20
5
76th St
ELL Upland Ave
300' E of Quincy Ave
2,293
23
5
t
78th St
ELL Upland Ave
W ER Saratoga Ave
1,055
22
4
87th St
WLL Canton Ave
CDS W of Elgin Ave
1,010
29
4
87th St
ELL Canton Ave
CDS E of Canton Ave
610
29
4
88th St
VG @ Boston Ave
WLL Detroit Ave
1,030
33
4
88th St!
i
WLL Detroit Ave
CDS W of Dixon Ave
650
29
4
90th St
E ER Elgin Ave
Alley N of 91 st St
965
39
5
102nd St
ELL York Ave
Alley E of Winston Ave
845
29
5
103rd St
VG @ Vicksburg Ave
ELL Winston Ave
658
29
5
103rd St
ELL Slide Rd
WLL York Ave
525
39
Page Two TOTALS:
TOTAL: RESIDENTIAL -Single Course
ROCK
ASPHALT
Gr # 3
Gr # 5
AREA
RATE GALS
RATE C.Y.
RATE C.Y.
2,715
0.36 977
1:120 23
2,328
0.36 838
1:120 19
4,214
0.36 1,517
1:120 35
2,200
0.36 792
1:120
8,667
0.36 3,120
1:120 72
2,616
0.36 942
1:120 22
5,860
0.36 2,110
1:120 49
2,579
0.36 928
1:120 21
3,504
0.36 1,262
1:120 29
2,216
0.36 798
1:120 18
3,777
0.36 1,360
1:120 31
2,344
0.36 844
1:120
4,182
0.36 1,505
1:120 35
2,723
0.36 980
1:120 23
2,120
0.36 763
1:120 18
2,350
0.36 846
1:120 20
54,394
19,582
453
81,518
29,346
679
Page Three
2002 SECONDARY
RY STRE
ETS S AI TENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion
DIST.
STREET
FROM
TO
LENGTH
1MDTH
2
Ave D
SLL 38th St
NLL 40th St
612
32
2
Ave D
NLL 40th St
NLL 42nd St
648
38
2
Ave D
NLL 42nd St
NLL 46th St
1,320
32
2
Ave D
NLL 46th St
NLL 50th St
1,260
32
1
Ave E
SLL Main St
NLL Broadway
306
51
1
Ave F
SLL 9th St
VG @ Main St
600
51
1
Ave F
VG @ Main St
NLL Broadway
310
51
1
t
Ave L
SLL 10th St
N ER Main St
270
51
1
Ave L
i
S ER Main St
N ER Broadway
290
51
1
Ave L
S ER 13th St
N ER 16th St
930
55
1
Ave L I
S ER 16th St
VG @ 19th St
1,110
55
Page Three TOTALS:
w / 3% Latex
ROCK
ASPHALT
Gr # 3
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
2,176
0.32
696
1:100
22
0.38
827
1:120
18
2,736
0.32
876
1:100
27
0.38
1,040
1:120
23
4,693
0.32
1,502
1:100
47
0.38
1,783
1:120
39
4,480
0.32
1,434
1:100
45
0.38
1,702
1:120
37
1,734
0.32
555
1:100
17
0.38
659
1:120
14
3,400
0.32
1,088
1:100
34
0.38
1,292
1:120
28
1,757
0.32
562
1:100
18
0.38
668
1:120
15
1,530
0.32
490
1:100
15
0.38
581
1:120
1,643
0.32
526
1:100
16
0.38
624
1:120
14
5,683
0.32
1,819
1:100
57
0.38
2,160
1:120
47
6,783
0.32
2,171
1:100
68
0.38
2,578
1:120
57
11,717
13,914
36,616
25,631
366
305
DIST. STREET
1 Ave M
1 Ave N
1 Ave N
1 Ave N
i
1 Ave N
1 Ave O
1 Buddy Holly Ave
5 Chicago Ave
6 Erskine' St
6 Erskine! St
1 Main St
rm
2002 SECONDARY STREETS MAINTENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO COURSE: 1 st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion
FROM TO LENGTH WIDTH
SLL 13th St NLL 16th St 965 55
VG @ 10th St N ER Main St 266 32
S ER Main St
N ER Broadway
275
51
Brick @ Broadway
VG @ 13th St
278 _
51
SLL 13th St
SLL 15th St
624
42
SLL 10th St
N ER Main St
270
32
VG @ Broadway
VG @ Main St
295
55
SLL Brownfield Hwy
NLL 50th St
3,480
38
N Loop Access Rd
ELL N Frankford Ave
9,675
22
WLL N Frankford Ave
150' W of N Milwaukee Ave
5,466
22
E ER Ave E
W ER Ave F
434
68
Page Four TOTALS:
w / 3% Latex
ROCK
ASPHALT
Gr # 3
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
5,897
0.32
1,887
1:100
59
0.38
2,241
1:120
49
946
0.32
303
1:100
9
0.38
359
1:120
8
1,558
0.32
499
1:100
16
0.38
592
1:120
13
1,575
0.32
504
1:100
16
0.38
599
1:120
13
2,912
0.32
932
1:100
29
0.38
1,107
1:120
24
960
0.32
307
1:100
10
0.38
365
1:120
8
1,803
0.32
677
1:100
18
0.38
685
1:120
15
14,693
0.32
4,702
1:100
147
0.38
5,583
1:120
1""
23,650
0.32
7,568
1:100
237
0.38
8,987
1:120
197
13,361
0.32
4,276
1:100
134
0.38
5,077
1:120
111
3,279
0.32
1,049
1:100
33
0.38
1,246
1:120
27
22,603
26,841
70,635
49,445
706
589
= 1"wlE__
Page Five 2002 SECONDARY STREETS MAINTENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion
DIST.
STREET
FROM
TO
LENGTH
WIDTH
3
Memphis Ave
Conc @ 19th St
NLL 26th St
2,610
32 - 38
3
Memphi's Ave
NLL 26th St
NLL 34th St
2,660
32 - 38
1
Texas Ave Acc Rd
NLL 5th St
SLL 6th St
426
27
1
Texas Ave Acc Rd
S ER 6th St
NLL 7th St
290
17
1
5th St
ELL Texas Ave Acc Rd
CDS to East
350
23
1
6th St
E ER Ave J
WLL Texas Ave Acc Rd
280
51
1
7th St
WLL Ave J
ELL Ave K
296
32
1
8th St
ELL Ave K
WLL Ave J
302
51
1
8th St
ELL Ave J
W ER Texas Ave
281
51
1 8th Si
1 9th SI
E ER Texas Ave W ER Buddy Holly Ave 175 51
ELL Ave K W ER Ave J 285 51
Page Five TOTALS:
w / 3% Latex
ROCK
ASPHALT
Gr # 3
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
10,600
0.32
3,392
1:100
106
0.38
4,028
1:120
88
10,700
0.32
3,424
1:100
107
0.38
4,066
1:120
89
1,278
0.32
409
1:100
13
0.38
486
1:120
11
548
0.32
175
1:100
5
0.38
208
1:120
5'
1,244
0.32
398
1:100
12
0.38
473
1:120
10
1,587
0.32
508
1:100
16
0.38
603
1:120
13
1,052
0.32
337
1:100
11
0.38
400
1:120
9
1,711
0.32
548
1:100
17
0.38
650
1:120
1,592
0.32
510
1:100
16
0.38
605
1:120
13
992
0.32
317
1:100
10
0.38
377
1:120
8
1,615
0.32
517
1:100
16
0.38
614
1:120
13
10,534
12,509
32,920
23,044
329
274
Page Six 2002 SECONDARY STREETS MAINTENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion
DIST. STREET FROM TO LENGTH WIDTH
1 9th St !; E ER Ave J W ER Texas Ave 275 51
1
9th St
1
9th St
1
9th St
1 10th St
1 13th St
1 13th St
1 13th
1 14th
1 14th
1 14th
E ER Texas Ave W ER Buddy Holly Ave
E ER Buddy Holly Ave W ER Ave G
E ER Ave G WLL Ave F
WLL Ave F
VG @ Ave Q
E ER Ave M
E ER Ave G
ELL Ave O
ELL Ave M
ELL Ave L
E ER Ave G
W ER Ave M
W ER Ave L
Conc @ Ave E
WLL Ave N
WLL Ave L
W ER Ave K
275 51
275 51
265 51
286
51
1,454
51
272
51
564
51
318
32
290 51
270 51
Page Six TOTALS:
w / 3% Latex
ROCK .
ASPHALT
Gr # 3
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
1,558
0.32
499
1:100
16
0.38
592
1:120
13
1,558
0.32
499
1:100
16
0.38
592
1:120
13
1,558
0.32
499
1:100
16
0.38
592
1:120
13
1,502
0.32
481
1:100
15
0.38
571
1:120
13,
1,615
0.32
517
1:100
16
0.38
614
1:120
13
8,239
0.32
2,637
1:100
82
0.38
3,131
1:120
69
1,541
0.32
493
1:100
15
0.38
586
1:120
13
3,196
0.32
1,023
1:100
32
0.38
1,214
1:120
"
1,131
0.32
362
1:100
11
0.38
430
1:120
9
1,643
0.32
526
1:100
16
0.38
624
1:120
14
1,530
0.32
490
1:100
15
0.38
581
1:120
13
8,023
9,527
25,072
17,551
251
209
i
am
Page Seven 2002 SECONDARY STREETS MAINTENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion
DIST. STREET FROM TO LENGTH WIDTH
1 14th St ! E ER Ave K W ER Ave J 270 51
i
1 14th St E ER Ave K W ER Texas Ave 272 51
1 14th St
1 14th St
1 14th St
1 15th St
i
1 15th St
i
1 15th St
1 15th St i
1 15th St
1 15th St
E ER Buddy Holly Ave W ER Ave G
E ER Ave G
WLL Ave F
WLL Ave F
VG @ 127 Access Rd
VG @ Ave Q
WLL Ave M
ELL Ave M
WLL Ave L
ELL Ave L WLL Ave J
ELL Ave J W ER Ave K
E ER Ave K W ER Texas Ave
E ER Texas Ave W ER Buddy Holly Ave
275 51
285 51
294 51
1,460 32
295 32
294 32
284 51
275 51
272 51
Page Seven TOTALS:
w / 3% Latex
ROCK
ASPHALT
Gr # 3
Gr # 5
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
1,530
0.32
490
1:100
15
0.38
581
1:120
13
1,541
0.32
493
1:100
15
0.38
586
1:120
13
1,558
0.32
499
1:100
.16
0.38
592
1:120
13
1,615
0.32
517
1:100
16
0.38
614
1:120
13
1,666
0.32
533
1:100
17
0.38
633
1:120
14
5,191
0.32
1,661
1:100
52
0.38
1,973
1:120
43
1,049
0.32
336
1:100
10
0.38
399
1:120
9
1,045
0.32
335
1:100
10
0.38
397
1:120
1,609
0.32
515
1:100
16
0.38
612
1:120
13
1,558
0.32
499
1:100
16
0.38
592
1:120
13
1,541
0.32
493
1:100
15
0.38
586
1:120
13
6,370
7,564
19,905
13,934
199
166
r ,1
Page Eight 2002 SECONDARY STREETS MAINTENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO r.nl IRSF• 1c+ Cnump - Gr 3 Gravel. CRS Emulsion w / 3% Latex
DIST.
STREE
1
15th St
1
15th St
2
E 19th
3
22nd S
3
22nd S
1
32nd S
5
34th St
5
34th St
3
52nd S
3
52nd S
5
58th St
2nd Course - Gr 5 Gravel, CRS Emulsion w / 3% Latex
ROCK
ASPHALT
Gr # 3
Gr # 5
FROM
TO
LENGTH
WIDTH
AREA
RATE
GALS
RATE
C.Y.
RATE
C.Y.
. E ER Buddy Holly Ave
W ER Ave G
275
51
1,558
0.32
499
1:100
16
0.38
592
1:120
13
i
E ER Ave G
VG @ I - 27 Access Rd
645
51
3,655
0.32
1,170
1:100
37
j
0.38
1,389
1:120
30
$t ELL MLK, Jr Blvd
WLL Spruce Ave
823
32
2,926
0.32
936
1:100
29
0.38
1,112
1:120
24
i
WLL University Ave
ELL Boston Ave
1,344
26
3,883
0.32
1,242
1:100
39
0.38
1,475
1:120
32
WLL Boston Ave
ELL Flint Ave
1,834
26
5,298
0.32
1,695
1:100
53
I
0.38
2,013
1:120
44
ELL Ave Q
WLL Ave P
632
26
1,826
0.32
584
1:100
18
0.38
694
1:120
15
i
WLL Frankford Ave
W Loop Access Rd
665
68
5,024
0.32
1,608
1:100
50
0.38
1,909
1:120
42
WLL Upland Ave
ELL Alcove Ave
4,750
24
12,667
0.32
4,053
1:100
127
I
0.38
4,813
1:120
1r"
WLL University Ave
ELL Boston Ave
995
36
3,980
0.32
1,274
1:100
40
0.38
1,512
1:120
33
WLL Boston Ave
ELL Elgin Ave
1,540
26
4,449
0.32
1,424
1:100
44
0.38
1,691
1:120
37
E VG @ Bangor Ave
WLL Chicago Ave
793
38
3,348
0.32
1,071
1:100
33
0.38
1,272
1:120
28
15,557
18,473
Page Eight
TOTALS:
48,614
34,0301
486
405
Page Ni�e
2002 SECONDARY STREETS MAINTENANCE PROGRAM
SECONDARY COLLECTOR STREETS
TWO COURSE: 1st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion w / 3% Latex ROCK
ASPHALT Gr # 3 Gr # 5
DIST. STREET
FROM TO LENGTH WIDTH AREA RATE GALS RATE C.Y. RATE C.Y.
5 66th St
WLL Chicago Ave ELL Frankford Ave 2,247 42
10,486
0.32 3,356
1:100 105
0.38 3,985
1:120 87
5 79th St
j WLL Slide Rd WLL Bangor Ave 1,575 38
6,650
0.32 2,128
1:100 67
0.38 2,527
1:120 55
4 98th St'
ELL University Ave WLL Ave P 5,260 24
14,027
0.32 4,489
1:100 140
0.38 5,330
1:120 117
9,972
11,842
j Page Nine TOTALS:
31,163
21,814
312
260
0.32 84,776
0.38 100,672
TOTAL: SECONDARY COLLECTORS -Two Course
264,9251
185,4481
2,6491
2,208
i
Page Eleven 2002 SECONDARY STREETS MAINTENANCE PROGRAM
RESIDENTIAL STREETS
TWO COURSE: 1st Course - Gr 3 Gravel, CRS Emulsion w / 3% Latex
2nd Course - Gr 5 Gravel, CRS Emulsion w / 3% Latex ROCK
ASPHALT Gr # 3 Gr # 5
DIST. STREET FROM TO LENGTH WIDTH AREA RATE GALSI RATE C.Y. RATE C.Y.
5
5 Venita Ave
i
5 Viola Aire
5 Virginia Ave
i
5 Virginia Ave
i
5 Zadar Ave
3 20th St
6 20th Sf
i
i
6 21 st St
i
2 E 31 st 5t
2 E 31st',St
SLL 93rd St
SLL 93rd St
SLL 93rd St
SLL 93rd St
SLL 95th-St
S ER 82nd St
WLL Louisville Ave
ELL Albany Ave
Alley W of Albany Ave
ELL MLK, Jr Blvd
ELL Redbud Ave
NLL 94th St
415
20
922
0.32
295
1:100
0.38
350
NLL 94th St
455
22
1,112
0.32
356
1:100
0.38
423
N ER 98th St
1,501
22
3,669
0.32
1,174
1:100
0.38
1,394
NLL 94th St
450
22
1,100
0.32
352
1:100
0.38
418
NLL 96th St
493
22
1,205
0.32
386
1:100
0.38
458
CDS to South
844
22
2,063
0.32
660
1:100
0.38
784
ELL Memphis Ave
634
26
1,832
0.32
586
1:100
0.38
696
Deadend to East
258
32
917
0.32
294
1:100
0.38
349
Alley E of Albany Ave 495
32
1,760
0.32
563
1:100
0.38
669
ELL Redbud Ave
378
32
1,344
0.32
430
1:100
0.38
511
ELL Teak Ave
475
38
2,006
0.32
642
1:100
0.38
762
5,738
6,813
Page Eleven TOTALS:
17,930
12,551
9
1:120
11
1:120
37
1:120
11
1:120
12
1:120
21
1:120
18
1:120
9
1:120
18
1:120
13
1:120
20
1:120
CITY OF LUBBOCK
STREET DEPARTMENT
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Street Department project shall conform to the
following specifications and associated plan sheets. Any construction or materials failing to meet
the requirements of these specifications or the plan sheets shall be removed and replaced at the
Contractor's expense. No consideration will be given to requests for reduced payments, except as
specified, or extended warranties for construction or materials not in conformance with these
specifications or the plan sheets.
The Street Superintendent may require certificates from manufacturers certifying that materials or
equipment to be incorporated into the work meet these specifications. Material Safety Data Sheets
(MSDS) shall be required on all materials. All materials or equipment shall be subject to approval by
the 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 Street Superintendent used in these specifications may refer to the City of Lubbock Street
Superintendent or an individual designated by the Street Superintendent to administer these
specifications and associated plans.
1.2 SPECIFICATIONS
Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests,
procedures, quality standards, or requirements which are included in these specifications or any
associated plans shall be the latest edition and revision thereof.
When information indicated on plan sheets is different from these specifications, the information on
the plans shall govern.
1.3 WARRANTY AND ACCEPTANCE
All equipment, materials, and construction incorporated into any project covered by these
specifications shall be guaranteed against defective material and workmanship. Prior to final
acceptance, the contractor shall furnish to the Street Superintendent, a written 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 or from such defects when such defects appear within one year from
the date of acceptance of the work. The determination of the necessity during the warranty period for
the contractor to repair or replace the work in whole or in part shall rest with the Street Superintendent.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the Street Superintendent,
who shall have the authority to halt construction when, in his opinion, construction is being performed
contrary to these specifications or associated plans. Whenever any portion of these specifications or
associated plans is violated, the Street Superintendent may order that portion of construction which is
in violation to cease until such violation is corrected.
Contractor shall cooperate with the Street Superintendent in providing for sampling and testing
procedures.
Upon completion of construction, the contractor shall flood all paving improvements within the
project. Any improvements holding water one quarter inch or more in depth, or extending more than
10 feet in length shall be removed and replaced.
1.5 CLEANUP AND SITE RESTORATION
After any construction covered by these specifications is completed, the Contractor shall remove all
equipment, surplus materials, and rubbish from the site. The contractor shall restore all disturbed areas
to their original condition satisfactory to the Street Superintendent.
1.6 NOTIFICATION OF PROPERTY 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 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS
The plans show only approximate locations of utilities as obtained from various utility companies. It is
not implied that all utilities or accurate locations are shown on the plans. It is the contractor's
responsibility to familiarize himself with all utilities and locations. The contractor shall comply with
all laws, ordinances, and regulations with respect to utility notification and protection, including
Underground Facility Damage Prevention Notification Center.
On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes,
storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any
other pipe or utility. The contractor will be responsible during the construction period for damages to
any utilities.
Irrigation systems affected by construction shall be properly repaired with materials equal the existing
system. The repairs shall be pressure tested to the satisfaction of the Street Superintendent prior to
being covered.
1_8 WATER FOR CONSTRUCTION
The City will not furnish water at no charge for construction. To use City water for construction the
contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable
rate for the quantity of water used.
The contractor shall contact Lubbock Power and Light Customer Service Department (775-2509) and
establish a utility account. The contractor must pay the current deposit for a fire hydrant meter. After
the account is established and the deposit is paid, the contractor may pick up a meter from the City
Water Department at 600 Municipal Drive.
Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe wrenches, or
other unapproved devices, shall be used to open and close a fire hydrant.
For top loading trucks or containers the contractor shall provide a back flow prevention assembly on
the discharge side of the meter. The backflow prevention assembly shall be in the form of two spring
loaded ball check valves. When filling the truck or container there shall be an air gap of at least two
times the opening diameter of the truck or container.
For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow
prevention assembly. All Reduced Pressure Zone type back flow prevention assemblies must be tested,
and the test results approved by the City prior to use. The test results shall be sent to the City of
Lubbock Water Utilities Department, Meter and Customer Service Supervisor for approval.
} In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", the
4 City representatives are authorized to suspend water use from a fire hydrant by a contractor until the
proper and correct backflow prevention devices .are installed.
2.1 CONCRETE
These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters,
alley paving, sidewalks, street paving, drainage channels. The concrete shall be produced at a Ready -
Mix Concrete Batch Plant conforming to ASTM C 94.
The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks,
and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during
transit.
No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where
4 damage occurs, the section shall be removed to the nearest joints and shall be replaced with new
construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where
approved by the Street Superintendent.
All concrete shall have 5%, plus or minus 1-1/2%, air entrainment in conformance with ASTM C 260.
2.2 CLASSIFICATION
The following City of Lubbock classes of concrete shall be used:
Class A Curb and gutter, sidewalks, curb ramps, drainage channels
medians, inlet boxes, headwalls, junction boxes, driveways, and
retaining walls.
Class B Alley returns and alley paving.
Class C Valley gutters, fillets, and concrete street pavement.
Class D LPL encasements
Class E Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, other special design.
2.3 MIX DESIGN
Twenty to thirty days prior to beginning any concrete construction the contractor shall submit the
following to the Street Superintendent for approval:
1. Test certificates from an approved commercial testing laboratory on all proposed aggregate.
Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate
(not to exceed 18%).
2. A mix design based on water -cement ratio.
3. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in
conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests
shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete.
The Street Superintendent will approve or reject the mix design and materials based on these
submittals. This approval shall be subject to additional testing during construction.
Mix designs for various classes of concrete shall conform to the following:
Minimum Sacks Maximum Gal Maximum Slump
Class Cement per CY Water per Sack Inches
A
5.0
6.5
4
B
5.5
5.5
3
C
6.0
6.0
3
D
4.5
6.5
4
...... _ _--- ______R
concrete batch plant
2.4 STRENGTH REQUIREMENTS
The various classes of concrete shall conform to the following strengths in psi as determined by the
average of two test cylinders or beams.
COMPRESSIVE FLEXURAL
Class 3 Day 7 Day 28 Day
A - 2100 3000 -
B 2500 3000 - -
C - 2500 3600 600 (28 day)
D - - 2500 -
E Unless otherwise specified 500 (16 hr)
2.5 CEMENT
Cement shall be Type I, Type II, or Type III cements conforming to ASTM C 150 "Standard
Specification for Portland Cement". Air entrained cement shall be Type IA, Type IIA, or Type MA
conforming to ASTM C 175 "Specification for Adding Air Entraining to Portland Cement" and ASTM
C 226 "Standard Specification for Air -Entraining Portland Cement".
2.6 AGGREGATE
Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel
or clean crushed stone conforming to ASTM C 33. The aggregates shall be well graded from coarse to
fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C 136.
All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or organic
impurities.
Coarse aggregate for Class C or E concrete shall be crushed limestone ( Brownwood type or
equivalent).
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation
for aggregate shall meet the following requirements by weight:
FINE AGGREGATE
COARSE AGGREGATE
Sieve
Percent Retained
Sieve
Percent Retained
3/8 inch
0
1-3/4 inch
0
No. 4
0- 5
1-1/2 inch
0- 5
No.16
20-55
3/4inch
30-65
No. 30
45-75
3/8 inch
70-90
70- 90
No. 4
95-100
No. 100
98-100
_
-
Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum
amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of
soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to
ASTM C 142.
Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the
Street Superintendent. Stockpiling methods used shall not allow aggregate to roll down the slope as it
is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment
shall not be permitted to operate over the same lift repeatedly.
2.7 FLOWABLE FILL
Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2
sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of
way, and other areas as specified. Utility ditches in existing paved streets shall be backfilled with
flowable fill from the bottom of the ditch to the paving surface.
2.8 WATER
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of
alkali, salts, or other chemicals and shall conform to AASHTO T26.
2.9 ADNHXTURES
Admixtures may be applied to the concrete mix design when approved by the Street Superintendent to
achieve any desired special properties. Chemical admixtures shall conform to ASTM C 494.
Chemical admixtures shall not be used as a substitute for Cement.
Mineral admixtures such as Fly Ash and Natural Pozzolans in conformance with ASTM C 618 may be
used with Types L II, and III Portland Cement only when approved by the Street Superintendent.
Only Class C or Class F fly ash may be used, if approved by the Street Superintendent.
When fly ash is used, "cement" in relation to mix design shall be defined as "cement plus fly ash". Fly
ash may constitute 20% to 30% by absolute volume of the cement as approved by the Street
Superintendent.
2.10 REINFORCING MATERIALS
GENERAL - All concrete, except for curb and gutter, shall incorporate wire mesh or fiber
reinforcement, and/or other reinforcement as indicated on plan sheets. Metal reinforcement shall be
grade 40 (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 Street Superintendent. ` _____
STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded wire fabric,
or size as indicated on plan sheets. Reinforcing bars shall be open-hearth basic oxygen or electric
furnace new billet steel manufactured in accordance with ASTM A 615 and ASTM A 305. Steel
reinforcing materials stored at any location shall be protected from accumulations of grease, mud or
other foreign matter, and rust producing materials. When incorporated into construction, steel
reinforcement shall be free from rust, scale, oil, mud, and structural defects.
Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and
deformations. Sleeves or wrapping shall be as indicated on plan sheets.
Chairs shall be used to support the reinforcing steel in the correct position while concrete is being
placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively
hold the reinforcing materials in position.
FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the Street
Superintendent. 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 in conformance with the manufacturer's recommendation or as directed by the Street
Superintendent.
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
3/4
N
Curb and gutter (Class A concrete)shall be constructed with an expansion joint at the tangent point of
each return at intersections and at intervals not more than 40 feet between the intersections. The 40
foot intervals may be omitted for machine placed curb and gutter. Construction joints formed by
removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located
L at the midpoint of each section between expansion joints, or as directed by the Street Superintendent.
Tooled contraction joints, cut at least one quarter the concrete depth, shall be placed at 10 foot
intervals.
Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at
intervals of 39 feet. Tooled contraction joints, cut 1/2 inch wide 2 inches deep, shall be placed at 13
foot intervals. Alley paving contraction joints shall be sealed with an asphaltic sealer.
Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as
indicated on plan and detail sheets. Unless otherwise specified, the joints shall be sawed 1/2 inch wide
and to depth equal to 1/4 of the pavement thickness plus one half inch. Joints shall be saw cut within
12 hours of placement of the concrete paving. The joints shall be sealed with an elastomeric system as
specified in section 2.12.
Valley gutters and fillets shall be constructed with tooled construction and 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" or "GARDOX" as required by plan sheets. Hot poured sealant for joints between Portland
cement concrete and Bituminous concrete shall conform to ASTM D 3405. Hot poured joint sealant
for all other joints in Portland cement concrete pavement, shall conform to ASTM D 3406. Cold
poured joint sealant shall conform to ASTM C 920.
Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's
recommendations. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared
so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles.
The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow,
crack, or break when exposed to hot and cold temperature extremes typical of local conditions.
Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint width. It shall
be made of polyethylene foam or other material as recommended by the sealant manufacturer.
Compression of the backer rod material shall be approximately 25% shrinkage at 8 psi applied stress.
The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the
application of the sealant to be used.
2.13 CURING COMPOUNDS
All fresh concrete surfaces shall be completely covered with a liquid membrane forming curing
compound and the application shall conform to ASTM C 309 and TxDOT Item "Membrane Curing"
No other methods of moisture retention on fresh concrete shall be used unless specifically approved by
the Street Superintendent.
2.14 FORMS FOR CONCRETE
Forms for concrete construction shall be set to the lines and grades established by the Street
Superintendent after subgrade has been prepared. The forms shall be held together and in place in such
a manner that they will not move during the placing and working of the concrete. The forms shall be
cleaned and oiled prior to placing concrete. Face forms and construction joints (removable metal
plates) shall be set to hold the concrete in place until it is to be finished.
Forms that are warped or damaged in any manner so as to make them unacceptable to the Street
Superintendent shall not be used.
Forms for radii shall be set in the same manner as straight forms, and shall be set to produce curves
- true to the -plans- Face-fbrm Vill not be required -for c"urrt -and-gaiter-on faEi i s true section can be
obtained by other methods acceptable to the Street Superintendent.
1
° 2.15 PLACING AND FINISHING CONCRETE
Concrete shall be placed as close to its proper location as practical. Sufficient concrete shall be placed
to allow for shrinkage and extra material for finishing. The concrete shall be floated and troweled to
the approximate section. No water shall be added during placement or finishing of any concrete,
unless specifically authorized by the Street Superintendent.
For curb and gutter removal of face forms and finishing shall be started after a partial set occurs. For
all concrete construction approved forms, templates, and tools shall be used to form the cross -sections
indicated on plan or detail sheets.
Concrete shall not be placed when the ambient temperature is below 40 degrees F as determined by the
National Weather Service continuous broadcast. Concrete shall not be placed on frozen subgrade. The
contractor shall have available sufficient covering material, approved by the Street Superintendent, to
immediately protect concrete placed less than 6 hours should the air temperature fall below 33 degrees
F. This protection shall remain in place as long as the temperature continues below 32 degrees, to a
maximum of 5 days. No salt or other chemical admixtures shall be added to the concrete to prevent
freezing.
All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the
Street Superintendent and designed to vibrate the concrete internally. Vibrators shall be operated in a
manner not to interfere with joints, and shall not come in contact with forms. The surface of concrete
street paving shall incorporate a heavy broom finish, or tined finish if indicated on plans. All other
concrete surfaces shall be completed with a light broom finish.
Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot
straightedge. Prior to acceptance, the contractor shall apply sufficient water to all concrete and paving
to determine locations of ponding. Ponded areas shall be removed and replaced. Any concrete
construction damaged by equipment, tools, vandals, or other influences shall be replaced at the
contractor's expense.
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 15 maximum
Linear Shrinkage 2 min - 10 max
Subgrade material which does not meet the above requirements may be conditioned with lime or
caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of
these specified subgrade requirements
Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed
by the Street Superintendent, by scarifying and compacting to a minimum of 95% of Standard Proctor
Density at a moisture content 1 % to 2% below optimum. Subgrade shall be constructed in maximum
of 6 inch lifts. The total thickness of the subgrade shall be 6 inches minimum for streets 36 feet wide
or less, 12 inches minimum for streets greater than 36 feet wide, or as indicated on plan sheets.
The compaction method for subgrade shall provide for each lift to be compacted to the specified
density using appropriate equipment. After each section of subgrade is complete, tests as determined
necessary by the Street Superintendent will be made by the City of Lubbock Testing Lab with respect
to moisture and density using nuclear testing equipment. At any time the Street Superintendent may
require proof rolling on streets or alleys with a 25 ton pneumatic roller, or equivalent, to test the
uniformity of compaction.
All utility ditches shall be determined to be stable prior to construction of subgrade over such utility
ditch.
Any fill placed within existing or proposed street right of way in execution of an approved cut and fill
plan shall meet these specifications for materials and construction. Cut and fill operations shall comply
with Chapter 25 of the City of Lubbock Code of Ordinances.
Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and
reprocessing as determined by the Street Superintendent.
4.1 FLEXIBLE BASE (CALICHE)
The material for flexible base shall consist of crushed caliche, limestone, calcareous clay particles,
conglomerate, gravel, sand, or other approved granular materials produced from oversize quarried
aggregate, sized by crushing and produced from a naturally occurring single source. Blending of
sources shall be allowed only if both sources individually meet the requirements of these
specifications. If material characteristics within the approved source change, the material shall be
subject to retesting and re -approval prior to continued use. The Contractor shall not change material
sources without approval by the Street Superintendent.
All base material sources are subject to approval by the Street Superintendent. Approved sources that
do not test consistently within the limits of these specifications during construction maybe rejected by
the Street Superintendent.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40
;iI _I I I. d ,.. 41� i.
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following
requirements:
Liquid Limit 45 maximum
Plasticity Index 15 maximum and 3 minimum
Linear Shrinkage 10 maximum
` Wet Ball Mill
When tested in accordance with Tex-116-E (Wet Ball Mill) the material shall have a value not to
exceed 55. The percent of material passing the #40 sieve shall not increase by more than 25 during the
test.
4.3 FLEXIBLE BASE CONSTRUCTION
Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing
base material. Approved flexible base material shall be hauled in vehicles of uniform capacity and
dumped evenly along the project length for processing and compaction. Processing shall be
accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled
with a pneumatic roller as required to produce a uniform compaction of 95% minimum of Standard
Proctor Density at a moisture content 1 % to 2% below optimum. At any time the Street
Superintendent may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction
of base. Processing for compaction of caliche base with a sheeps foot type roller will not be permitted.
The base shall be maintained by blading, watering, or other methods until the wearing surface is
placed. Windrow caliche shall not be removed until the base has passed finish inspection. Base which
becomes wet, or other wise altered, may be subject to retesting and reprocessing as determined by the
Street Superintendent.
The compacted flexible base shall be finished and shaped immediately proceeding the application of
the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened
Y 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
1 other methods approved by the Street Superintendent.
Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or
true cross-section, using a 10 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 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 "Asphalt Stabilized Base"
(Plant Mix). The contractor's plant and equipment are subject to approval by the Street
Superintendent, and shall be appropriate and in suitable condition to produce the base maferial
consistently in compliance with these specifications.
Samples of the compacted ASB will be removed by City personnel from locations designated by the
Street Superintendent to determine composition, compaction, thickness, and density. The contractor
shall replace the pavement removed from core holes at no cost to the City. ASB found to be deficient
in composition, compaction, thickness, or density shall be corrected at the contractor's expense as
directed by the Street Superintendent.
5.2 ASB MIX DESIGN
The contractor shall provide a current mix design using the approved materials indicating gradation and
optimum asphalt content. The aggregate mixture shall conform to the following master gradation:
Sieve Size 1-1/2" 3/4" 1/2" #4 #40
Percent Retained by Weight 0 8-30 30-55 50-70 70-90
Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed 5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for
mixing with asphalt.
The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The
mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic
material shall be determined in accordance with Test Method Tex.-126-E or Test Method Tex.-204-F
and procedures outlined in TxDOT Bulletin C-14. In no case shall the asphalt content be less than 4%
or more than 9% by weight. Asphalt for the mixture shall meet the requirments of TxDOT Item
"Asphalt, Oils, and Emulsions". The grade of asphalt and source must be approved by the Street
Superintendent prior to use.
The contractor shall submit the mix design prepared by a qualified lab for approval by the Street
Superintendent. The Street Superintendent will approve the asphalt content to be used in the mixture
after design tests have been made with the aggregate to be used. The asphalt content of the production
mixture shall not vary from the design more than 0.2% dry weight based on total mixture.
5.3 PLACING ASB
ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Street
Superintendent. Prior to placing ASB, the subgrade shall be prepared as previously specified The
cross-section shall be constructed to form the specified crown on the HMAC surface at the centerline
of the street, or as indicated on the plans.
ASB shall not be placed when the air temperature as reported by the National Weather Service is below
- -- 45 degree&F �d ialTing—I3unn�une,-7uly; and August- SH sfial�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 Street Superintendent. No payment will be made for any rejected material.
The ASB material shall be spread on the approved prepared surface using an approved spreading
machine. The material shall be placed in such a manner that when properly compacted the finished
course is smooth, of uniform density, and in conformance with the cross -sections and grades shown on
the associated plans.
5.4 ASB COMPACTION
The ASB shall be compacted thoroughly and uniformly with approved rollers. Rolling shall be
continued until no further increase in density can be obtained and all roller marks are eliminated.
Compaction shall be completed before the ASB mixture cools below 185 degrees F.
The compacted ASB shall conform the cross -sections, lines, and grades shown on the plans or as
directed by the Street Superintendent. The surface shall be smooth and have a uniform texture
acceptable to the Street Superintendent.
6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAC)
Hot mixed asphalt concrete surface shall consist of a compacted mixture of coarse aggregate, fine
aggregate, mineral filler (if required), and asphalt cement mixed hot in a mixing plant in accordance
with these specifications. Unless otherwise specified, the materials and construction shall conform to
TxDOT Item "Hot Mix Asphalt Pavement". The contractor's plant and equipment are subject to
approval by the Street Superintendent, and shall be appropriate and in suitable condition to produce the
HMAC surface consistently in compliance with these specifications. Approval of the source and
character of the materials shall be obtained from the Street Superintendent prior to use.
The combined mineral aggregate, after final processing by the mixing plant and prior to addition of
asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in
accordance with Test Method Tex 203-F. The percent of flat of elongated slivers of stone for any
aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F.
Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with
either lime or liquid anti -stripping agent approved by the Street Superintendent. Anti -stripping agents
shall meet requirements of TxDOT Item "Asphalt Anti -stripping Agents", and shall be added at the
manufacturer's recommended dosage and temperature range.
Core samples of the HMAC surface will be removed by City personnel from locations designated by
the Engineer (minimum of 2 cores per 600 foot block) to determine composition, compaction,
thickness, and density. HMAC surface found to be deficient in composition, compaction, thickness, or
density shall be corrected at the contractor's expense as directed by the Street Superintendent. The
contractor shall replace the pavement removed from core holes at no cost to the City.
6.2 THICKNESS OF HMAC SURFACE
The thickness of HMAC surface shall be one and one half (1-1/2) inches, unless otherwise indicated on
plans. If only one core measures zero to 1/4 inch less than required thickness no corrective action shall
be required. If two or more cores measure at least 1/4 inch less than the specified thickness, the
HMAC surface shall be considered deficient with respect to thickness. Additional cores will be taken
at 25 foot spacing to define the limits of deficiency.
No additional compensation will be made to the contractor for thickness of HMAC surface greater than
specified.
6.3 MIX DESIGN
Type "D" HMAC shall be used on streets 36 feet or less in width. Type "C" HMAC shall be used on
streets greater than 36 feet in width, and strip paving (no curb and gutter). The contractor shall provide
a current HMAC mix design using the approved materials indicating gradation and optimum asphalt
content.
The aggregate mixture shall conform to the following master gradation:
Tvoe "C" (Coarse Graded Surface Course - Streets treater than 36 feet wide
Percent passing 7/8"
100
Percent passing 5/8"
98-100
Percent retained on 3/8"
12-25
Percent retained on No. 4
15-30
Percent retained on No. 10
12-30
Total percent retained on No. 10
53-65
Percent retained on No. 40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1- 6
Tvae "D" (Fine Graded Surface Course - Streets 36 feet or less wide
Percent passing 5/8"
100
Percent retained on 3/8"
0-15
Percent retained on No. 4
30-50
Percent retained on No. 10
12-30
Total Retained on No. 10
53-65
Percent retained on No.40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1- 6
Material passing the No. 40 sieve shall be known as soil binder and shall meet the following
requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
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 HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. The
percent asphalt in the mixture shall be determined to meet the Marshall Stability criteria as follows:
Marshall Criteria Type "C" Type "D"
No. Blows (each end of specimen)
Stability (Lb.)
Flow (units of 0.01 inch)
Percent Air Voids
6.4 COARSE AGGREGATE
75 50
1800 1500
8 min-16 max 8 min-18 max
2 min-5 max 3 min-6 max
The coarse aggregate shall be the material retained on a No. 10 sieve, and shall consist of clean, 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 50% crushed faces for Type "D" HMAC, and 55% crushed faces for Type "C" HMAC,
' when tested in accordance with Test Method Tex 413-A.
Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the Magnesium
Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated
therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los
Angeles Abrasion Test, the coarse aggregate shall not have a loss greater than 40 percent by weight.
6.5 FINE AGGREGATE
}
The fine aggregate shall be that part of the material passing the No. 10 sieve and shall consist of sand
and/or screenings. The plasticity index of that part of the sand passing the 40 sieve shall not exceed 6.
The plasticity index of the screenings shall not exceed 9.
Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall
be of the same or similar material as specified for coarse aggregate.
J
Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material
dust approved by the Street Superintendent. The mineral filler shall be free of foreign and other
injurious matter and shall meet the following gradation:
Percent by Weight Retained on No. 30 Sieve 0
Percent by Weight Retained on No. 80 Sieve 10 maximum
Percent by Weight Retained on No. 200 Sieve 35 maximum
6.6 ASPHALT
Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-28 S or L. The
contractor shall notify the Street Superintendent of the source of asphaltic material for approval prior to
production of the asphaltic mixture. The optimum asphalt content shall be determined by the Marshall
Stability method. The percent asphalt content in HMAC surface shall be optimum plus 0.25% as
indicated by Marshall Stability for streets for Type "C" HMAC, and optimum plus 0.5% for Type "D"
HMAC. The asphalt content of the paving mixture shall not be below optimum, or vary from the
specified design asphalt content by more than plus 0.3 percent dry weight, based on total mixture.
6.7 PLACING HMAC
HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2 inches. The pavement
shall be constructed on the previously approved base.
Air temperature requirements for placing HMAC shall be as follows:
November 1 to April 1
HMAC shall not be placed when the air temperature is below 55 degrees F and falling.
HMAC may be placed when the air temperature is above 50 degrees F and rising.
April 1 to November 1
HMAC shall not be placed when the air temperature is below 50 degrees F and falling.
HMAC may be placed when the air temperature is above 45 degrees and rising.
Air temperature shall be determined by the National Weather Service hourly report. If the temperature
of any HMAC, measured while passing through the lay down machine, is 25 degrees F more or less
than the mixing temperature, the load shall be rejected. No payment will be made for rejected material.
The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved
spreading and finishing machine. The material shall be placed in such a manner that when properly
compacted the finished course is smooth, of uniform density, and in conformance with the cross -
sections and grades shown on the associated plans. Raking loose material back across the HMAC mat
will not be permitted. Wings of the laydown machine may not be dumped unless they are dumped after
every load.
A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse grade of
HMAC approved by the Street Superintendent.
When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical,
the contractor may use other methods approved by the Street Superintendent provided a satisfactory
surface can be obtained.
Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that
when compacted it will be 1/4 inch above the curb or flush structure.
All joints shall present the same texture, density, and smoothness as other sections of the course. The
joints between old and new pavements or between successive day's work shall be made to insure a
continuous bond between the old and new sections of the course. The transverse edges of old
pavement and, if required by the Street Superintendent, the successive day's pavement shall be cut with
an approved concrete saw to expose an even vertical surface for the full thickness of the course. All
contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot
i Bituminous material before the fresh mixture is placed.
6.8 COMPACTION
Using appropriate rollers approved by the Street Superintendent, the pavement shall be compacted
thoroughly and uniformly to a density consistent with the density developed in the laboratory Marshall
test method of molding stability specimens. At a minimum one tandem roller weighing not less than 8
tons, two pneumatic rollers with a weight capable of being uniformly varied from 275 to 550 psi per
inch width of tire tread, and one three wheel roller weighing not less than 10 tons shall be provided for
each job. Additional rollers shall be provided by the contractor if needed.
Rolling with three wheel and tandem rollers shall start longitudinally at the sides and proceed toward
the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels.
Alternate trips of the roller shall be slightly different in length. On super -elevated curves rolling shall
begin at the low side and progress toward the high side.
Rolling with pneumatic rollers shall be done as directed by the Street Superintendent and shall be
continued until required compaction is obtained and all roller marks are eliminated.
The motion of the rollers shall be slow enough to avoid displacement of the mixture. Rollers shall not
be permitted to stand on pavement which has not been fully compacted. Any displacement of the
r ' mixture shall be corrected immediately by the use of rakes and fresh mixture where required.
Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement
when rollers are in operation or standing.
Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches and other
limited areas where required compaction cannot be obtained using a three wheel roller shall be
compacted with a trench type roller.
The surface of the pavement after compaction shall be smooth and true to the established line, grade,
and cross-section. When tested with a 10 foot straight edge placed parallel to the centerline of the
4 roadway, or other means acceptable to the Street Superintendent, the maximum deviation shall be not
exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge shall be provided by the contractor.
Any point in the surface not meeting this requirement shall be corrected as directed by the Street
Superintendent. When placed on existing surfaces, the 1/8 inch maximum deviation requirement may
be waived by the Street Superintendent.
y
6.9 PRIME AND TACK COATS
Prior to placing HMAC on flexible base, the surface shall be primed using an application of 0.20
gallons of MC-30 asphalt per square yard of surface.
Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be
cleaned to the satisfaction of the Street Superintendent. The surfaces shall be given a uniform
application of tack coat using asphaltic materials of this specification. The tack coat shall be applied as
directed by the Street Superintendent with an approved sprayer. Where the pavement mixture will
adhere, as determined by the Street Superintendent, to the surfaces on which it is to be placed without
the use of a tack coat, the Street Superintendent may waive the requirement for the tack coat. All
contact surfaces of curbs, structures, and joints shall be painted with a thin uniform tack coat. The tack
coat shall be rolled with a pneumatic tire roller as directed by the Street Superintendent.
The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC-2, or shall be
a Cut -Back Asphalt made by combining 50 to 70 percent by volume of the asphaltic material as
specified for the paving mixture with 50 to 30 percent by volume of gasoline and/or kerosene. If RC-2
Cut -Back Asphalt is used, it may, upon direction from the Street Superintendent, be diluted by addition
of an approved grade of gasoline and/or kerosene, not to exceed 15 percent by volume.
6.10 EMULSIFIED ASPHALT SEALER
All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85
mixture of an MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt
sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied
at a rate of 0.10 to 0.12 gallons per square yard of surface.
7.1 STORM SEWER
Storm sewer shall include installation of pipe, manholes, inlet structures and outlet structures.
Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline
construction industry, and approved by the Street Superintendent. Grade and horizontal alignment
shall be maintained using a laser or batter boards.
7.2 REINFORCED CONCRETE PIPE
Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. The
pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76. Pipe shall be Class III
unless otherwise noted on plan sheets.
7.3 MORTAR
Mortar shall be used for caulking and filling between pipe and drainage structures.
Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. The
Portland cement shall conform to the requirements of ASTM C-150, Type I.
The sand shall conform to the requirements of ASTM C-144. Hydrated lime maybe added to the
mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated
lime shall meet the requirements of ASTM C-6.
Mortar which has not been used after 45 minutes of having water added shall be discarded. Mortar
may not be retempered by having water added.
7.4 PREFORMED BITUNUNUS GASKET JOINTS
Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements of Fed.
Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved equal. Gaskets shall be installed in
accordance with manufacturer's recommendations and shall form a water -tight joint.
7.5 MANHOLES
Manhole barrel, cone and extension sections shall be constructed of precast concrete. A plant
inspection may be required for production facility inspection and to review record -keeping for material
certification.
The manufacturer must provide certification that all materials used for manufacturing meet with the
following ASTM Specifications.
Aggregates
ASTM
C-33
Cement
ASTM
C-150
Sampling Specimens
ASTM
C-39
Reinforcing
ASTM
C-185
Sand and Mortar
ASTM
C-144
Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive
strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be
crushed limestone and shall conform to ASTM C-33 specifications.
Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as
approved by the Street Superintendent. All joints shall be effectively jointed to prevent leakage and
infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or
approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be
considered an essential 'part of each shipment.
All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced
with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications.
Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and
dimensions, consistent in components throughout and free of voids or honeycombs.
All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting
holes that do not protrude through manhole wall; one full inch of concrete thickness must remain
between lift hole and outside wall of manhole.
Manhole barrels shall be assembled of precast riser section. Riser sections and top cone sections shall
be placed vertically with tongues and grooves properly keyed.
Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent
pipe section. Changes in direction of flow shall be made with a smooth curve of as large a radius as
the size of the manhole with permit. Changes in size and grade of the channels shall be made gradually
and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be
half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope
toward the channel not less than one inch per foot, nor more than two inches per foot.
All connections between the riser or base sections and the sewer pipe shall be joined in such a manner
as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base
section are acceptable. Preformed flexible plastic sealing compounds equivalent to "Rare-nek" or
"Kent Seal" may be used provided a watertight seal is achieved.
Adjusting rings may be used for adjusting the top elevation, except that the total height of the adjusting
rings shall not exceed 12 inches at any manhole. Concrete shall be placed around and under the rings
to provide a seal and seat the ring at the proper elevation. Each manhole shall have a minimum of 6
inches of grade adjustment.
7.6 MANHOLE FRAMES AND COVERS
Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM 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 finnished with lifting
ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall
have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works
#40 or approved equal.
7.7 CONSTRUCTION METHODS
All equipment necessary and required for the proper construction of storm sewers, manholes and
culverts shall be on the project, in first-class working condition, and approved by the Street
Superintendent before construction is permitted to start. If precast concrete pipe or manhole sections
are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections
while unloading and placing it in its final position without damage to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction
of the pipe bed, the manhole bed and the backfill, as specified.
7.8 EXCAVATION
The Contractor shall do all excavation to the depth shown on the plans. Where rock, or soil containing
rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation,
the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the
hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell
to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is
greater, but not more than three -fourths the nominal diameter of the pipe. The cushion shall consist of
a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for
the specified class of bedding. The cost of furnishing and placing the cushion material shall be
included in the bid price per linear foot of pipe in place. The bottom of the trench shall be excavated to
a horizontal section as far as practicable. Excavated material not required or acceptable for backfill
shall be disposed of by the Contractor as directed by the Street Superintendent. Excavation shall not be
carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's
expense with material approved by the Street Superintendent and compacted to the density of the
surrounding earth material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or
with approved granular material. The Street Superintendent shall determine the depth of removal of
unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a
firm but slightly yielding condition to form the bed for the pipe.
Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so
directed by the Street Superintendent.
The minimum width of the trench at the top of the pipe, when placed, shall be a width which will
permit the proper construction of joints and compaction of backfill around the pipe. The sides of the
trench shall be vertical, unless otherwise approved by the Street Superintendent. The maximum
allowable width of the trench shall not exceed the widths shown below unless otherwise approved by
4 the Street Superintendent.
kk NOMINAL PIPE MI10VIUM TRENCH MAXIMUM TRENCH
I SIZE WIDTH AT SPRINGLIKE WIDTH AT TOP OF PIPE
y Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24"
J 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30"
The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or
proper installation of the pipe. Excavation in paved areas shall be confined to a minimum practical
width. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference
shall be in continuous contact with the bottom of the trench.
The excavation for manholes shall be essentially the same as that for the piping. The sides of the
excavation shall be vertical unless otherwise approved by the Street Superintendent. The Contractor
shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as
required for 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 backfilling operations. The cost of the bracing, sheathing, or shoring
and the removal of same, shall be included in the unit price bid per foot for the pipe.
Surface water shall be prevented from entering the excavation. Heavy equipment, except for
-- ..------- - --_ ._ _- -_-- -- -- -- -- .�---- —
excavating equipment, shall not be operated within 20 feet of the edge of the excavation. Excavated
materials shall be stockpiled no closer than 3 feet from the edge of the excavation.
7.9 PIPE INSTALLATION
The Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line
and grade, as shown on the drawings. The Contractor's facilities for lowering precast pipe into the
trench shall be such that neither the pipe nor the trench will be damaged or disturbed.
The Street Superintendent shall inspect all precast pipe before it is placed. Any section that is damaged
by handling or is defective to a degree which in the opinion of the Street Superintendent will materially
affect the function and service of the pipe shall be rejected and removed from the job site.
Installing the precast pipe in the finished trench shall be started at the lowest point and is laid upgrade.
For tongue and groove precast pipe, the grooved end shall be laid upgrade.
The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and
uniform. The pipe shall be protected from water during placing and until the concrete, in cast -in -place
pipe, or the mortar, in the joints of precast or cast in place pipe, has thoroughly set. The contractor
shall provide temporary diversions as necessary to prevent surface water flow into the excavation.
Pipe shall not be laid or installed on frozen ground.
Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall
be taken up and re-laid or re -installed without extra compensation.
Mortar shall be used for caulking and filling between the pipe and the drainage structures. Mortar that
is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar
shall not be permitted. Pipe joints for precast concrete pipe shall be of the tongue and groove type.
The joints shall be of a watertight joint. Each joint shall be sealed with a preformed bituminous gasket
as specified. The gasket shall be installed as recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches thick and not less than 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 ASTM C-891 standards.
Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the
Standard Details.
7.10 BACKFILLING
All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless
otherwise directed by the Street Superintendent. Outside of street right of way the backfill material —
shall be selected granular material from excavation or borrow; material which is placed at the sides of
the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. It shall
not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other
material which is objectionable to the Street Superintendent. The material shall be moistened or dried,
if necessary, to be compacted by the method in use. Backfill material shall be approved by the Street
Superintendent.
i The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe
and manhole. Special care shall be taken to secure thorough compaction under the haunches and at the
sides of the pipe and manhole. This backfill shall be brought up evenly on each side of the structure to
an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Street
Superintendent.
Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe and manhole.
Backfill shall be compacted to 95% (min.) Standard Proctor Density.
Unless otherwise directed by the Street Superintendent or plans, excavation within street right of way
shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 1-1/2
inches below the asphalt surface. The pipe shall be restrained so that during the pour the pipe shall not
be displaced.
Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's
`- risk. Any damaged construction shall be removed and replaced at the expense of the Contractor.
7.11 TRENCH PROTECTION
Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable
OSHA, state, and local requirements. Trench excavations greater than five feet in depth shall be
protected in accordance with the following specifications. All work performed under this section shall
also comply with OSHA Part 1926, Subpart P and all State and Local codes. The Contractor shall be
responsible for complying with all trench safety requirements, the requirements of the specifications,
drawings and all applicable codes.
Trench protection shall be performed by forces having at least two years experience with similar types
of trench safety systems. The manufacturer of prefabricated items used in trench safety systems shall
have at least two years of experience in fabricating the items.
The contractor shall provide detailed drawings for proposed trench safety systems. The drawings shall
identify where each system is proposed for use and type of system to be used. Trench excavations shall
not be started until trench safety systems have been submitted and approved by the Street
Superintendent.
If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and
certificate of compliance stating the maximum allowable depth for the given design pressure for each
type of trench box proposed for use.
If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed,
the contractor shall submit design data demonstrating the ability of the proposed materials to provide
r the necessary trench protection.
Materials used for trench safety shall be capable of withstanding imposed loads without excessive
deflections. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to
the following:
Steel — Steel shall be of type and thickness as required and shall have a minimum
yield stress of 36 ksi.
Aluminum — Type 6061-T6, thickness as required.
Wood in Contact with Earth — Pressure treated woods.
Wood not in Contact with Earth — Soft or hardwood as required.
8.1 FENCES
Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be
reconstructed using the same or equivalent materials, height, and construction in the proper location.
The contractor shall remove existing fence and either store for reuse or legally dispose of the fence
materials, whichever is appropriate.
New fence construction shall be in accordance with specifications and details included on plan sheets.
9.1 SALVAGE OF ASPHALT PAVING
All salvage asphalt material shall be broken into pieces not more than 2 inches 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 Street Superintendent shall be considered the minimum
requirement for the project. The contractor shall provide additional devices as determined to be
necessary during the project. If at any time during construction the approved plan does not accomplish
the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the
contractor shall immediately make necessary changes to correct the unsatisfactory conditions.
- The con �rac s�iall-mauitain ingress an�C egzess to private property at all times.
All signing and barricading shall be in place before construction operations are started and during all
times construction is in progress. All hazards shall be clearly marked and adequately protected. If
pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -
Lane Closure for Pedestrian Control" as indicated in Texas MUTCD.
No separate payment will be made for traffic control. The required plan and devices shall be
considered to be subsidiary to pay items.
11.1 PROSECUTION OF THE WORK AND WORKING DAYS
During the period the contractor is directing traffic over the base, the surface shall be satisfactorily
maintained by the use of sprinkling and blading as required, so that no hazard will result. The base
course shall be maintained until the wearing surface is placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable between
the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the
driveways and/or alley's shall remain closed not more than 4 days.
11.2 WORKING DAYS DEFINITION
City contracted paving projects will be based on working days allowed. No requests for extensions of
time will be considered. A working day is defined as a calendar day, not including Saturdays, Sundays,
or City of Lubbock designated holidays, in which weather or other conditions beyond control of the
contractor will permit the performance of the principal unit of work for a continuous period of not less
than 7 hours between 7:00 am and 6:00 pm.
j
Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Street
=1 Superintendent. For each Saturday, Sunday, or City of Lubbock designated holiday on which the
t J 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 Street Superintendent.
} Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless
the contractor is unable to begin work on that date due to factors beyond his control as determined by
the Street Superintendent. In that event, time charged against the project will begin on the date the
contractor could first work a minimum of 7 hours as described above.
The Street Superintendent will furnish the contractor a monthly statement showing the number of
working days used and the working days remaining. The contractor shall be allowed 10 calendar days
in which to protest the correctness of each statement. The protest shall be in writing, addressed to the
Street Superintendent, and shall indicate basis of the protest. The Street Superintendent shall respond
to the protest within 10 calendar days of receiving the protest. Failure to file a protest within the
allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown
on that period's time statement, and future conside a it on of t�iat tune statement will not -be permitted.
11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2
No work will be allowed from November 1 and January 2 unless authorized by the Street
Superintendent.
12.1 MEASUREMENT AND PAYMENT
The unit price bid on each item as stated in the bid proposal shall include finnishing all labor,
superintendence, machinery, equipment, and materials, except as otherwise specified, necessary or
incidental to complete the various items of work in accordance with the plans and specifications. Cost
of work or materials shown on the plans or called for in the specifications and on which no separate
payment is made shall be included in the bid prices on the various pay items.
Payment will not be made for any item that is not complete, including all associated incidental work.
All of the items covered by these standard specifications may not be included in a particular project.
Only those items indicated on bid documents and plan sheets shall be included for construction and
payment.
12.2 CURB AND GUTTER
Measurement will be made of the linear feet of curb and gutter actually constructed. Curb and gutter
will be paid for at the unit price bid per linear foot. The unit price bid shall include furnishing and
installing all materials, excavation, filling, backfilling, forming, finishing, and all incidentals necessary
to complete the work.
12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN, ALLEY
PAVING, AND VALLEY GUTTER
Measurement will be made of the area, in square feet, of flat slab actually constructed. Flat slabs will
be paid for at the unit price bid per square foot for each specific type of slab. Curb on alley returns
shall be included in the area measured for the slab and will not be paid as a separate item. The unit
price bid shall include furnishing and installing all materials, excavation, filling, backfilling,
reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete
the work.
12.4 CURB RAMPS (HANDICAP RAMPS)
Measurement will be made of the area, in square feet, of curb ramp actually constructed, including top
surface area of any retaining wall or curb. Curb ramps will be paid for at the unit price bid per square
foot. The unit price bid shall include furnishing and installing all materials, excavation and filling
within two feet of the ramp, back filling, reinforcement, forming, finishing, and all incidentals
necessary to complete the work.
12.5 CONCRETE DRAINAGE CHANNEL
Measurement will be made of the area, in square feet, of drainage channel actually constructed,
including top surface area of any retaining wall or curb. Drainage channel will be paid for at the unit
price bid per square foot. The unit price bid shall include furnishing and installing all materials,
excavation and filling within two feet of the channel, backfilling, reinforcement, forming, finishing,
and all incidentals necessary to complete the work.
12.6 RETAIMNG WALL OR CURB ON DRAINAGE CHANNELS AND CURB RAMPS
Measurement will be made of the height and linear feet of wall or curb actually constructed. Retaining
wall or curb will be paid for at the unit price bid per linear foot multiplied by the height of the wall or
curb in inches above the top of the slab (per linear foot per inch height).
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
3 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, forming,
finishing, and all incidentals necessary to complete the work.
Sawing and sealing of joints shall not be included and will be paid for as a separate bid item.
12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING
Measurement will be made of the linear feet of sawed and sealed joints actually constructed. Sawing
and sealing of joints will be paid for at the unit price bid per linear foot. The unit price bid shall
include furnishing and installing all materials, equipment, sawing, cleaning, seal components, and all
incidentals necessary to complete the work.
12.10 STORM SEWER INLET BOX AND MANHOLES
Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The unit price bid
shall include furnishing and installing all materials, excavation, filling (except flowable fill), floor,
connection to pipes, reinforcement, forming, finishing, manhole rings and covers, and all incidentals
necessary to complete the work.
t
i
12.11 HEADWALLS
Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid shall include
furnishing and installing all materials, excavation, filling, reinforcement, forming, finishing, grates, and
all incidentals necessary to complete the work.
12.12 STORM SEWER PIPE
Measurement along the centerline of the pipe will be made of the actual length of pipe constructed,
from face of structure to face of structure or to centerline of manhole, and will be paid for at the unit
price bid for Storm Sewer. Depth of cut shall be considered to be from the top of the adjacent grade
stake to the flowline of the pipe. The unit price bid shall include furnishing and installing all materials,
pavement removal, excavation, filling, backfilling with compacted soil where applicable, and all
incidentals necessary to complete the work. Flowable fill will be paid for as a separate pay item.
12.13 EXTRA VERTICAL FEET OF MANHOLE
The actual constructed manhole will be measured from the top of the base to the top of the ring and
cover. Any depth of manhole exceeding 6 feet in depth will be paid for at the unit price bid for extra
vertical feet of manhole. The unit price bid shall include furnishing and installing all materials and all
incidentals necessary to complete the work.
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.
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 Street Superintendent has the opportunity to measure the area of concrete slab prior to removal. If
concrete slab is removed without measurement by the Street Superintendent, no payment will be made
for that removal. The unit price bid shall include sawing, breaking, hauling, labor and equipment, and
legal disposal for removal of the concrete slab.
12.16 2 SACK FLOWABLE FILL
Quantities of 2 sack flowable fill will be determined from tickets provided by the drivers of the
delivery trucks.
Payment will be made at the unit price bid per cubic yard of in place 2 sack flowable fill. The unit
price bid shall include furnishing and placing the material and all incidentals necessary to complete the
work.
12.17 ASPHALT PAVING
Measurement will be made of the area, in square yards, of asphalt paving actually constructed.
Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing
and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as
specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals
necessary to complete the work.
12.18 ASPHALT PAVING REPAIR
Measurement will be made of the area, in square yards, of in place asphalt paving repair. Payment will
be made at the unit price bid per square yard of paving repair. The unit price bid shall include
furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and
preparation of the existing base, flowable fill if required, tack and prime coats, compaction, and all
incidentals necessary to complete the work.
12.19 EXCAVATION AND GRADING (OUTSIDE LEMTS OF CONSTRUCTION)
Volume of excavation or fill, in cubic yards, will be determined by average end area method. Payment
will be made at the unit price bid per cubic yard of completed excavation or fill. The unit price bid
shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades
established by Street Superintendent. No separate payment will be made for disposing of excess
material.
12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING
The volume of ditch grading, in cubic yards, will be determined by average end area method.
Measurement will be made of the area, in square yards, of completed surface grading of unpaved
streets. Payment will be made at the unit price bid per cubic yard of completed ditch grading per cubic
yard, or surface grading per square yard. The unit price bid shall include all labor, equipment, and
incidentals necessary to grade ditches or surface grade unpaved streets to the grades established by the
Engineer. No separate payment will be made for disposing of excess material.
13.1 STANDARD DETAILS
Construction shall be in accordance with the following standard details unless otherwise indicated on
plans, or directed by the Street Superintendent. The 24 inch curb and gutter details shall be considered
to be standard. 30 inch curb and gutter details shall apply only if specifically indicated on plans or bid
documents.
30
STREET CROWN ELEVATIONS
PAVEMENT WIDTH FINISHED PAVING SURFACE
CURB FACE TO CURB FACE ABOVE GUTTER
24 feet
0.35 feet
26 feet
0.37 feet
28 feet
0.40 feet
30 feet
0.42 feet
32 feet
0.45 feet
36 feet
0.50 feet
42 feet
0.57 feet
46 feet
0.62 feet
52 feet
0.69 feet
64 feet
0.85 feet
66 feet
0.86 feet
86 feet
1.14 feet
88 feet
1.15 feet
All street paving shall incorporate a centerline crown at the listed elevation unless otherwise indicated
on plans, or as directed by the Street Superintendent.
14.1 SEAL COAT AND TWO -COURSE MAINTENANCE
The following paragraphs give the specifications on the various materials and applications to be used in
seal coat and two -course maintenance projects. All materials shall be subject to the approval of the
Street Superintendent before use.
14.11 PREPARATION OF SURFACE
Before the seal coat operation is started,
sweep the streets
14.2 ASPHALTS
two -course operation is started.
Asphalts for use on this project shall comply with Texas State Highway Department Specifications,
Item 300 including revisions, and a certified copy of the test results will be furnished to the City.
14.21 ASPHALT HEATERS
Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material
required to the desired temperature. Asphaltic material may be heated by steam coils which shall be
absolutely tight. Direct fire heating of asphaltic materials will be permitted, provided the heater used is
manufactured by a reputable concern and there is positive circulation of the asphalt throughout the
heater. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with
a recording thermometer with a 24-hour chart that will record ;the temperature of the asphaltic material
where it is the highest temperature.
All-s�oragetk-ks, pipmg, retorts, -booster tanks and distributors used in storing or handling asphalt shall
be kept clean and in good operating condition at all times, and they shall be operated in a manner that
31
there will be no contamination of the asphalt with foreign material. Asphalt is not to be heated above
4000 F at any time. The Street Superintendent will select the temperature of application, and the
Contractor shall apply the asphalt at a temperature within 15 degrees of the temperature selected. All
asphalt material heated above 4000 F will be rejected. Recirculating tank car heating equipment shall
be equipped with an approved type recording thermometer.
14.22 ASPHALT APPLICATION
Asphalt shall be applied to the clean surface by an approved type of self propelled hydro -statically
controlled pressure distributor so operated as to distribute the material in the quantity specified, evenly
and smoothly. The beginning and ending of each shot of asphalt shall start and stop on a strip of heav}
kraft paper of not less than thirty inches in width. Asphalt for seal coat and two -course application shal
temperature is below 650F. Any block or blocks that receives a seal coat or two -course asphalt
application that exceeds the rate set by the Street Superintendent by .04 or more will not be accepted
until the bleeding is stopped. The Contractor will be required at his expense to furnish extra rock and
equipment necessary to control this bleeding. After the bleeding is stopped, the City will then assume
the maintenance of the block or blocks that were shot heavy.
Application of asphalt on street returns shall be accomplished by the distributor bars unless otherwise
directed by the Street Superintendent. In areas regarded by the Street Superintendent as inaccessible to
the distributor, use of the hand hose will be permitted, as directed by the Street Superintendent. Care
shall be taken during application of any asphalt to shield the curb and gutter from asphalt spray.
Manholes and valve boxes will be covered before each application of asphalt and immediately
uncovered after the application of aggregate and before rolling operations. Successive applications of
asphalt shall be made in the same manner after application of aggregate.
RATE OF APPLICATION OF MATERIALS
S.H.D. Gals Spread
Grade No. of Asphalt/S.Y. Ratio
1. SINGLE COURSE
#5 0.36 1:120
2. TWO -COURSE
THOROUGHFARES
#3 0.32 1:100
#5 0.36 1:120
COLLECTORS
43 0.32 1:100
#5 0.36 1:120
14.3 AGGREGATE FOR SINGLE COURSE AND TWO -COURSE MAINTENANCE
All gravel or crushed stone shall not exceed fifteen percent (15%) loss when tested by the four (4) cycle
magnesium sulfate soundness test, A.S.T.M. C-88. Crushed gravel shall have a minimum of 90
percent of the particles retained on the No. 4 sieve with more than one crushed face, as determined by
Test Method Tex-413-A (particle count) and T.H.D. 302.2.
The percent of flat or elongated slivers of stone or gravel for any course shall not exceed 25%, when
tested in accordance with Test Method Tex 224-F.
The amount of organic matter, clays, loams, or particles coated therewith or other undesirable
materials, when washed over the #10 sieve, shall not exceed 2 percent.
The City of Lubbock Pavement Management Laboratory test results shall be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be
evaluated and final approval given by the Street Superintendent. Final acceptance of the aggregate
SINGLE COURSE
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retained on 1/2" sieve...................................................................................0
Retained on 3/8" sieve.............................................................................0 - 5
Retained on #4 sieve......................................................... ...............40 - 85
Retained on #20 sieve...........................................................................99 - 100
TWO COURSE
Aggregate Grading (Tx DOT #3 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retained on 3/4" sieve ..........................................
Retained on 5/8" sieve..........................................................................0 - 2
Retained on 1/2" sieve............................................................................20 - 35
Retained on 3/8" sieve............................................................................85 - 100
Retained on 1/4" sieve .................................. .....................95 - 100
Retainedon # 10 sieve.............................................................................99 —100
Aggregate grading (TxDOT #5 Crushed Gravel, or Crushed Stone).
Percent by Weight
Retainedon 1/2" sieve.....................................................................................0
Retained on 3/8" sieve .............. . ............,..........................................0 S--
- -- — --- -- ---Retained on #4 sieve...........................................................................40 - 85
Retained on #20 sieve...........................................................................99 - 100
14.31 STOCKPILES
The location of all stockpiles of aggregate shall be approved by the Street Superintendent prior to
unloading as to zoning requirements, smoothness and compaction of the ground, and traffic conditions.
Stockpiles of aggregate to be incorporated into the project shall be protected from dust by drift fences
of any suitable material approved by the Street Superintendent, when sandstorms possibilities exist.
Care will be taken to prevent dusty conditions in the stockpiles area from any sources.
14.32 APPLICATION OF ROCK
Immediately after making the first application of asphalt, the surface shall be covered with aggregate,
spread with an approved type self-propelled aggregate spreader on which the rate of application of rock
and the speed of travel may be controlled by the operator. Applications shall be at the rates herein
specified or at rates as directed by the Street Superintendent. After the aggregate has been spread, it
shall be bladed with an approved blade grader and "bullwheeled" with an approved three -wheeled
roller weighing not less than ten (10) tons. If necessary to obtain a uniform distribution of aggregate or
to fill low areas, hand spotting and hand brooming of the aggregate shall be required. Care shall be
taken in dip sections to maintain an accurate flow line. Considerable hand work may be required at
intersections and at joints in order to maintain a uniform distribution of the aggregate,and to prevent
the incorporation of foreign materials such as caliche and dirt.
After the first and second application of aggregate on the two -course, it will be thoroughly rolled with
pneumatic rollers, bladed, dragged and all thin spots spotted with extra aggregate, then rolled with an
approved three -wheeled roller weighing not less than ten (10) tons. Rolling shall be continued until the
surface presents a smooth appearance.
Gutter edges shall be cleansed of aggregate before such application of asphalt and this aggregate will
not be "ridged" along the gutter edge but if placed back on the surface area shall be well scattered.
There should be a slight excess of aggregate on the surface after completion of the work specified
above.
14.33 REQUIRED ROLLING
x # The completed asphalt surface shall be broomed and rolled with pneumatic rollers immediately after
the asphalt is covered with aggregate. The entire surface that is sealed will receive one hour rolling for
each 1000 S.Y., the same day that the asphalt is applied. No back rolling will be permitted (unless a
rain storm occurs during the day then that surface may be rolled the next day). The City will assume
maintenance on these streets the following day after the rolling has been completed.
14.4 NIGHT WORK
Application of asphalt and aggregate at night shall be applied by the same methods as for daylight
application, except that all equipment that is to be used on the street after dark shall have sufficient
lights in compliance with State vehicle code. Additional lights will be required on the back end of the
asphalt distributor, the aggregate spreader and at the aggregate stock pile area. No night work will be
authorized unless approved by the Street Superintendent.
15.1 PATCHING AHEAD OF SEAL COAT OR TWO -COURSE MAINTENANCE
The black base, two sac IFowabT6- iII� andhot mix ma-terial-to be used in patching aheacrof the seal - -
{ coat or two -course maintenance shall be used at locations as directed by the Street Superintendent. No
substitutions shall be permitted without prior approval from the Street Superintendent. The areas to be
patched shall be marked and measured by the Street Superintendent. The area to be patched shall be
barricaded, according to Texas Manuel for Uniform Control Devices, at all times during patching
operations; however, if the Street Superintendent permits, the patched area may be opened to traffic
prior to placing the final hot -mix surface. In that event, the Contractor shall taper the edges of the
patch with mix to minimize any bumps or inconvenience to traffic.
15.11 PATCHING WITH BLACK BASE
Patching shall include removing the existing surfacing, either three (3), six (6), or nine (9) inches of the
existing base and subgrade (as the Street Superintendent directs), and, if the sub -grade is unstable, it
will be removed and replaced with black base. The excavated base will then be replaced with asphalt
stabilized base material (either three (3), six (6), or nine (9) inches), as directed by the Street
Superintendent, and compacted to 95% of design density. The surface course, 1 1/2" of hot mix, shall
then be placed and rolled until the required density is obtained.
The edges of the patch shall be vertical and shall be tacked before placing the black base and the 1-1/2
inches of hot -mix.
All hot -mix edges will meet the grade of the existing surface.
15.12 PATCHING WITH 6" OF TWO SACK CEMENT FLOWABLE FILL
Same as above except six (6) inches of two (2) sack cement flowable fill will be used in lieu of six (6)
inches of black base.
At all times the patching area will be barricaded according to Texas MUTCD. If open to traffic before
the hot mix is placed, the edges of the patch will be leveled up with mix to minimize bumps.
NOTE: Both black base and two sack flowable fill are anticipated being used, with locations of
each type of material to be directed by the Street Superintendent.
15.13 PATCHING WITH 1-1/2" OF HOT -MIX
Same as above (patching with black base) except only the existing asphalt surface will be removed.
15.2 ASPHALTIC CONCRETE MILLING
This item consists of removing 1" - 2" (or as the Street Superintendent directs) of the existing asphaltic
concrete surface and replacing it with either a single course seal coat, a two course seal coat, or hot mix
(as the Street Superintendent directs). The material removed from the milled surface will remain
remain the property of the City of Lubbock and shall be stockpiled at a location as directed by the
Street Superintendent.
The edges of the patch shall be vertical and shall be tacked before placing hot mix. The hot mix edges
will meet the grade of the existing surface.
16.1 HERBICIDES
Prior to the sealing operation, a herbicide shall be applied to the areas of the streets to be sealed where
weeds and grass are growing. This application shall be done far enough in advance, and at a rate, to
--_insumthe vegetation a to the-roots-ofthe-plantsbefore-the-application-of the
asphalt and rock. Locations shall be as directed by the Street Superintendent.
The herbicide to be applied shall be a biodegradable surface acting liquid, such as "Roundup" or an
approved equivalent. Unless otherwise directed by the Street Superintendent, a soil sterilent shall not
be used.
17.1 CLEANUP
Immediately after each application of asphalt, the Contractor shall clean, remove paper, piles of asphalt
from manholes and water valves, extra aggregate that is in the gutter, rubbish and temporary structures
} from the street, restore in an acceptable manner all property, both public and private, which has been
i damaged during the prosecution of the work, and leave the site of the work in a neat and presentable
condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various
items of work involved, and no direct compensation will be made for this work. This work shall be
done before final acceptance.
No Text
SPECIAL CONDITIONS
1. TIME AND ORDER FOR COMPLETION
The seal coat process covered by the contract documents shall be fully completed within 120 ONE
HUNDRED TWENTY) consecutive calendar days from the date specified in the Notice to Proceed issued
by the City of Lubbock to the successful bidder.
A. The patching, with locations and materials as designated by the City's representative, may begin as
soon as the Contractor receives the Notice to Proceed.
B. The sealing and two -course application shall not begin until May 15, 2002, and shall be completed by
September 15, 2002. All sealing and two -course application shall cease on September 15, 2002. All
remaining streets or designated areas not completed shall be carried over and completed after May
15, 2003, at the original bid price. The Contractor shall pay to the owner $500.00 per day for each
calendar day after September 15, 2002, until acceptance of the project, as liquidated damages. No
credit will be given for bad weather days or other delays occuring before September 15, 2002. Any
additional base failures, those in addition to the areas originally marked and measured by the Owners's
Representative, that appear after September 15, 2002, and before the sealing and two -course is
applied in 2003, shall be the responsibility of the Contractor. The Contractor shall make a prompt and
diligent effort to repair these failures, and shall bear all expense related to the repair of these additional
failures. The Contractor shall submit, within two weeks after the award of the contract, a progress
schedule of the work contemplated by the contract documents. In the event it is determined by the City
that the progress of the work is not in accordance with the progress schedule so submitted, the City
may direct the Contractor to take such action as the City deems necessary to insure completion of the
project within the time specified.
2. CHANGES IN THE WORK
The Local Public Agency may make changes in the scope of the work required to be performed by the
Contractor under the Contract or making additions thereto, or by omitting work therefrom, without involving
the Contract, and without relieving or releasing the Contractor from any of his obligations under the
contract or any guarantee given by him pursuant to the Contract provisions, and without affecting the
validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. All
such work shall be executed under the terms of the original Contract unless it is expressly provided
otherwise.
Except for the purpose of affording protection against any emergency endangering health, life, limb or
property, the Contractor shall make no change in the materials used or in the specified manner of
constructing and/or installing the improvements or supply additional labor, services or materials beyond
that actually required for the execution of the contract, unless in pursuance of a written order from the
j local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of
1 the contract price will be valid unless so ordered.
If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or
a Supplement Schedule of Unit Prices) the Local Public Agency may order the Contractor to proceed with
desired changes in the work, the value of such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the contract; provided that in case of a unit price
contract the net value of all changes does not increase or decrease the original total amount shown in the
Agreement by more than twenty-five (25%) percent.
3. SUPERINTENDENCE
l The Superintendent and/or his assistants will not be allowed to serve two functions simultaneously, such
operating machinery and acting as Superintendent at the same time. The Superintendent must be free of
-- — — - -- - ---- . -----.. --- - ...-- --- _ . ------ --- - - - ---
individual responsibilities to enable him to give the entire project his constant attention to facilitate the
progress thereof.
4. PROSECUTION OF WORK
The Contractor may proceed with subgrade preparation of earthwork on any schedule that he may select
and on any location in the contract unless hindered by factors beyond his control. Not more than three (3)
calendar days shall elapse between the time subgrade preparation is begun and the time of spreading and
compaction of the caliche base.
During the construction the Contractor is to close to traffic streets as directed by the Engineer.
The Contractor will, before starting any work on any street, erect barricades and signs, or provide
sufficient flagmen to give notice to vehicular traffic, also two special trailer mounted signs and arrows flash
left, right or both at the same time at least 25 times per minute, see detail 2-S-126 and Section 6E-7 of
the traffic control manual.
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 if placed thereon.
At no time during the period of construction shall driveways and/or alleys be left impassable between the
night hours of 6 P.M. to 6 A.M. except during the construction of the curb and gutter for which the
driveways and/or alleys shall remain closed not more than 4 days including 72 hours for curing.
The Contractor will be required to place and level the caliche as each block is subgraded and in no case
shall the caliche be permitted to remain as dumped overnight.
The Contractor will, during the progress of the work, erect and maintain for twenty-four hours a day such
barricades and warnings necessary to give notice to vehicular and pedestrian traffic of any and all
obstructions and insofar as possible keep the streets and/or alleys on which work is being done in a
passable condition. During the time that the curb and gutter is being poured and cured and until the
caliche is leveled, the Contractor shall have flares and warning signs placed at each end of the block.
When the subgrade excavation causes an abrupt drop in the driving portion of the street the Contractor
shall level the drop by dumping a sufficient amount of approved caliche on the subgrade. During the time
the concrete is curing in the alleys and until it can be opened to traffic, the Contractor shall maintain
warning signs on barricades with flares at each end of the block until this alley can be opened to traffic.
The flagmen will be required to wear vests and use the type of flag as shown on flagging detail sheet in
specifications.
All equipment working on the streets will at all times have at least two (2) red, orange or fluorescent red -
orange flags at least 16" x 16" in size. These flags shall be mounted high enough on the equipment so
that they will be visible to all traffic meeting or passing the equipment.
Before work is started on any street it will be the responsibility of the Contractor to notify each property
owner that has a car or cars parked in their driveways or garages so that each owner might have the
opportunity to move their cars.
The Contractor shall schedule his work on major thoroughfares and collectors at least 5 days in advance,
in order that businesses may have time to adjust their plans. On all thoroughfares and collectors, the
Contractor and the City's Representatives will work with each of the businesses, hospitals, schools, etc.,
so that only part of the driveways into their parking lots will be closed. At no time will any parking lot be
completely closed, without prior approval from the Owner's Representative, unless the work is being
accomplished at night and the businesses are closed. The Contractor shall be responsible for notifying
affected businesses of the proposed work and the projected schedule for completion of this work.
Immediately after each applications of asphalt, re -construction or black base construction the Contractor
shall clean, remove paper, surplus aggregate or paving materials from gutters, rubbish and temporary
structures from the street, restore in an acceptable manner all property, both public and private which has
been damaged during the prosecution of the work, and leave the site of the work in a neat and
presents a condition throughout. The cost oTthe cC eanup" shall beincTuded as paid of the cost oTtbe "--
various items of the work involved, and no direct compensation will be made for this work.
The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL
DEVICES for Streets and Highways. Part VI.
5. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND TRAFFIC HANDLING
The Contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all barricades, warning signs, barriers, cones, lights,
signals and other such type devices for handling traffic control as indicated in the plans or as directed by
the Engineer. All barricades, warning signs, barriers, cones, lights,signals and other such type devices
shall conform to details shown on the plans and as indicated in the Texas Manual on Uniform Traffic
Control Devices.
The Contractor may provide special signs not covered by plans to protect the traveling public against
special conditions or hazards, provided however, that such signs are first approved by the Engineer.
Upon completion of the work, all barricades, warning signs, barriers, cones, lights, signals and other such
type devices and evident thereof shall be removed by the Contractor.
6. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to maintain detours and facilities for safe public
travel in accordance with the Traffic Control Plan and these specifications. There shall be maintained in
passable condition, such temporary roads and structures as may be necessary to accommodate public
travel. Temporary approaches and crossings of intersecting highways shall be provided and maintained in
a safe and passable condition by the Contractor at his entire expense.
7. PUBLIC SAFETY AND CONVENIENCE
Ingress and egress to private property shall be provided as specified in the plans or as directed by the
Engineer.
The Contractor shall plan and execute his operations in a manner that will cause the minimum
interference with traffic.
f The Contractor shall secure the Engineer's approval of his proposed plan of operation. Sequence of work
and methods of providing for the safe passage of traffic before it is placed into operation. If at any time
during construction the approved plan does not accomplish the intended purpose, due to weather or other
conditions affecting the safe handling of traffic, the Contractor shall immediately make necessary changes
therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be stored in such a manner and at such locations as
not to interfere with the safe passage of traffic. The Contractor shall provide and maintain flaggers at such
points an for such periods of time as may be required to provide for the safety and convenience of public
travel and Contractor's personnel, and as directed by the Engineer. Flaggers shall be English speaking,
courteous, well informed, physically and mentally able to effectually perform their duties in safeguarding
and directing traffic and protecting the work, and shall be neatly attired and groomed at all times when on
duty. When directing traffic, flaggers shall use standard attire, flags and signals and follow the flagging
procedures set forth in the Texas Manual on Uniform Traffic Control Devices for Streets and Highways.
f 8. WATER
Water for this project will be furnished by the City of Lubbock at fire hydrants designated by the Contractor
for which the Contractor will be charged. The Contractor will be furnished loading racks by the City Water
and Street Superintendent at no charge for the first rack but for each additional rack there will be a charge
of ten dollars. The Contractor will also be charged ten dollars for each move of each loading rack after the
first set-up. The loading rack will be equipped with a valve which will be pad -locked at all times except
when the Contractor's truck is loading. The valve on the loading rack shall be used by the Contractor and
at no time will the Contractor use the fire hydrant valve.The padlock on the rack valve shall be furnished
- - - - -- -by the Contractor. TheContractorshall not use. anyfire hydrants -for water loading unless there is an
1 authorized rack on the fire hydrant. The Contractor will not be allowed to use water from authorized
loading racks except on City approved projects. Water, which is supplied by the City, is intended for use in
compacting subgrade and base and maintaining dust control. It is not the intention of the City to furnish
water for use in mixing concrete.
9. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor will need special permission to work on weekends or legal holidays and shall do no
work
on any contract item before daylight or later than one hour after sundown, except as directed and
approved by the Engineer. No work will be allowed between November 1 and January 2, unless
approved by the Engineer.
B. A 1:2 dilute emulsion treatment at a rate of .10 gallon per square yard will be applied to the A.C. surface
within ten days of the placement of the A.C. surface.
C. TEMPERATURE REQUIREMENTS (The temperature readings to be used will be as reported by the
National Weather Service on an hourly report [Telephone Number 745-1058)].
(1) HMAC - November 1 until April 1
a. The asphaltic mixture shall not be placed with the air temperature is below 55OF and falling.
b. The asphaltic mixture may be placed when the air temperature is above 50OF and rising.
(2) HMAC - April 1 until November 1
a. The asphaltic mixture shall not be placed with the air temperature is below 50OF and falling.
b. The asphaltic mixture may be placed when the air temperature is above 450F and rising.
(3) Asphalt Stabilized Base
a. The asphaltic mixture shall not be placed when the air temperature is below 450F and falling.
b. The asphaltic mixture may be placed when the air temperature is above 40OF and rising.
The Engineer may use his discretion to require a cover over the asphaltic mixture when hauled from
the plant to the job site.
D. Unless otherwise approved by the Engineer, the minimum temperature of asphaltic materials
immediately after placement by the laydown machine will be 300 of for HMAC and 275 of for asphalt
stabilized base.
E. Standby rollers shall be located at the job site for immediate use if needed.
F. Proof rolling will be required on subgrade, caliche base, black base, embankment or surface. After rain
showers, if deemed necessary by the Engineer, each item that was approved will be re -rolled. The
proof
rolling will be performed with six passes over the area using a self-propelled 25 ton pneumatic roller
with
a certified weight certificate.
G. Preliminary approval, by the Engineer, of aggregate at the pit and crusher location shall be required,
prior to delivery to local stockpiles. Final approval of the stockpile material will be required by the
Engineer, after which no additional aggregate will be added to the approved stockpile prior to the
sealing operation.
H. During the period of re -construction and two course construction the Contractor will not use private
driveways for turning or parking his equipment. Any damage to sidewalks, driveways, slabs or curb
and gutter will be repaired at the Contractor's expense.
I. At no time during the reconstruction of streets will the Contractor completely close any street to all traffic
without the Engineer's approval. On most major thoroughfares only one-half will be reworked at a time,
-----end,-on -somwn armowsl reets tie fult-width wilf-e reworkea-6n theTwo=course streets one-half will be
closed and the traffic will be detoured on the other side. When business are on one or both sides
shorter shots will be made to cause less inconvenience to the public & the businesses.
J. Before any portion of any street is closed to traffic, the Contractor will be required to have sufficient
equipment on the site to start the reconstruction. At no time will any section of the closed area be left
three (3) days without some type of work being performed. If there is a shortage of equipment to work
on all areas of the closed section, the Contractor will be required to provide additional equipment
before the next area is closed. After the work is started, no equipment will be removed from this site to
another. It is the intent of these requirements to reconstruct and place the two -course on the streets as
listed in the contract with the least inconvenience to the property owners and the traveling public.
K. At no time during the construction, re -construction or sealing and two -course maintenance will any
equipment be taken across any curb or gutter, valley gutter, alley return, or sidewalk without first placing
a dirt or caliche fill, of at least one foot, above the existing concrete. Any broken or damaged concrete
(broken or damaged by Contractor's equipment) will be removed and replaced at the Contractor's
expense.
10. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing obstructions including sidewalks, trees, poles,
etc., prior to building. It shall be the Contractor's responsibility to remove these obstructions at the
direction of the Engineer except that the utility companies will move their equipment at no cost to the
Contractor. The Contractor will receive no compensation for delay caused by the Utility Companies in
relocating or removing their equipment.
11. TEST OF MATERIALS
The City of Lubbock Pavement Management laboratory test results shall be the sole consideration for
approval of materials, mix designs, adequacy of procedures, etc.. The results of such testing shall be
evaluated and final approval given by the Street Superintendent.
A. CALICHE BASE MATERIALS
Before caliche materials can be used on any street, current (not older than 30 days) test reports will
submitted to the Street Superintendent for approval. Test reports will be required every 30 days as this
material is used on City Streets. During the construction period, tests that fail will require re -testing.
B. ASPHALT STABILIZED BASE
The Contractor, or supplier of such materials, shall submit to the City Pavement Management Lab, as
soon as possible after the Notice to Proceed is issued, a sample for gradation testing and magnesium
sulfate testing. The gradation requirements shall meet those established in Item 5.2 of the Standard
Paving Specifications. The maximum loss from Magnesium Sulfate testing, when tested in
accordance with ASTM C-88 (4 cycle), shall not exceed fifteen (15) percent.
C. HOT MIX AND SEAL COAT AGGREGATE
The Contractor, or supplier of such materials, shall submit to the City Pavement Management Lab, at
least ninety (90) days prior to the beginning of the sealing operations, samples of the various grades of
aggregate to be used in the reconstruction hot mix and the seal coat operations for gradation testing,
crushed face counts, Flakiness Index tests, and magnesium sulfate tests. The gradation requirements
shall be that as necessary to meet the gradation requirements of Item 6.3 (HMAC Mix Design
Requirements) and Item 12.3 (Aggregate for Single Course and Two Course Seal Coat Maintenance).
The crushed face count, Flakiness Index, and Magnesium Sulfate requirements shall meet those
established in City of Lubbock Standard Paving Specifications, Item number 6.4.
D. CEMENT
Certified mill tests on each car or transport.
E. BASE DENSITY TESTS
The City of Lubbock. MaterialsTestingLaboratory will provide density tests on the caliche base and/or
black base.
12. SUBCONTRACTOR
The Contractor shall not award any work to any subcontractor without prior written approval of the Owner,
which approval will not be given until the Contractor submits to the Owner a written statement concerning
the proposed award to the subcontractor, which statement shall contain such information as the Owner
may require.
The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors,
and of persons either directly or indirectly employed by them, as he is for the acts and omissions of
persons directly employed by him.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to
bind subcontractors to the Contractor by the terms of the General Conditions and other contract
documents insofar as applicable to the work of subcontractors and to give the Contractor the same power
as regard terminating any subcontract that the Owner may exercise over the Contractor under any
provision of the contract documents.
Nothing contained in this contract shall create any contractual relation between any subcontractor and the
Owner and said subcontractor will look exclusively to contractor for any payments due subcontractor.
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that pipelines and other underground installations as may
be shown of the plans have been taken from the best available information. There may be other pipelines
or installations. The Contractor shall save harmless the City from any and all suits or claims resulting from
damage by his operations to any pipeline or underground installation.
It is the Contractor's responsibility, during the period of street construction, to insure that all utility cuts in
the limits of street construction have been properly backfilled, compacted and the top 6" inches backfilled
with 3-sack concrete. It is not the intent to require the Contractor to provide for the utility cut repair but for
the individual utility company making the cut to provide their own repairs.
In the case of a City underground installation, the Contractor may be required, at the Engineer's option, to
repair the cut with 3-sack cement stabilized caliche at the unit price bid.
14. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an
application for partial payment. Owner's Representative shall review said application for partial payment
and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate
for partial payment showing as completely as practical the total value of the work done by the Contractor
up to and including the last day of the preceding month.
15. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy and defects due thereto and pay
for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from
date of final acceptance of the project. The Owner or the Owner's Representative shall give notice of
observed defects with reasonable promptness.
16. LABOR
The Contractor must abide by the Wage and Hour Laws of the State of Texas, or the U.S. Department of
Labor, and must not pay less than the rate legally prescribed or as set forth herein, whichever is higher.
Payment for time worked over forty -hours per week shall be made at one and one-half (1-1/2) times the
above prevailing rates. Payment for time worked on legal holidays shall be paid at one and one-half (1-
1/2) times the regular governing per diem wage rates.
Any laborer, workman or mechanic required or permitted to work in excess of eight (8) hours per calendar
day, under the emergency exceptions to House Bill No. 115 of the 44th Legislature invoked by HCR No.
201 of the 47th Legislature shall be paid on the basis of eight (8) hours constituting a day's work.
SITE WORK MEASUREMENT AND PAYMENT
SITE WORK MEASUREMENT AND PAYMENT
GENERAL
The unit price bid on each item, as stated in the proposals, shall include furnishing all labor,
superintendence, machinery, equipment and materials, except materials specifically specified to be
furnished by the Owner, 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.
1 2 AND 3 ASPHALT APPLIED FOR SINGLE COURSE AND TWO -COURSE PURPOSES
Payment for this unit price bid shall be paid for actual gallons used in the City's Secondary Streets
Maintenance Program. This unit price shall be full compensation for furnishing, sweeping and applying
asphalt as described in Section 14 of the Specifications, and all manipulations, labor, tools equipment and
incidentals to complete the work herein specified.
4 and 5 AGGREGATE FOR SINGLE COURSE AND TWO -COURSE PURPOSES
Payment of this unit price bid shall be made for actual cubic yardage used in the process of single course
and two -course. All crushed gravel shall have a maximum of fifteen percent (15%) loss when tested by the
(4) four cycle Magnesium Sulfate Soundness Test (A.S.T.M. C-88). Final acceptance of the aggregate shall
be made only AFTER the material is in stockpile in the City of Lubbock. This payment being full
compensation for furnishing and placing all materials including spreading, brooming and rolling with
_pneumatic roller and all necessary clean-up labor, tools, equipment and incidentals necessary for the
completion of work as herein specified.
6. PATCHING WITH 3 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
any subgrade that is soft or unstable and including tack coat, 3" of black base and 1-1/2" of type "C" Hot -Mix
including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-1/2" of
Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and
other incidentals necessary to complete the work as herein specified.
7. PATCHING WITH 6 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
any subgrade that is soft or unstable and including tack coat, 6" of black base and 1-1/2" of type "C" Hot -Mix
[ including removal, haul and disposal of materials excavated, hauling, rolling, tamping and placing 1-1/2" of
Hot -Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and
other incidentals necessary to complete the work as herein specified.
8. PATCHING WITH 9 INCHES OF BLACK BASE
Measurements shall be made of the actual area patched, and shall be paid for at the unit price bid per
square yard of patching. This unit price shall be full compensation for removal of asphalt, caliche base and
i any subgrade that is soft or unstable and including tack coat, 9" of black base and 1 1/2" of Type "C" of Hot
Mix surface and all manipulations, labor, tools, equipment, traffic provisions, barricades,flagmen and other
incidentals necessary to complete the work as herein specified.
9. PATCHING WITH 6 INCHES OF 2 SACK CEMENT FLOWABLE FILL STABILIZER
Measurement shall be made of the actual area patched, and shall be paid for at the unit price bid per cubic
yard of two sack cement flowable fill stabilizer. This unit price shall be full compensation for removal of
asphalt, caliche base and any sub -grade that is soft or unstable and including tack coat, six (6") inches two
(2) sack cement flowable fill stabilizer and 1-1/2" of Type "C" Hot -Mix, including removal, haul disposal of
materials excavated, hauling, placing, rolling, tamping and placing 1-1/2" of hot -mix surface and all
manipulations, labor, tools, equipment, traffic provisions, barricades, flagmen and other incidentals
necessary to complete the work as herein specified.
10. PATCHING WITH 1-1/2 INCHES OF HOT -MIX
Measurement shall be made of the actual area and shall be paid for at the unit price bid per square yard.
This unit price shall be full compensation for removal and disposal of the existing surfaces (asphalt), all
sawing, brooming, blading, wetting, and rolling, loading, hauling and wasting all excess excavated material,
removing and disposing of all obstructions noted on the plans or as become necessary, prime coat and tack
coat, and for the furnishing and placing one and one-half inches (1-1/2") of Type "C" hot -mix, including
freight, preparing, hauling and placing all materials, and all manipulations, labor, tools, equipment, and
incidentals necessary to complete the work as herein specified.
11. CURB AND GUTTER
Measurements shall be made of the actual linear feet removed and replaced, and shall be paid for at the
unit price per linear foot. This unit price shall be full compensation for removal and disposal of the existing
curb and gutter, for preparation of the subgrade, and for construction of the new 30" curb and gutter;
including all manipulations, labor, tools, equipment, hauling, placing all materials, expansion joint material,
curing compound, concrete additives, and incidentals necessary to complete the work as herein specified.
12. VALLEY GUTTER
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit
price per square yard. This unit price shall be full compensation for removal and disposal of existing
materials, preparation of the subgrade, and for construction of the new reinforced 8" valley gutter; including
all manipulations, labor, tools, equipment, hauling, placing all materials, joint material, curing compound,
concrete additives, reinforcing materials, and incidentals necessary to complete the work as herein
specified.
13. 4" CONCRETE SIDEWALK AND DRIVEWAY ADJUSTMENT
Measurements shall be made of the actual area removed and replaced, and shall be paid for at the unit
price per square yard. This unit price shall be full compensation for the removal and disposal of existing
materials, preparation of the subgrade, and for construction of the new sidewalk/driveway; including all
manipulations, labor, tools, equipment, hauling, placing all materials, joint material, curing compound,
concrete additives, reinforcing materials, and incidentals necessary to complete the work as herein
specified.
14. ASPHALTIC CONCRETE MILLING
Measurements shall be made of the actual area milled, and shall be paid for at the unit price per square
yard. This unit price shall be full compensation for the milling and removal and stockpiling of the milled
surface. The milled material shall remain the property of the City of Lubbock Street Department. The areas
to be milled and the stockpiles of the milled surface shall be at the direction of the Street Superintendent.
15. HERBICIDE APPLICATION
Measurements shall be made of the actual linear feet sprayed, at the specified width, and shall be paid for
at the unit price per linear foot. This unit price shall be full compensation for the chemicals, spraying, all
labor, equipment, licensing, and insurance. Locations will be as directed by the Street Superintendent.
16. ASPHALTIC CONCRETE CRUSHING
Payment of this unit price bid shall be made for the actual cubic yardage of asphaltic concrete material
crushed and stockpiled from the patching operations. This payment being full compensation for the loading,
hauling, crushing, and stockpiling of the material. The material shall be crushed into particles not more than
1 1/2 inches in size. The crushed asphaltic concrete material shall remain the property of the City of
Lubbock Street Department.