Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 6227 - Contract-Keystone Construction Inc-1999 Residential Street Maintenance Program - 03/11/1999
KU n ::�, � o � .V y 0, CCD ac I o �. cn i O opo CD a, 0 CD � o O tTj L �d O 0 O q trema CD n cn C y O z n C CD Icr y 0- 0 0 0� a [1�1�j, CD �• rye ° x V] CD xa y O n r o CD CD 0 r° CD C a CD t7 CD o P o CDa o �° �° SCD ... a b cD r r= o �' C� ��'� tri ►•,, `< C 0_,,CDCr a CD U3 0 0 0 � a,� p r' acr° O CDCD x � a � 0 a.tTj CDC - c o CD �J o CD C) ; �, ITI p� r ono o '�!• GJ o - N O x' � a p- �U3 a• CD cn C y O z n �C co co m v m z --I rD- -u C) m— n m -� y �. -� w D OzW cn z U) O p� z D z 0 m -o X O M z D P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: ITB #99035, Addendum #1 Office of Purchasing ADDENDUM 0 ITB #99035 1999 Residential Street Maintenance Program February 22, 1999 February 26, 1999 @ 3:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The THD P.B. Grade No. 3 in Bid Item No. 4 (and in other sections of the specifications) is changed to read "TxDOT Grade No. 3". The P.B. refers to a precoated TxDOT specification and the bid item is for an uncoated Grade No. 3 rock. 2. The THD P.B. Grade No. 5 in Bid Item No. 5 (and in other sections of the specifications) is changed to read "TxDOT Grade No. 5". The P.B. refers to a precoated TxDOT specification and the bid item is for an uncoated Grade No. 5 rock. 3. Please submit your bid on the enclosed revised Bid Form. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: OR Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Ldtchie@mail.ci.Iubbock.tx.us THANK YOU, C t hAll i(-'rclaz Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 99035ad1.doc Item Quantities No. & Units 1. (a) 134,487.0 GALS (b) 134,487.0 GALS. (c) 134,487.0 GALS 2. (a) 159,704.0 GALS (b) 159,704.0 GALS (c) 159,704.0 GALS 3. (a) 23,484.0 GALS. (b) 23,484.0 GALS 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 1 Description of Item & Unit Price CRS emulsified, polymerized asphalt +3% latex by volume (2% by weight); for course #1, MATERIALS ONLY; PER GALLON; DOLLARS ($ )& CENTS Application of Item 1(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER GALLON; DOLLARS ($ )& CENTS Total in-place cost for Items 1(a) and 1 (b); PER GALLON; DOLLARS ($ )& CENTS $ CRS emulsified, polymerized asphalt +3% latex by volume (2% by weight); for course #2, MATERIALS ONLY; PER GALLON; DOLLARS ($ )& CENTS Application of Item 2(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER GALLON; DOLLARS ($ )& CENTS Total in-place cost for Items 2(a) and 2(b); PER GALLON; DOLLARS ($ )& CENTS CRS emulsified, polymerized asphalt +3% latex by volume (2% by weight); for Single Course, MATERIALS ONLY; PER GALLON; DOLLARS ($ )& CENTS Application of Item 3(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER GALLON; DOLLARS ($)& CENTS Total Amount 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 2 Item Quantities Description of Item No. & Units & Unit Price 3. (c) 23,484.0 GALS. Total in-place cost for Items 3(a) and 3(b); PER GALLON; DOLLARS ($ )& CENTS 4. (a) 4,670.0 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, MATERIALS ONLY; PER CUBIC YARD; DOLLARS ($ )& CENTS (b) 4,670.0 C.Y. Application of Item 4(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER CUBIC YARD; DOLLARS ($ )& CENTS (c) 4,670.0 C.Y. Total in-place cost for Items 4(a) and 4(b); PER CUBIC YARD; DOLLARS ($ )& CENTS »1 (a) 4,046.0 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, MATERIALS ONLY; PER CUBIC YARD; DOLLARS ($ )& CENTS (b) 4,046.0 C.Y. Application of Item 5(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER CUBIC YARD; DOLLARS ($-----)& CENTS (c) 4,046.0 C.Y. Total in-place cost for Items 5(a) and 5(b); PER CUBIC YARD; Total Amount DOLLARS ($ )& CENTS $ 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 3 Item Quantities Description of Item No. & Units & Unit Price 6. (a) 4,500.0 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; DOLLARS ($ )& CENTS (b) 4,500.0 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; DOLLARS ($ )& CENTS (c) 4,500.0 S.Y. Total in-place cost for Items 6(a) and 6(b); PER SQUARE YARD; DOLLARS ($ )& CENTS $ 7. (a) 2,000.0 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); MATERIALS ONLY; PER SQUARE YARD; DOLLARS ($___--)& CENTS (b) 2,000.0 S.Y. Installation of Item No. 7(a), including all items such as labor, equipment, removal and disposal of asphaltic surface, caliche base, and subgrade (if soft or unstable) to a depth of 7 1/2" and replacing with 6" of Black Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD; DOLLARS ($ )& CENTS (c) 2,000.0 S.Y 8. (a) 100.0 S.Y Total in-place cost for Items 7(a) and 7(b); PER SQUARE YARD; DOLLARS ($ )& CENTS 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; DOLLARS ($ )& CENTS Total Amount 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 4 Item Quantities Description of Item No. & Units & Unit Price ------------------------------------------------------------------------------------------ 8. (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; (c) 9. (a) (b) DOLLARS ($ )& CENTS 100.0 S.Y. Total in-place cost for Items 8(a) and 8(b); PER SQUARE YARD; DOLLARS ($ )& CENTS 500.0 S.Y. Patching with 3 sack cement stabilized caliche; 6" depth, (excavation of 7 1/2", with replacement of 6" 3 sack cement stabilized caliche and 1 1/2" Type C Hot Mix); MATERIALS ONLY; PER SQUARE YARD; DOLLARS ($ )& CENTS 500.0 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 7 1/2" and replacing with 6" of 3 sack cement stabilized base and 1 1/2" Type "C' Hot Mix; PER SQUARE YARD; (c) 500.0 S.Y. 10. (a) 7,500.0 S.Y. (b) 7,500.0 S.Y. DOLLARS ($ )& CENTS Total in-place cost for Items 9(a) and 9(b); PER SQUARE YARD; DOLLARS ($ )& CENTS Patching with 1 1/2" A.C. pavement; with approved crushed stone or approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD; DOLLARS ($ )& CENTS 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; DOLLARS ($ )& CENTS $ Total Amount 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 5 Item Quantities Description of Item No. & Units & Unit Price ------------------------------------------------------------------------------ 10. (c) 7,500.0 S.Y. Total in-place cost for Items 10(a) and 10(b); PER SQUARE YARD; DOLLARS ($ )& CENTS 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; DOLLARS ($ )& 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; DOLLARS ($ )& CENTS (c) 250.0 L.F. Total in-place cost for Items 11(a) and 11(b); PER SQUARE YARD; DOLLARS ($ )& CENTS $ 12. (a) 1,000.0 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; DOLLARS ($ )& CENTS (b) 1,000.0 S.Y. Installation of Item 12(a), including all items such as labor, equipment, removal and disposal of existing valley gutter, subgrade preparation, complete in place, with location as directed by the Engineer; PER SQUARE YARD; DOLLARS ($ )& CENTS (c) 1,000.0 S.Y. Total in-place cost for Items 12(a) and 12(b); PER SQUARE YARD; DOLLARS ($___J& CENTS $ Total Amount 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 6 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; Z DOLLARS ($ )& CENTS 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; (c) 250.0 S.Y. 14. (a) 12,500.0 S.Y. (b) 12,500.0 S.Y. (c) 12,500.0 S.Y DOLLARS ($ )& CENTS Total in-place cost for Items 13(a) and 13(b); PER SQUARE YARD; DOLLARS ($ )& Asphaltic Concrete Milling; milling of existing street surface; MATERIALS ONLY; PER SQUARE YARD; Not Applicable CENTS $ 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; DOLLARS ( )& CENTS Total in-place cost for Items 14(a) and 14(b); PER SQUARE YARD; DOLLARS ( )& CENTS 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 ($ )& CENTS 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 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; DOLLARS ($ )& CENTS (c) 8,000.0 L.F. Total in-place cost for Items 15(a) and 15(b); PER LINEAR FOOT; DOLLARS ($ )& CENTS $ 16. (a) 500.0 C.Y. Asphaltic concrete crushing; crushing of asphaltic material salvaged from patching operations; MATERIALS ONLY; PER CUBIC YARD; DOLLARS ($ )& 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; DOLLARS ($ )& CENTS (c) 500.0 C.Y. Total in-place cost for Items 16(a) and 16(b); PER CUBIC YARD; 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) SIGNATURE DATE 91 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM ADDRESS: LUBBOCK, TEXAS BID NUMBER: 99035 PROJECT NUMBER: 9682.9240 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR UNIT PRICE CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS u NOTICE TO BIDDERS NOTICE TO BIDDERS BID #99035 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 3:00 o'clock p.m. on the 26th day of February, 1999, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "1999 RESIDENTIAL STREET 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 insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 11th day of March. 1999, 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 superior. 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 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre-bid conference on 18th day of February, at 11:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 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 ��� — VICTOR KILMAN PURCHASING MAN GER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164. GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED AND TWENTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. T AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. GUARANTEES 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). 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 the year 2000 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. 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. 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. 10, 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. 11. 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. 12. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 16. 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. 17. 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) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. 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 contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. 18. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract 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. 4 19. 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. 2o. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 21. PREPARATION FOR BID The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 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. 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: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. 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. (j) 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. 23. 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 in regard to 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 City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. BID SUBMITTAL BID SUBMITTAL UNIT PRICE BID CONTRACT PLACE: Lw"bra o DATE: re_ -h I? LJ—a tlq -�1l0 , I CI Ci 9 PROJECT NUMBER: #99035 -1999 RESIDENTIAL STREET MAINTENANCE PROGRAM Bid of KEYSTONE CONSTRUCTION INC. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: IThe Bidder, in compliance with ycur invitation for bids for the construction of a 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 in Exhibit "A". The bidder binds himself cn 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 in Exhibit "A" of this bid. 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 AND 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 $500 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is repuired, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid -bond tom a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars (3 ----I ) or a Bid Bond in the sum of �' a,> -t > Dollars ($ p , which it is agreed shall be collected ind4tained by the Owner as liquidated damages in the even the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with t N tice `o Bicjders. Q,ta Authoriz o i95;Yfiralson, President (Printed or Typec Name) KEYSTONE CONSTRUCTION INC. I(Seal if Bidder is a Corporation) ATTEST VCU Secret ry Irena S. Haralson, Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date ILI Addenda No. Date Addenda No. Date Addenda No. Date Company Address oX 160938 Austin, Tgxas 78716-0938 city, County i A01 :5 State Zip Code Telephone: —Ph• Fax: - 39 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 1 Item Quantities Description of Item Total No. & Units & Unit Price Amount (a) 134,487.0 GALS. CRS emulsified, polymerized asphalt +3% latex by volume (2% by weight); for course #1, MATERIALS ONLY; PER GALLON; N� DOLLARS ($ • 8D ¢ )& E/G CENTS (b) 134,487.0 GALS. Application of Item 1(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER GALLON; ND DOLLARS ($ - 3 7 )& ENTS (c) 134,487.0 GALS. Total in-place cost for Items 1(a) and 1 (b); PER GALLON; 7 q 0 N C DOLLARS ($ I� — )&.tEUF� 7eee' CENTS $ S .3'19 2. (a) 159,704.0 GALS. CRS emulsified, polymerized asphalt +3% latex by volume (2% by weight); for course #2, MATERIALS ONLY; PER GALLON; N0 DOLLARS ($ • gp4 )& G -r4 CENTS (b) 159,704.0 GALS. Application of Item 2(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER GALLON; Al u DOLLARS ($ ' 3% P )&�H/RzvST�iry CENTS (c) 159,704.0 GALS. Total in-place cost for Items 2(a) and 2(b); PER GALLON; 17 �' � O N t DOLLARS ($ /— )&SFVFNifE N CENTS $ S 5-3 3. (a) 23,484.0 GALS. CRS emulsified, polymerized asphalt +3% latex by volume (2% by weight); for Single Course, MATERIALS ONLY; PER GALLON; %V O DOLLARS ($ So )& ,E/ y CENTS (b) 23,484.0 GALS. Application of Item 3(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER GALLON; 0(/0 DOLLARS ($ •37)&JH/R7TFdE�CENTS 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 2 Item Quantities Description of Item Total No. & Units & Unit Price Amount 3. (c) 23,484.0 GALS. Total in-place cost for Items 3(a) and 3(b); PER GALLON; z Q/VE IT DOLLARS ($ 1 )&ENTS $ J 7 '1 7 4. (a) 4,670.0 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, MATERIALS ONLY; PER CUBIC YARD; 60 f/F%ElJ DOLLARS ($ / 5' )& j/X?y CENTS (b) 4,670.0 C.Y. Application of Item 4(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER CUBIC YARD; of f "�N DOLLARS ($ /D )& /V 0 CENTS (c) 4,670.0 C.Y. Total in-place cost for Items 4(a) and 4(b); PER CUBIC YARD; cc UENT FIdF DOLLARS ($ o2S ENTS $ S 5. (a) 4,046.0 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, MATERIALS ONLY; PER CUBIC YARD; b0 FIFTEEN DOLLARS ($ S )& ,S ' CENTS (b) 4,046.0 C.Y. Application of Item 5(a), including all items such as labor, equipment, preparation of existing surface, etc.; PER CUBIC YARD; do TEIV DOLLARS ($ /0 /�i0 CENTS (c) 4,046.0 C.Y. Total in-place cost for Items 5(a) and 5(b); PER CUBIC YARD; % 6_a flrlr!IL Fly� DOLLARS ($ o2 5 )& tS/Z T y CENTS $ .3 -77 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 3 Item Quantities Description of Item Total No. & Units & Unit Price Amount (a) 4,500.0 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; 716 T,eO) DOLLARS ($ �3 )&S�(l�/ /s/� CENTS (b) 4,500.0 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 1/2" and replacing with 3" of Black Base and 1 1/2" Type C Hot Mix; PER SQUARE YARD; %N DOLLARS ($ 0 oa & NC7 CENTS (c) 4,500.0 S.Y. Total in-place cost for Items 6(a) and 6(b); PER SQUARE YARD; 7 6 °; -IUVAl7t/ ff,//LE= DOLLARS ($ 23 )&,SEVEN t1/ 5V CENTS $100,10 (a) 2,000.0 S.Y. Patching with Black Base, 6" depth (excavation of 7 1/2", with replacement of 6" Black Base and 1 1/2" Type C Hot Mix); MATERIALS ONLY; PER SQUARE YARD; 3� /-, 6 q,7r6, &) DOLLARS ($Z0 )& ? Fd K2 CENTS (b) 2,000.0 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; DOLLARS ($ ao �Q )& NO CENTS (c) 2,000.0 S.Y. Total in-place cost for Items 7(a) and 7(b); PER SQUARE YARD; eo fillJE Z F/ r DOLLARS( 8 )& t !/Z CENTS $ 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; as /EZ65A) DOLLARS ($ )& /V U CENTS 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 4 Item Quantities Description of Item Total No. & Units & Unit Price Amount (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; 42E DOLLARS ($��S _ )& /UO CENTS (c) 100.0 S.Y. Total in-place cost for Items 8(a) and 8(b); PER SQUARE YARD; oa Do -11-1112 DOLLARS ($ -30 )& IVO CENTS $ S (a) 500.0 S.Y. Patching with 3 sack cement stabilized caliche; 6" depth, (excavation of 7 1/2", with replacement of 6" 3 sack cement stabilized caliche and 1 1/2" Type C Hot Mix); MATERIALS ONLY; PER SQUARE YARD; 60 me_ DOLLARS ($ & •F/6,1e-ry CENTS (b) 500.0 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 7 1/2" and replacing with 6" of 3 sack cement stabilized base and 1 1/2" Type "C" Hot Mix; PER SQUARE YARD; ao DOLLARS ($_S )& X0 CENTS (c) 500.0 S.Y. Total in-place cost for Items 9(a) and 9(b); PER SQUARE YARD; TEN DOLLARS ($ O )& E/6h` i j1 CENTS $ 10. (a) 7,500.0 S.Y. Patching with 1 1/2" A.C. pavement; with approved crushed stone or approved crushed gravel; MATERIALS ONLY; PER SQUARE YARD; ? yo tf �2c F DOLLARS ($ �J — )& D /? z CENTS (b) 7,500.0 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; _ Ow / uj oDOLLARS ($ )& /U CENTS 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 5 Item Quantities Description of Item Total No. & Units & Unit Price Amount 10. (c) 7,500.0 S.Y. Total in-place cost for Items 10(a) and 10(b); PER SQUARE YARD; Lt /(fir DOLLARS ($ &LO T CENTS $ Dv 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; Do C/U DOLLARS ($ /Q )& NO CENTS T (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; po SL—UEIJ DOLLARS ($& NO CENTS (c) 250.0 L.F. Total in-place cost for Items 11(a) and 11(b); PER SQUARE YARD; Vz ^� o_o `5eyelymEAJ DOLLARS ($ / )& NO CENTS $ 2� 12. (a) 1,000.0 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; a, .7'0)EA) DOLLARS ($ )0 )& Q CENTS (b) 1,000.0 S.Y. Installation of Item 12(a), including all items such as labor, equipment, removal and disposal of existing valley gutter, subgrade preparation, complete in place, with location as directed by the Engineer; PER SQUARE YARD; 00 A/pliE %G E,,J DOLLARS ($ �/ 9 )& AJ O CENTS (c) 1,000.0 S.Y. Total in-place cost for Items 12(a) and 12(b); PER SQUARE YARD; o a %H/R ry NDN F DOLLARS ($ J / )& /y CENTS $ 1999 RESIDENTIAL STREET MAINTENANCE PROGRAM BID PROPOSAL BID FOR UNIT PRICE CONTRACTS EXHIBIT A, PAGE 6 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; 2s �6tJ� DOLLARS ($.2 �& At. dc>CENTS (b) 250.0 S.Y. Installation of Item 13(a), including all items such as labor, equipment, removal and disposal of existing sidewalk and/or driveway, subgrade preparation, complete in place, with location as directed by the Engineer; PER SQUARE YARD; 00 w)� tj15 DOLLARS ($_j_LJ& /Uy CENTS (c) 250.0 S.Y. Total in-place cost for Items 13(a) and 13(b); PER SQUARE YARD; r DOLLARS ($ & -tbu t r/✓9 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; DOLLARS c/ s )& ' r CENTS S-0 $ 7 /� (c) 12,500.0 S.Y. Total in-place cost for Items 14(a) and 14(b); PER SQUARE YARD; DD O _DOLLARS ( � soCENTS $ SD 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; AJ 0 DOLLARS ($ /0 V )& .2�F/✓ CENTS 1999 MAINTENANCE PROGRAM LBID Total ;n -place cost for Items 15(a) and 15(b); PER LINEAR FOOT; PROPOSAL — RESIDENTIAL CONTRACT ao BID OF UNIT PRICE CONTRACTS LEXHIBIT A, PAGE 7 Item Quantities Description of Item Total LNo. & Units & Unit Price • Amount IV DOLLARS ($ )& CENTS 15. I - (b) 500.0 C.Y. (b) 8,000.0 L.F. Perfcrmance of Item No. 15(a), including all items such as labor, equipment, removal, and crushing of asphaltic material, with locations as directed by the Engineer, PER CUBIC YARD; licensing, and insurance, with locations as kirected by the Engineer; PER /r/Ur DOLLARS ($ S )&CENTS LINER FOOT; LAt DOLLARS ($ /O f )& 1EAj CENTS (c) 8,000.0 L.F. Total ;n -place cost for Items 15(a) and 15(b); PER LINEAR FOOT; ao %VO DOLLARS ($__,2 & WG"V CENTS $ 16. (a) 500.0 C.Y. Asphaitic concrete crushing; crushing of asphaltic material salvaged from patching operations; MATERIALS ONLY; PER CUBIC YARD; IV DOLLARS ($ )& CENTS U I - (b) 500.0 C.Y. Performance of Item No. 16(a), including all items such as labor, equipment, Li removal, and crushing of asphaltic material, with locations as directed by the Engineer, PER CUBIC YARD; f -o I /r/Ur DOLLARS ($ S )&CENTS 11 (c) 500.0 C.Y. Total in-place cost for Items 16(a) and 16(b); PER CUBIC YARD; pb r� © r U� DOLLARS ($ c� )& IE CENTS $ UTotal for Items 1(a) through 16(a) MATERIALS ONLY $ S'/( 9Z2 Z_1 Total for Items 1(b) through 16(b) LABOR, EQUIPMENT, ETC $ 333 2 f 9 U c:;, 9 3S Total for Items 1(c) through 16(c) $ Q z/ U 2, wva-"� SIGNATUREJos 0. Heralson, President ' . e7 LiE Li J r r LIST OF SUBCONTRACTORS rMinority Owned Yes No 2. ❑ n 3. ❑ - 4. 5. ❑ 6. ❑ 7. ❑ - g. ❑ 9. 10. ❑ n n n f r r r r n n CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) 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. ()w ".,U -J� � Cont ctor (Signature) jog 0. Heralson, President Contractor (Print) CONTRACTOR'S NAME: KEYSTONE CONSMIICTIONINC. (Print or Type ) CONTRACTOR'S ADDRESS: o n Rex 16004R Austin, Texas 76716-0938 Name of Agent/Broker: ,,QQQ/j, ,,() � • DD Address of Agent/Broker: City/State/Zip: 7 Agent/Broker Telephone Number: n Date: n n il i 1 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 #99035 -1999 RESIDENTIAL STREET MAINTENANCE PROGRAM KEYSTONE CONSTRUCTION INC. P.O. BOX 160938 AUSTIN, TEXAS 79716-0938 512-288-6437 FAX: 512-288-6439 CORPORATE RESOLUTION I I hereby certify that it was RESOLVED by a quorum of the directors of Keystone Construction Inc. meeting on the 4th day of December, 1998 ,that Joe D. Haralson, President be and hereby is, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said Keystone Construction Inc., and that the above resolution has not been rescinded or amended and is now in full force and effect; and in authentication of the adoption of this resolution, I subscribed my name and affix the seal of the corporation this �Y`day 99. u j Irene S. Haralson, Secretary ( Seal ) The D FIDELITY AND DEPOSIT COMPANY OF MARYLAND ° COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Companies HOME OFFICES: P.O. BOX 1227 BALTIMORE, MD 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we. ____.KEYSTONE_ CONSTRUCTION, INC. (Here insert the name and address or legal title of the Contractor) as Principal, (hereinafter called the "Principal"), COLONIAL AMERICAN CASUALTY AND SURETY COMPalttmore, Maryland, a corporation duly organized --------------------------------------------------______—_–___–_________-__–____, (Here insert the name of the Surety) under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are held and firmly bound unto THE CITY OF LUBBOCK, TEXAS (Here insert the name and address or legal title of the Owner) Obligee, (hereinafter called the "Obligee"), in the sum of__FIVE PERCENT OF THE GREATEST AMOUNT BID --------- _--Dollars ($------- 5%--- =71 for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for -----PROJECT No. 9682.9240 -------- 19S9 1SS9 RESIDENTIAL STREET MAINTENANCE PROGRAM BID No. 99035 NOW, THEREFORE, 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 into 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 vcid, otherwise to remain in full force and effect. Signed and sealed this______ 2 6 t hr _ of__ F E B R U A R Y A.D. , 19qL ' KEYSTONE CONSTRUCTION INC. -(SEAL) Principal - ------ - - - -- - - --- --- -- -- ------ -- /I Witness J C. HARALSON, PRESIDEN771le 0 FIDELITY AND DEPOSIT CO ANY OF MA LAND tZ COLONIAL AMERICAN C S ALTY AND R TY COMPANY Surety ---V----- ----------- ---'--�---------------------------------------------- By- - — ------!S -- _- --- -- - ----------------------(SEAL) Witness HOWARD COWAN 711le ATTORNEY–IN–FACT C325hir\1 i1K1 II 41 275077 f �inl�irm, "I Owumenl A.110. i \nmai, 1'170 117i1i . z r•. OZ AO dIVHRH ILIO 'ON The FIDELITY AND DEPOSIT COMPANY OF MARYLAND 0 COLONIAL AMERICAN CASUALTY AND SURETY COMPANY t=ompantes HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint Howard Cowan and Kevin J. Dunn, both of Lubbock, Texas, EACH ............. .... ... ... . .. .................. e rue and lawtulagent and Attorney -in -Fact of each, to make, e, seal an er, for, and on its behalf as surety, and as its act and deed: any and all bonds and unde ngs.. PT bonds on behalf of Independent Executors, Community Survi„ _ and pity Guardians.......... And Me execution ot s or undertakings in purs these pr " shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had my exec�d acknowledged by the regularly elected officers of the respective Companies at their offices in Baltim d., in the'proper persons. This power of attorney revokes that issued on behalf o,�ard -W etal, dated February 18, 1991. O �� IN WITNESS WHEREOF, the said Vice -Pr o end' and A#N1 ecretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDEL EPOSIT OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY this_ ---_------—day A.D. 19-9—Z ATTEST: FIDS AND DEPOSIT COMPANY OF MAR D ' — 0 - I: ----- By -- — - -T-- AssiS(q _ ecretary Vice -President COLONIAL AMERICAN CASUALTY AND SURETY C MP !! EALly9 BY -------- — -/ Assistant Secretary Vice -Presiders STATE OF MARYLAND I CITY OF BALTIMORE 1 SS: On this 1st day of January , A. D. 1992 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY )WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City sfjjgtgj� day d first abo a n. — No,-7,ftib,�04arotJ. Fader ry+•�1e + My commission expires ---- August _1 .4p�` C+t+ CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate. and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN E_ $SIMONY AREGF. �I �have hereunto subscribedmyname and affixed the corporate seals of the said Companies, this --------------- ------------------- -- - ----- -- 168-5048 Assistant Secretary EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Commmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaldng, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice - Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaldngs, rec agnizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." r f PAYMENT BOND BOND CHECK BEST RATING LICENSE f TEXAS DATE y BOND NO_ 08097748 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that KEYSTONE CONSTRUCTION, (hereinafter called the Principal(s), as INC. Principal(s), and COLONIAL AMEJ1ICANASU (hereinafter called the Surety(s as SuretASD, EIGHTY and S firmlyboundunto the City of Lubbock (hereinafter called the Obligee), in the amount of EIGG loilars ($ 880.971.32 lawful money of the United States for the paym o , WM MiMnMR—UrTj 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 11TH day of MARCH ,19 99 to BID #99035 - 1999 RESIDENTIAL 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 pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 22ND day of MARCH '1999 . COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KEYSTONE CONSTRUCTION, INC. Surety Principal *By; HOWARD COWAN (Ti ATTORNEY-IN-FACT Joe D. Haralson, President By: (Title) By: (Title) iYn i The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby lesignates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered .end on whom service of process may be had in matters arising out of such suretyship. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 1-1 Surety By: le) HOWARD COWAN ,pproved as to form: ATTORNEY-IN-FACT City of Lubbock y: Cify Attorney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing at 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. 1:T'i i4 i S a "� . '• �• '..�f ��i, r�i izy`y � ���� �` � :�oTi�..''ii ''�. _ :� IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or 'the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document.. The FIDELITY AND DEPOSIT COMPANY OF MARYLAND e D COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute and appoint, UU ward- CMand Kevin J. Dunn, .. both of Lubbock, Texas, EACH ................. CM me true ana tawtut agent and Attorney -in -Fact of each, to make, ex seal and , for, and on its behalf as surety, and as its act and deed: any and all bonds and undert S. bonds on behalf of Independent Executors, Community Su: nd Co ty Guardians......:.... 7WMe execution o suchbonds or undertakings in pursuan Nese prese a be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had bee executed cknowledged by the regularly elected officers of the respective Companies at their offices in BaltimorePrd m their oproper persons. This power of attorney revokes that issued on behalf of Co%Vetal, dated February 18, 1991. IN WITNESS WHEREOF, the said Vice-Presi d Assis taries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY IT Co OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY this 1st ° day of Januar A.D. 19-22 ATTEST: FID AND DEPOSIT COMPANY OF MAR i� By — Fus Assistant clary ice -President COLONIAL AMERICAN CASUALTY AND SURETY C SEAL_ By Assistant Secretary Kce-Preside STATE OF MARYLAND CrrY OF BALTIMORE , SS' On this 1 St day of January , A.D. 1992 , before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City da tab en. MoI No Carol J. Fader My commission expires_ August 1- 1992 CERTIFICATE I, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of December, 1991. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Com- pany with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22ND day of MARCH 1999. 168-5048 , Assistant Secretary PERFORMANCE BOND BOND CHECK BEST RATING LICENSE ! TEXAS DATE '/ BY BOND NO. 08097748 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KEYSTONE CONSTRUCTION, KNOW ALL MEN BY THESE PRESENTS. that (hereinafter called the Principal(s), as Principal(s), and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY hereinafter called the Surettvv((ss1�� s he�dqn� fi� I� bo d'',,��ddnto the City of Lubbock (hereinafter called the ( ETC"Fi'. I�KEIY' I H'IY IOUSAND ��'Kilars (S 880 , 971.33 lawful money of the Obligee), in the amount ofnd x. United States for the paymen reo sand severalply, firmly by these presents.v�� and their heirs, administrators, executors, successors and assigns, lo�ntly WHEREAS, the Principal has entered4 99035 certain 999written�IDENTIAL MAINcontract with the OTENANCEaPROGRAM day of MARCH . 1 9� �, to BID I and said principal under the law is required before commencing the made provided reof r in saidas fully tracnd to the same extentto execute a d in the amount of said contract which contract is hereby referred to and a part he M if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH. that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 22ND day of MARCH , 19 99 COLONIAL AMERICAN CASUALTY KEYSTONE CONSTRUCTION, INC. ND SURETY MPANY Prin pal Surety • By: sy� (Titl (Title) HOWARD COWAN p, Haralson; Presiden-L ATTORNEY-IN-FACT By: (Title) By: (Title) �. t The undersigned surety company represents that it is duly designatesHOWARD COWAN an agent resident in Lubbock Count to whom an whom service of process may be had In matters arising out of such suretyship.ito do business in Teras, and hereby County Y requisite notices may bG delivered and on Approved as to Form City of Lubbock By: ,rf,G.,` / t City Attorr rey COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Surety 'By- e) HOWARD COWAN ATTORNEY—IN—FACT ' Note: If signed by an officer of the Surety Company, there must be on file a certified extract from ther by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in ract, we must have co of ow attomey for our files. n PY power of 9 r CERTIFICATE OF INSURANCE 1. PRODUCER TEXAS ASSOCIATES INSURANCE 1114 LOST CREEK BLVD SUITE 400 AUSTIN, TX 78746 RS I INSURED Keystone Construction Inc P.O. Box 160938 Austin, Tx 78716-0938 03/30/99 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. COMPANIES AFFORDING COVERAGE COMPANY A MARYLAND INSURANCE COMPANY COMPANY B COMPANY C COMPANY D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ICO LTR I TYPE OF INSURANCEI POLICY NUMBER I POLICY MMFDDNY) I ECTIVE PDATE (MM/DD/YY)N I LIMITS PROPERTY DAMAGE Is GENERAL LIABILITY AUTO ONLY - EA ACCIDENT $ GENERAL AGGREGATE $ L U U U U U A X COMMERCIAL GENERAL LIABILITY EPA 18 9 2 013 3 03/29/99 03/29/00 PRODUCTS - COMP/OP AGG $ 10 0 0 0 0 03/29/99 CLAIMS MADE T OCCUR EACH OCCURRENCE $ 5000000 AGGREGATE $ 5 0 0 0 0 0 Retained $ 1000 A PERSONAL & ADV INJURY $ 10 0 0 0 O TC685873645 . i 03/29/99 OWNER'S & CONTRACTOR'S PROT WC STATU- I OTH- TORY LIMITS ER EL EACH ACCIDENT $ l O O O O O EL DISEASE - POLICY LIMIT $ 100000C. EACH OCCURRENCE $ 10 0 0 0 O X BLKT ADD' L INS FIRE DAMAGE (Any one fire) $ 5 0 0 0 & WAIVERS MED EXP (Any one person) $ 5000 AUTOMOBILE LIABILITY A ANY AUTO WAA32815079 03/29/99 03/29/00 COMBINED SINGLE LIMIT $ 100000 X ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY [(Per X NON -OWNED AUTOS accident) $ PROPERTY DAMAGE Is DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CITY OF LUBBOCK IS NAMED AS ADDITIONAL INSURED ON GENERAL LIABILITY AND AUTO WITH A WAIVER OF SUBROGATION IN THEIR FAVOR ON GENERAL LIABILITY, AUTO AND WORKERS' COMPENSATION. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF LUBBOCK 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, DONNA LUNA BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P 0 BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. LUBBOCK, TX 79457 AUTHORIZED REPRESENTATIVE 1 ._._ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ AX EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM UBA8 2 5 2 815 0 03/29/99 03/29/00 EACH OCCURRENCE $ 5000000 AGGREGATE $ 5 0 0 0 0 0 Retained $ 1000 A WORKERS COMPENSATION AND THE PR EMPLOYERS' LIABILITY THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE OFFICERS ARE: X EXCL TC685873645 . i 03/29/99 03/29/00 WC STATU- I OTH- TORY LIMITS ER EL EACH ACCIDENT $ l O O O O O EL DISEASE - POLICY LIMIT $ 100000C. EL DISEASE - EA EMPLOYEE $ 10 0 0 0 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CITY OF LUBBOCK IS NAMED AS ADDITIONAL INSURED ON GENERAL LIABILITY AND AUTO WITH A WAIVER OF SUBROGATION IN THEIR FAVOR ON GENERAL LIABILITY, AUTO AND WORKERS' COMPENSATION. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF LUBBOCK 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, DONNA LUNA BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P 0 BOX 2000 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. LUBBOCK, TX 79457 AUTHORIZED REPRESENTATIVE 1 ._._ CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; ✓ (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; V (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; V (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to / report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. r r CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 11th day of March. 1999 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 Keystone Construction, Inc. of the City of Austin. County of Travis and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #99035 -1999 RESIDENTIAL STREET MAINTENANCE PROGRAM - $880,971.35 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. IF1 APPROVED,AS TO CONTENT: APPROVED AS TO FORM: .. City Attorney ATTEST: CorZz4z' Secretary r Irene S. Haralsong Secretary W CONTRACTOR: KEYSTONE CONS RUCTION, INC. By: lL( PRINTED NAME: Joell3e Heralsong Presiden$ TITLE: COMPLETE ADDRESS: Keystone Construction, Inc. P. O. Box 160938 Austin, Texas 78716-0938 r GENERAL CONDITIONS OF THE AGREEMENT c r GENERAL CONDITIONS OF THE AGREEMENT 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 KEYSTONE CONSTRUCTION, INC. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative 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. ���1 ZKd►1t�:7_Ti�tiP The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12, RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15, SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21, OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any 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 notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative prior to the commencement 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 prior to 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. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 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 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 B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $0.00 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 nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% 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 $0.00 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. 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 8 provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 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. 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: 9 (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 (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 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. 10 (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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 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 coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i) -(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 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 contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 13 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, 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 (FIVE HUNDRED DOLLARS) 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 and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 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 shall be for the actual amount of work done and materials furnished on the project. 15 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, 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. 16 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which 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. 17 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 18 In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which 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 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. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 19 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the 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 (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 CURRENT WAGE DETERMINATIONS Resolution No. 6138 Item No. 23 December 16, 1998 RESOLUTION WHEREAS, the City Council of the City of Lubbock has heretofore established the general prevailing rate of per diem wages on public works projects in Lubbock as required by Section 2258.022 of the Government Code; and WHEREAS, such wage rates were established by Resolution No. 5121, enacted on March 14, 1996; and WHEREAS, said schedule of per diem wage rates requires a clarification with regard to Exhibit D; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in Resolution No. 5121 enacted on March 14, 1996, except that Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled "Legal Holiday Rate" and shall read as follows: "The rate for legal holidays shall be as required by the Fair Labor Standards Act." Passed by the City Council this 16th day a ATTa�, ST: K ythie amell, City Secretary APPROVED AS O CONTENT: Mary And ws, Director of Human Resources APPROVED AS TO FORM: G. Vandiver, First Assistant City Attorney DGV:/ccdocs/wagerate.res December 7, 1998 Resolucion N,--. 51_11 March 14, 1996 Item #19 WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted Februar% 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated bN Resolution No. 2502 enacted January 8. 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall as set forth in the following named exhibits. which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wales in all localities where public works are undertaken on behalf of the City of Lubbock an such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 14th ATTEST: n Betty M. J on, City Secretary APPROVED AS TO CONTENT: I Mary And ws, Managin- Director of Human Resources APPROVED AS TO FORM: a old Willard. Assistant City Attorney it I; Hw:da/ccdocs/pubworks.res j! February 14. 1996 2 .�:1i: y�I:1 City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor Installer 8.50 Glazier 8.00 Insulator-Piping/Boiler 9.00 Insulator -Helper 5.50 Iron Worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Payer 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8'00 Roofer -Helper 5.50 Sheet Metal Worker 8'75 Sheet Metal Worker -Helper 5.50 Welder -Certified 10.00 1:11: Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer -General 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechamc-Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7'00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Equipment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator .50 Roller 6 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 1:11: Prevailing Wage Rates Overtime Rate The rate for overtime ('in excess of forty hours per week) is 1 1/2 times base rate. Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. SPECIFICATIONS �r } a0 O M W N Ln M W W Ln 0 N 0 M N Ln N V N M N co Lo N ; V' N C..) M Ln 0 w o o O o 0 o O O o 0 o O o O o 0 0 N N N N N N N N N N N N N N N N N r r r r r r r r r r r r r r r r r U } U M O w F- V ao m oo V V• 00 [1- Un v 00 co to � a) — ti J J Q M M 00 co M N — N I- t` ti ti M M (D (D N (D (D Il- a) (D O M O Ln M a) 0o I- I- 00 O O O Q (' r r �- r r i V' CL U) w Q (D M (D M (D M (D M (D M (D M (o M (D M (D Cl) co Cl) (D co (D M (D M (D M (D co (D Cl) (D Cl) O O O O O O O O O O O O O O O O O Q Il- N O a) Ln CO I� O LLQ LO a) MLO M V- N M V' (D (D (D (D f- — a) Ln I- V' (D N O O Q LLj O (D `7 co a) 00 — 00 f- a) 00 a) V r- O i a) Q' X Q' V' M N N -- M N N N N N M 00 N Q M Z O J = U ~ ' Q M C a) N V N N M a) M a) N W N N M a) N M co a) N N M a) N a) N a) N M M a) N a) N F - z W D c OL[) Ln Ur OLn (p (D O O O It N V' O Ln O Ln V' V (J W W j(D C w N (D (Y)Ln v a) a) Ln (D N fes- Ln Ln 00 1l- LO (D 1- M LO Ca M N I- (D M Ln L() 00 Q O 0L w J ' U) c 2 J U O Q _ a� 0) Oz 'm m 0 LU Lo cn y Q LU W U C14 r- m w f O O (D O O O O yU jU) jz Q U) (1) O O Z Z O Z U) 7 > W7 O O co U) O O t- O . Cl Z ) ) J J s J J m a) U) O UO) UO) UL U0) UO ) Q F- U U ¢ Q U U z U) i U) o U U U > U U Q) C CF) U) a) a) r U) clJ rn c w U) a m a u) L m 0 0 r- L C4 (oD 00 w o c c 0 c c Nw (O co C W OO O O c ° J J LL co U) co > > > U) z > z z > z w U) U) > N N c > > > O Q Q 'v Q > > W Q Q Q 00 0o Q m Q > > O a°i O) a' N c a c E 0) C CU F- (n (o m 0) c 0 0 O O O O L w a U) Q Q m m m m w -, r } >- ti 0o m cD N Lo Lo Lo m 0 CD CD (D 0 Lo 0 m w w w O } In r In r M N V N O r M r r N O N r �••' (D I` �" O r II II U w !n in i N II !n � W c%) d I I !n *k !n m t t m O W O O O O O O O O O O O O O O 00 N N N N N N N N N N N N CO (o ti r r r r r r r r r r r r r r r r r V•r U) (O (D LO L() LO LI) r r Ln LO U) 0 >: U M 0 w U) ti O r N M LO It (D ti r i II ti J J Q O O LO O O O qt O M c0 N co N O O N O It (D N M I1- N O i i II r r r O II i II CL U) W Q (o M (D M (D M (D M O M co M (D M (D M CD M (o M (D M Co M O O O O O O O O O O O O Q N U') O N M O N O N r (o 00 O h M N t 00 I- M M 00 qt O 00 II ! 04 C O O 00 cc M N Ln M M I- O N I I X Q r r N N N N N M r N N (D 11 N Z N ' II O U 0 Cl) M M O O O O O O Lc) O O CA Q Cl) M N N N N N N N N N N H > Z LU c o = ~ F- to > o LO O 00 O O ti O N O qt N M O N O CD (D O O LO co Ln O M J W W � W LO qt c0 c0 co CD I- m v r LO (o Q ~O Of W J F - U) Q Q U o 3 > > > m O z Q Q rn of 0 m CD o 'm a) a d CL (n Ln C= c Q Y U C� O` � Z O O 0) i) v cu (n cu U) co (n cu in m c cu .� 0 N cu z cn m o 0 0 0 0 0 w Ua + . .- 0 o z O U O A >, CD 0 0 0 0 0 0 0 cn 0 0 Q O F- Q Q > () U U U U U U U U m c_ CA (q CA O O r > Q N N N N > 'D CU > > Q Q Q Q '2< Q d N (6 ? O O U U m O cc y c Y > Q -14 N o O U U U U LL }° d w >1J U U 0 O ii W W J W w W W w > > J I Q w W W W W > O w !n in !n !n W c%) d !n !n !n !n m t t m s s in c Lin ) L (0 O O 00 0) O O r N r r I— I- O (n r r CO (o ti t` a0 O Cn CA F- U) (O (D LO L() LO LI) LO LO Ln LO U) 0 It Ln 14, O 'V M N M N LO Co (1) U) 7 O U N c O U) J Q 1= z w 0 w J f--' O H N } 00 00 (O 00 00 M M 00 00 f- r- I tt U L ' O m F- -0 wo 0 0 0 0 0 0 0 0 0 0 0 a Q a a a N N N N N N N N N N N F- r 77 s- 77 77 7 � LO 0 0 } 00 r O O O O i N C) M ' C7 W �- O O O O O O O O O O O rn rn rn rn rn rn rn rn rn rn (n U) 00 "T r- (f) I- r- LO (O 00 [t (O LO U') (O LO (D O f- 00 O N (n (I) II (O J CA LO O (O r In N 00 O U') O N 00 I- N 00 O Ln I` Cl) 00 MI N N jj 14'J a N M M M N N M M N CO �- cf U7 M M M M N M N M ; N O O 0 � M M II I- _ I I U) W Q F- N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 00 X M M O O M M O O M M O6 M M O O M M O O M M O O M M O O M M O O M M O O M M O O M M O O N J J N O ti ti N O 0 r- 0) 00 N (0 U Q M (D � M CO M O 00 (p c o LLJ CA CA CO O O M O W 00 00 I O M M 0. 1- V- r O F- Q O 33 U 0 .0 J to 0 N N N N M N N N N N Q_ M M N M M M M co co co co w w .. Z w U) U) F= J U) U)z O- a) O N co Q— U U 0 000 (N0 O 000 (0 1V i W w ui N N N N N v N N N N O > > J co N g U) (D C� L Q M 0 0) U F- OZui m a U) N U U) CO L11 7 0 C U) :s W 0 U U) � It U) U)(%� U) Z V -0 _ U) O C _ Q7 w Cl) '2U) 0 m 0 z `- N 000 a) a) D7 U U) co U) (O CA ZLij W J Q U) > Q > U) Q > > > Z Z O rn U °) a)O d � a C U) 0) U) '0 U) N L U) U O t_ 0 0 M O L 00 @ O (A .0 t d 0 CA @ •- rn rn N rn °) w O J >� N J J C J J W U- � Z Q � U � U Cl) N N > > m F- -0 wo > > > > > > > m m U) a a Q a a a a a a m m F: C/) � (n � LO 0 I0 O m a W W CO > m s Y w Q (D W 0o tr) O O r- It r` 00 0o 0o i r9 >:0o T T T to IT 10- ; O U 0 T LO ' OLLI O 0 O 0 0 0 O O O 0 O N N N N N N N N N N N T T T T T T T T T T T T T T T T T T T UT T T 0 O O r- N O O O N O O O i T }; U r M ' C7 W F- O 0 O O O O 0 O 0 O 0 rn T rn T rn T rn T rn T rn T rn T rn T rn T rn T rn T T(D T(D 00 00 T(D 00 OT 00 Or- O r- T(D N ;r 11 CD J O V O V' 0 qt eM 't O qq' (D T It to v (D O to O LO 0) It i (D N 00 J Q N Cl) N M N N (D r- N M N M to (D (D r- M M M c7 N M; O 00 II 00 (J I I 0 0 _ I I CL U W Qi— N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 00 N 0p N 00 X MM O6 MM O O MM O O MM O O MM O6 MM O O MM 0 0 MM O O MM O O (1) V) O O6 MM O N J J O O d O O O V' O O O O LO U T O T O In (D � O T O M 00 T � O O M O Cl) T i O c o O O (D L f M M Q T T T i N T Z 3 3 O U o,o J •@ to N N N N N N O N N N N Q = f7 M M M Mm T co co M co Z W W W U U U U LO V) Ln LO M 0) L U U U Z 000 .N-- CD CDD Q Lu LU N N T LO N N 00LU N N N O W J > > F - g U) (D 0 o Q Ch U U N m W co 4 ao cncn W W0 U •- U t .- (n w Z U (� U) U U Co0 3 (Q a Z N L N « C CD T U y C � o W rn a) a) co am CDm Zd J J J J J W W U J J O- Z Z Z Z Z U Z Z > Q of Z Z O 0) U °) a)O T U U co UC v _ U U w U U) C L .0 N O rt-. rC t CN 00 //O���� O O aN 00 Q) //O���� /O/���� W W J J J C7 0 J 0 J J 0 LL. U U U U) > > (n > U U) > I0 O m a W W CO > m s Y w Q (D W > Q ii N > '2 O z N > O o _ > Q > Q Q C '2 C 72 c C m ca U to to IT 10- 0 } > M 0 OD N 00 0 (l) 00 rn O i co > m C m Y > N Y U CD X c Y > N X c Y > 4) X c Y N Q N J N N Q Q cu f0 U U J J H L U) v v v (n (n v v v ' to Ln 0 O w o o O o O O Cl o o O o N N N N N N N N N N N r r t7 r r r r r .-- r r O M O O (D O O O N N i N N r r r N N In U M C7 W 0 o O o rn rn rn rn rn rn rn rn rn rn rn (n 0) (D (D r 00 r (D I- CO) t} O (D 00 M O M r (n (D - O tt J � r- O N r- r- 0) qt 0I -T O I• O O r- 00 00 It V O 'a• — (D II t - J Q (D r- 0 (0 N M qT (f) N M (n r- 0 (D N M M IT M d• 0 M II 00 (j '-t 0 II O _ I I D.. (n W Q F- N 00 N 00 N 00 N 00 N Co N 00 N 00 N 00 N 00 N 00 N 00 X M M O O M M O O M M 00 M M O O M M 00 M M 00 M M O O M M O O M M O Cl Cl? M 00 M M 00 N F- JJ �t O O � M N M � — L() 00 N O M M 00 r- s- d7 N 't O to 00 0) fl- O O (D 00 O c o O O �- M M lY N •- — � .- •- I. i tt �- Q i Z 3 3 O U o H .o J N N C) N (D 00 N N N N 00 N N N Q 7 M M M M M M co wW Z = W O 0) V) O N m O O j U U 000 LV) (Uf) f - wf w 0 �- 0o N N 0 0o Nm M O > J ~ > c` LL Q M 0) 0 c7 F- w ' no N 0 U U U).. s U) Z U O O o .- L (n fn w .- O L (n (n Z N U)C) L 5) L O lqtM a7 C (N N y 'O 6i O -0 r `- N (`) w r M M FW- Z U) m J J J W W V J J 0 Z Z Z j j Z Z Q U Z Z O rn U °)O rn U) U) _ U U _ .. U) "2 O O O N 07 O O N � N V r @ O M N M of (9 J J C9 J 0 (.7 J C� J J LL i Z to i co i i v) i c) to > > > LL m cu a LU F- (n 07 C m Y N C W Y > m C m Y > N Y > N Y CD X c Y > N X c Y > 4) X c Y N Q N J N N Q Q cu f0 U U J J H U) v v v (n (n v v v cn to Ln 0 >:00 O O OO 00 00 (D LO I- N v i O U LO O� o O o O O O o O O O O N N N N N N N N N N N F- O} 00 N O N O MLO to i t` (Y N N N r U M LLI O O O O O O O O O O O 0) r Q) r O �-- O) •-- O r O r O) r O .-- O �- O r O) r I- N O LO 00 LO M O M O Co qt O OO (f) M N ct rt O 00 O j j O J OO q'00 MN O(n O(n ami N V' (D fl- U) fl- V* CN M(D NN II V -i M M N N (M 't M M M M N M (D I` (n (O (D V) N C II N = I I a 00 00 coQ F- M M M MMM M M M M MM M M M MMM M M M X O O 00 00 O O O O O O 00 O O O O O O 00 x - 15F O O - co O O N 00 (D (n O O U -� --I Q (D O) In II s- 0) 't On Cl) 0) qt O) I- I- M Cl 00 CV) N V i N g c c L j j i �- (r) M w Q r 1- r (V V- i M 3 3 OZ U o .a F= - J N N (D N N N N N 00 N OO 00 Q M N ce) M MCV) Cl. - Z W W W 0 0 w W 0 O O It (D (D N 00 O N O O J U5U (� Z ti CD V (D (D (D I' 00 O O — Q W N N N N N N (n 00 l!) (D N F-- -0 0 ( X QU) Cf) LO Z O m o W � N CL 0 N L W W3 O V L U) U) .r Z U tY z U_0 U) U) o in U) o = o Q N L « Z L I` O L U) 'a 0 LO O O C) N W M M 0) / �` O Z O J J D J J J 0 J N Q Z Z U Z Z > > Z U Z O rn U °) O rn _ U Cl) U) CD L U) (n U) L (D C M O (a) co a) 0) 0) a` LL U) > Z U) U) U) > (1) > U) Z N N N > > > Q Q > > O Q Q Q c N X F- Q Q Q> m a� a� m a� c CD U) W N N >. � � � > > > L > L > L N co U) N N N C C C l6 L LL U) (0 J 03 J J O J O J O J O J O J >. J >. J A J U) U) to (I7 •t tt d ci 0 LO LO 00 Ln N M r h r >:M r M M M M r M LM U N Ln L O w O O O O O O O O O O O N N N N N N N N N N N r r r r r r r r r r r r r r r r r r r Vr r r OV' O I- r (D M V• 00 LO O r } N V• r IT V• Ln r r (M V M M V'Ln w F- O O O O O O O O O O O r r r r r r r r r r r U) r 0 O) (D O N eM rn O O (D M (O r LO I- 1- O N M i CO CO j j N O N (D h V 0) O LO M i- N L1) (D O I- O M r r- N 00 O, O N II M J Q r r Ln (D M LO M M M LO N V' N LO (D O IT LO N Cl) r 1� to II N 2 r 11 N a V1 w Q N O0 N 00 N 00 N 00 N 00 N 00 N 00 N 00 N CO N OD N 00 X M co O O6 M M O M M 0 0 M M O O M M O O M M O O M M O6 M M O O M M O O M M O O M M O O N V (O J (O w w (O (D M (O O O) i- M i r J r M 1- t\ 00 r v O) LO M 00 LO O) M LO (D O c o r N M 00 (D M M M M M Ln r M i O Z Q M 3 3 O U o H .g J N N (D N N N It M M M N It M r M M co V' N N N M N N E E Z w w w U) C) = 00 0 LO CN LO v () Z I- C) r (OD LL) L() l�fl O r N Q W w w Ln r N CO r r N M M r F tY > J O > m LLo U) CD CD ami Qg Q M (D LL (� Cl) O Z rn �o N _ a (n " 7 _ C O U zww U a L U) •, U) U) .,co CO s 30 U) U) Q w e r N .r -C t v rn Zr r LO � O 04 V• U) O co � 00 Co w 00 co Z coJ J J J w D J J J J Q H Z Z Z Z U) U) U) Q U Z Z = O 0) U 0) CD r U) U) U) _L D- m U) C _ U) _ U) _ U) L C _ co O 04 co w r w N co -a v @ rn r 0) U 00 Q' co co OMD Q' OMD O J J C J w J J J w J -'i) LL U) w U c v) U) U) U) > U) cJn > L > o) m > m > > > Q ¢ Q Q Q (n W m m Q Q Q Q m w rn rn O O w c c 2 V E N O O rn C C f0 O C U m L m L a U) J n a U) U) F- 0 1- N CD (D N N 0 00 O to i 0 } r r r M r N U ' L *k U w0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N r N N N s— 7 7 s— s— 7 0 } CA O N c0 d' f- M N M (D i O N M O O O O O O O O O O O O O O 0 (A O 0 0 O (A O CO �- 00 O r- O (D r d 0 (D (D CD M qt O M 0 O0 00 0 qt 0 i 00 �j o J to 0 (D U7 N M M � 0 00 ti (D M O tt o — I- f� [r 00 — M II qT Ja NN V to (Dr- NN vv vLO Nv MC MM M N OO II � =Ur vtn II O II � a LU MMM 00 M 00 M M M 00 M co M 00 M M M 00 M MMMM M 00 Ma X 0 o O O 0 o 00 O O 00 00 O O 0 o M 00 M 00 N f6 M CD OO N 00 O M N CD N d M U J J Q 00 (D M N Il- 00 U) (D CA 00 I- o o J I� rn I� N �t 00 O CA M M V- to Z a r O U c c = F 'O~ J to 5 N N N O O o It I --(D 0 00 M co M N N N N E E Z W W W U) U) = U) o N U) to to O N O O N j U V M � M LO !) LO W l W (Lo CD too a UJ J m c>0 L LO r L (D� q�CO a M LL W O Z ' N W U)L rn a o � a W w =1o p 0 (n L L Z Z U 'O O O L �O `' (n (n U) co to =O a c co U) v fD� a L w w L U) Z `- N O O O C V M co 00 O O W U CD co I, -f- co f ZUC (n (n � 1 Z Z Z Z Z a U 2 :D O rn U °' O w r .. »r .. w U) U) (D U) L w L - CO rn (n CD CO co U) U) CD fn (D O CD L /��� +-� 'D L L L L /O O to V U V-- (D M 00 V (D co r- O 00 w (7 (' l"J 0 J O J J J J J J LL > > > Z U U) U) Z (j) U) (1) tU a N j > > > > N O O N c a m a ¢ a a W W c c c c W c "D N o O O o c c c c rn >n m n fon` n cu fm CL H (1) m (n o ►- O F- F- f-- > > > > CO to to to to to to to to to to to 0 W Z W W 0) C- V% N Q N U D } O CO (a O O O O N 0 m :3N 0 V > 00 0o i I` r r N U) 0 Ln L() M Ln Ln Ln LO LO M U st Ln ' O w 0 0 0 0 0 o O O O O o N N N N N N N N N N N c- r r r r 77 r r O% N d M M (o Co M N N M N �- .- N0 (j N M ' 0 W �- O O o O O O O O C) O o O O O O O O O O D7 O D7 U) r- V ti O O Ln I-- M 00 M 00 a) 00 O O qt (3) O q• O It M a) r- j j (a � O N lt a7 � •- M D7 r- I,- Nt ti d' It M h O r r� � qt (a JJ Q (a 00 Co � o) r (0 � M v M It CO It 'Ct Ln Lf) (O (0 0o M M O T- H I- � � CD 1-- II co _0 II 0- (D W Q H N 0o N 00 N 00 N 00 N CO N 00 N co N 00 N 00 N 0o N 00 N N M M O O M M O O M M O O M M O O M M O O M M O O M M O O M M Cl O M M O O M M O O M M O O C) N c f Q � Co ITj M 00 v N O N 0o LO O N N L() O r 00 t O o c c W — O 04 N c0 O co �- M M Q N M CO Z r O 3 3 U 0 .0 I= - J N to N N N N O a) a) (0 N N Q 3= Cl) M M M N •- N N M co W W W co = F- 0 fn olf W O Ln co O N O O O N LO N CO UJ W U U Z It LO fO V) N UJ W LN Lo 0000 LO Ca :t Q W >> J � U) O O Q LO M C OZ m W cm W w 0 U w U) in z� U v 0 = co 0 cn U) in (n cn Z�- N 00 N :i w t C W LO W O �1 O CD rl- ..�. co 00 p ..L.. 1- Of Z U U v W Q f- U Z U Z Z Z Z U Z Z O 0) U a) 0)O U U) co .0 w t C W Ca O04 0) w w w Ln d (o0o P- I` +t O 00 LL > cn > > cn cn cn U) > z cn W Z W W 0) C- V% N Q N U D 0 (0 U _ >Q (D "0 (0 D rn O .0 D > Q (D C > > Q c0 C > > Q m C > > Q (a C > > C 0 > > C 0 > 0 m :3N 0 V > F-' U) 0 Ln L() M Ln Ln Ln Ln LO M M st c O � D) co O 1- 00 1- r- M 00 i �- } r- M M M M M M to (D to M w w a U)} U < Y`o in w N in N (n w N in in M ((i in M in V) in in n co F- LO cl) to to to tr) to to to V to V cl O w O O O O O O O O O O O N N N N N N N N N N N r r c- •-- r r .-- •-- •-- 77 77 O- M-- O O CD I� i to of CN N to to LO to to to 1l- oo 1` 1` U to M C7 w O O O O O O O O O O O O O O O O O O O O O) a7 U) Lr) CN OO Q7 O(D O V•M ON V'M (D 00 (DO (0M OO It (D J O (D V' 11- co LO 1- V' 00 to M O to CO M O O O N 00 N V i O (O J Q M M O V I- 19T t` It V V h (D V OD N (D to (D II N �-�- �-�- ��- �� �� •-�- NN NN NN (DO II (D =C7 •- •- II Cl) 0.. Uw Q F- N00 C14 co N00 NO NO C14 co N00 NO 0400 N00 N00 X M M O O M M O O M M O O M M O O M M O O M M O O CO CO O O M M O O M CO O O M M O O M M O O X N M J M fl- O LO O) r O �- N O (D N -1 w to N N O N Oo to 0o co 00 to i to c o of O O (D to (D V to V' 00 to O r` M MQ N V' V' V' V' V' V' O t- ( i to ZO U o p J N y Q N N N N N N N N N 00 N Q M M M M M M Cl) M M — M W W W = w� O N O N N N O O O N 00 O O O O (D J Z N P- co N Cl N CO O (D 1` 00 00 < W w - w — — V r T- M .- O Q_ W > > J 12 2 U) > > > a) Cr) Q Q Q a) Q ` > a) () a) N w C7 F- — — — > Z N > (D > cu (n CO fn m fn Q cu LU d 0 Q f0 Q J CO J a) C w w cn � O (n N C O O O ca .ca CO (D (D z� U� in m o w w w Q o Q c 3 m a a a Y Cu c Z (� ?j Y c c c O CO w it rn 2aa,, a) a) (D >- (n Z Lijw fn J 0 N J O J () a) J 0 Q F- Z U w U > D D w W U O rn U w O > > S� Q Q > > > a� m Q Q a> o a� 41)m � (a (1) m (/i UJ c c Y J y J > Q > � 3 3 � �- � ►- Q a Q •�m rn a� co 3 o Cu 3 ° m v (D Y Y J U) J fn J J J L > > W W W J I L > > U U c (D m w w a U)} Cu < Y`o in w N in N (n w N in in M ((i in M in V) in in n co F- cl) to to to tr) to to to V to V cl N } M It M 00 M M U IN N N N M ~ Y to Y Y Y Y Y Y w U) co U) O w O O O O o O O Co 0 o O L L L L L N N N N N N N N N N N a U) co 77 r co r r r r r r r r (Yi In IT Lf) M qT qT M OO d' M LO p r- U) r- 0) IT U) It cn Co } L r- M M N LO Nr N M N V U � M U'W �- O O O O O O O O O O O O r O r O r O r O) r O r O r O r O r O r O r 00 N �— N (o IT r- .- 00 (O O M r- O r- 0 LO (o � r O co LO J In M O O r- LO LO r U•) M qT O r- 00 Q) qt (o It It 00 i 00 O II 0) J Q r- O M O O O N r- 0o co a) v (O (0 00 N cn O r Cl) cc M II I Q (, CV N •- r- r I N LO II 00 2 •- II N tZ U) W Q I N 00 N 00 N 00 N 00 N M N 00 N co N 00 N 00 N O N c0 X M Cl) O O M Cl) O O M M O O M M O O M M O O M M O O M M O O M M O O M M O O M M O O M M O O N cu p- M 00 O O O N CO M LO M i 0) U J J Q In O) O It N O N' In - M i 0 0, W (f7 N O M N c! O O M N (+0 M Q (o N M N Lr 'ct N d M N 0 Z 3 3 O U o.o F= J n p a) N 0) N N N N N N N qt Q 7 5 M M M M M M M M N Z W W = W (/) (n F- O O In O 00 O O co LO V) W U U Z O ti M (V M N It r` U) W - W N r Cl O ( o (o 00 00 Q < R' W O O J > > O � 00 Q M LO > Q m ~ WO CL p i2" O c O) > = m :3m p Q > o coo WW U O U F' li > > E a� 0 U p Q (D Q r N Y co C (Dp > Y U) cc U L o (10j W >-U) p } Q p m W U J J J J J W J J J Q O U w Z j w w w Z � p O rn U °) O rn Q > Q > Q Q m p °o p D p c C cu U m(1) v° N Y N c0 cu U) 5 D Q ►- D Q 0 } a D LCL. Z W W W W N N ~ Y to Y Y Y Y Y Y w U) co U) U) fn (D U) (1) �Yq U) '2 L L L L L L L L Y Y Y a U) co (Mo (Mo co CD ccoo (`D co f`no co (0o In IT Lf) M qT qT M qT d' M LO p c m a� L F- 0 0) L6 W 0) ti O) O ti O) (D O) O (D 1 (D cn cn >:(D M (n U U W+�+ H cn V I� N• M N r'�.+�.. O O 00 N r=-. d' 00 N �t to co 00 V Lo Lo M LL) q• Lf) t1) It Lo to 0 �k C7 w 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N e- 7 77 7 7 r r 7 r r r O 00 Lo M 0 N N IT N v IT i V - Of } It (D N (D N CD Lo M — M � M U I �► M ' it (7 W �- O O O O O O O O O O o O •- O r O r O r O r O r O r O r O r O r O r O00 O LO a) OM (D r- 0) LO 00 0) rLf) r- C) (DO It a) 11 NCD II CA J 00 M I,- M 0 00 CA Lo O N 00 N O 1` OO (D M O CA I- co (D i O II Q M (D 00 N (D I` 00 N (D 00 I- v I` a) r M It M v 0) •- i to CO II 11 M N V-: N 7-: N V- r r 1 N r, N 4. (n W Q F- N 00 N 00 N 00 N 00 N 00 N OO N 00 N OO N 00 N 00 N 00 X M M O O M M O6 M M O O M M O O M M O O M M O O M M O O M Cl) O O M CO O O M M O O M M O O N f U 5 c0 J J �- N 00 O M (D ti 0) — 00 Lo (D M LO Il- M (D P- i rn (D o W M O O 0) Lo 0 O O N O O M M V Lo N Lo N Lo V M r V- M i O) Q i M Z 3 3 O U o ,o F=- J N cl O O N O N O N N M N N Q N N M N M N M NN M Zz w W L (� W' = (D CD M d U) N M N N (D Lo J Z CA Lo Lo Lo O � F" W W -- W LO N (0 N �' LOo 000 O > > J F- ' H > N J M Lo Q N > O Z C Q Q Q CD of W N y CD > c f0 c N > CL 0_ ` 7 `� 03 C Q 07 = O > 03 W (n � O O .n N 'E � O O > Q Q Q d U w U U � D � > � w c c cu x Q 0 c v o 3 o o c E > Z r N c W O = W W N (p Q N �` V d Zdi N Cl) (n (n fn CD N J J J U J Q 0 U U > U Q ?:w w > 2 w O a) U °)O CF) CD > > > > Q QQ c > C > v > > N CU U), 3 x ; c N c c L c D> N 3: @ l"J D c > D @ `' O W W J J W J J J J LL W > > W W W > c m a� L F- 0 0) L6 W LU cn co a (n cn cn (n cn (n U U W+�+ H cn V I� r-r�-� (D 1� L 00 r'�.+�.. O O 00 '2 M 00 r=-. d' 00 V• 00 �t to co 00 Lo Lo M LL) q• Lf) t1) It Lo to 0 CD O O M Cl) N i M >:0 N C() — — Ln M U') (0 M U M L ' O O O O O O O O O O O O N N N N N N N N N N N r r r 7 OM tt N d M r (D Nt r N i or_ i r r M I� 1- 00 U M ' �k U' Lu �- O O O O O O O O O O O O a) 0) 0) 0) 0) CA m O O O Cn O 1l LO O (D O (D (D It M � 00 U) C() O LO I,- r II co (fl II C() � J r- LO 't �- 00 c0 (0 u) It O ti (D M In M �-- (D O 00 LO M CD i CO O II r- M It 0) O � IT IT M Irr O qt M LO 'CI• It O V* M 00 ' 1- — II 0) Q0 NN NN s -s- NN NN 1 NLf 11 r% _ ' CV CL U) LL I Q N 00 N c0 N c0 N 00 N N N c0 N 00 N c0 N 00 N 00 N CO X M M O O M M O O M M O O M M O O M M cc M M O O M M O O M M O O M M O O M M O O M M 00 N F' J J Q (D - � CD N N qt O 00 1,- C) � 00 O ce) LON- N 0V o o 0, N C' c1 a M i 0) Ch MQ �- �- M CD r co K r CD � (A 0 3 3 i M U a H .g J O y Q N N N N N N N M N N N Q j= N N co M N N M N N co M E H E W 0 U) J U) of � 2 F- LO 'cl' N � N Ln � 0 N_LO N O_ F- U) U) f- V V Z 00 N CD c0 — co 00 (0 CV) O O LU LU It Lf) 00 LO M r N f- LU N O J C > N F- N J CnO > < 7 ~z N Q LL a) O O W OO Q N > > > Q C d Q Q N Q ¢ UW OO U Q o wC O> U w c c Z Of -0 N O O O 0 Y L (0 O O Q c Vc F W c U W 0 12 1S Lu H > d LL 0 F- W J J J WJ (/� J J (n (n ui z U)Q O- w U)U U LU U U O rn U D) O rn � m > a) Q > Q Q >-2 Q m m a Q > > Q Q Q > m o X 2 U)c Q c ` O Y O O N c N N O ca Q (0 V O O O J J J J J J J J J c LL > w w W W W U c W LL W U) (n U) C/)Lo co co U) U) d U) N (6 Cn (D (D ( h 1- co d (n c0 c0 00 c0 c0 00 00 00 00 00 c0 F-: LO C!) Cn qt Lo to (f) LO to l() LO mt 0 c O co Ct) CD O CD It 0) r- Co co 1 00 T Ln N N CD 1- T CD Ln LO U- W a v1 L co U) U) U) (1) ' CD U) U) o- � - - - -o rn .c L w O O O O O O O O O O O o N N N N N N N N N N N T T T T T T T T T T T T T T T T T T T T T LO Lc) v UT It Lf) IT 13 0 t` V' It V' 00 0) LO co 00 L ` O >: T r- M M T c0 O N CD 00 t- T U (0 M ' L C7 0 0 0 0 0 0 0 0 0 0 0 rn T rn T rn T rn T T T T T T T T T rn T rn T rn T Cn rl- T M O CD T N O r T 00 N Co N 0) V O O 00 N O V II O) to I� M J O� N V SD Cf') 0) t- 0) r- N O CA O T Ln T Ln N O l() LO i r- t- Ln J Q M It N Co 0) T 0) T M V Cn 0 00 M r- oo 00 T Ln O T U') L Cc II V' N N T T N M N M T N N M N N r- O II o0 _ T N II M d V% w Q I- N 00 N 00 N 00 N 00 N 00 N 00 N 00 N c0 N 00 N 00 N 00 X M M co M M O O M M 00 M M 00 M M co M M cc M M O O M M O O M M co M M O O M M O O a) (.. H C) O O J J Q 0) M 00 V• 0) N N o 0) M O O LO N � V M 00 O O O N i M M 0 0 W N 0) O T N 0) 0) N CD 0) r i o M M T Cfl M M T h 00 N Lfi t- (D V• Q i LO Z 3 3 O U g .g F- J N N M N N N M N M N N N N Q_ N co M M N M V' M M M M w Z W = w U) co U) � LO LO N N L N N N CV N a) U U Z 000 N cc � N o0 (n W~ W W W V T 000 ccoo It N T CMO T N T J > J > ' H co cLa O g (7 C7 I- J M L C Q O Z Q Q a o aD w Q > > OL > > Q m v Q rn a U U U m m a >, o D Q ° a X ZQo E Y Z O -lC N c O Y j Z N @1 > Q W W Q w �7 l"J > �7 L ��11 L LL F- W J J c (n J J V '-I U) J W U W > W Q U U w O rn U D) O > > > (D a) m a) Q Q (D t > Q °o > o o f N m o d c m c X Q — c D A_- Z c o E U > U) U ® @� m W O @Q LC. O @Q W X J O J 0 J O 0 J O 0 LL w U w U w U w > w U > c m (D U- W a v1 co U) U) U) (1) U) CD U) U) o- � - - - -o rn .c t .c c to F- o0 o rn rn a) o a. Co 00 00 00 00 00 0) C) 0) 0) a) 0) U) LO v v It LO Lc) v It It Lf) IT 13 Ln M I,- I,- (D 00 1- r- M i T LO Ln Ln Ln Ln Ln r- T T T T U ; Ln ' O w O O O O O O O O O O O N N N N N N N N N N N T T T T T T T T T T T T T T T T T T T T T UT OT Ln C0 L!•) Il- M N 00 0) co i 00 Q' %" I- I- r- r- h 1,- O N T T T N M ' 0 L O O O O O O O O O O O Q dT O O T O T O T O T O T O T O T O T O T O T U) 00 1- 00 N nt T T M O d' N (D CO I- CI Ln O O (D O O Ln (D O II J N N qt M Il- 00 O T L(') Ln T N Ln O V O M M V V T O i 0) 00 II 00 J Q T Ln O V T Ln N O T Ln N (D O Ld) (D I- Ln O Ln co LLQ (D O V II L1i (7 N N N N N N N N N N N N N CO i 00 T II Q) 2 ' T N II M CL (n w Q F N O N 00 N 00 N 00 N 00 N 0O N 00 N 00 N 00 N 00 N 00 X M M O O M M 00 M M 00 M M 00 M M O O M M O O M Cl? 00 M M O O M M O O M M 00 M Cl? 00 N - CU J O T N 00 O N00 N r- r- CO 0) J Ln O W I- N T N T Ln O 0) It 0 0 (D ' t` 00 I. O N 0) O (D I� Lo Ln i M LM Q (D (D (D (D co co N T T T (fl i Ln z 3 3 O U o .o J N y 0 N N N N N Cl) N N N N N Q_ M Cl) M M M co M co M co co Z w w LU 0 fn (n CO w = O M N J &5 Z Oct Il O co 00 a) cc co cc O Lf) (D (0 (D (D 00 00 v Q W W T T N qT qt V' O CU J N LrLL'^ F L r� ' cuUJ � vI (D CD ,J M Ln Q Q > Q x O Z ' 'a Q m W w y 0 ro c > > > vI "0 !L w co 7 0 t0 N X �_ � d a) Q N O) Q Z w U O O Q t Q O N N N E N N Q w w w Q Q w (n (n w (/i J J In J J J U U U > w Q w U O CY) U °' O rn T W a' � > W Q > > X X o U) o Q a (n m a� m m 2 Q m Q rn (D zw w U J J U w Iii U z w w w > > w > c ry a� F- w U) LU cn cn in in a in in a. a in in w c .o c o -a t cu N N M M CO I vd' Ln (D a U) rn 0) a)0) 0) o) a)a) 0) a) 0) co v v �r 14t v Ln v v It V- 0 0 } I1- O O N 1 CO N II N 114' II Nr II rD U M r M O L II lL Ul) II LL!) O LO i M II M II II # I I 0 LLJ O O O O O O O N N N N N N N 77 77 77 77 7 7 77 Oo % v a) m o o ii o ii o Q_ U LO - c1 r i N h II m u � II I' u M II 11 U w O O O O O O O O O O O O OO to a) ON MO i �O II r- 11 ti-tII II II CD J l'0 a) O CD (D c0 cn 0) Oi II co oo O II O) ado II II J Q V I` M V M CO V� ( M II O d i� II I I � II Iq IICD Q M 'T it 00 "1 c V M it M it I, _ ' II M to O N II N II CL �- — N co V% W QF- N 00 N 00 N Oo N 00 N 00 (D N MM O O MM O O MM O O MM O O MM O O M O N 15 O J -I Q a7 d' M Il M M II M II M II 11 M II U O M f� i In I- 11 2Q' � �fif Q i N 11 N LO II LO O 3 3 II (D11II 00 n �t U o H .o J N to 2 C N OC) O N i- Q =3 :3> F- E E > N N Z W w = J 7 7 w CO U) F- ao O Q O O 0of F-- U U Z rn aui rn (0 00 3 w c UJ w W J F- U) O U) F_ c`6 cu 4) N y C .. .. Ln iE L L m m O ;° O Q a ocn@ @ :3U CL Z cn o O 1 V V m c m J Q Q Z U -p > m > > F - zN c N co m O O ~ Q 4--�O ~ F- O W p _0 p O O Z (n61i v v ~ ~ Q w U w w Z O Q rn U Q Q d) c > > Q Q (a N m tU C C 0 'W J J J J U- W J> �j W > c N N c (D (n W (n U) O W w L L L I� O CC) O o 0 MATERIALS OF CONSTRUCTION 1. GENERAL The following paragraphs give the specifications on the various materials that are to be used in this project. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. All materials shall be subject to the approval of the Engineer before being used. 2. CONCRETE A. CEMENT Cement shall conform to "Standard Specifications and Test for Portland Cement, "A.S.T.M." Serial Designation C-150, Type I and Type III, and shall be an approved brand. B. AGGREGATE DESCRIPTION Concrete aggregates shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to "Standard Specification for Concrete Aggregate, "A.S.T.M. Serial Description C-33-39 and item No. 360 of the Texas State Highway Specifications. Coarse aggregate for Class "C" Concrete (Street Paving) shall be crushed limestone (Brownwood Type). The aggregate shall be well graded from coarse to fine and shall be free from injurious amount of clay, soft or flaky materials, loam or organic impurities. All aggregate shall be approved by the Engineer before use. Maximum size of aggregate shall be 1-1/2 inches. Aggregate for concrete construction proposed to be used in this project shall have a loss not to exceed 18% when subjected to 5 cycles of the Magnesium Sulfate soundness test A.S.T.M. Designation C-88-90. STOCKPILES The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading as to zoning requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of aggregate to be incorporated into the project shall be protected from dust by drift fences of any suitable material approved by the Engineer, when sandstorm possibilities exist. Care shall be taken to prevent dusty conditions in the stockpile area from any sources. C. WATER Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. D. CONCRETE MATERIALS TESTS PRE -CONSTRUCTION TESTS The contractor will submit test certificates from an approved commercial laboratory on all aggregates proposed for use on this work. Tests should be made approximately 20 days before beginning the concrete operation. The contractor will submit in advance of construction the design mix and the result of compression tests made by a commercial laboratory. These will be made on each type of concrete mix design proposed for use on this project. Tests shall be made on 6 cylinders for each mix, 3 tested in 3 or 7 days, 3 tested at 7 or 28 days. Additional tests shall be furnished if material source is changed or if concrete used varies from the original design. The Engineer shall approve the mix design after the pre -construction tests have been completed. CONSTRUCTION TESTS Tests of the aggregates and the concrete will be made by the Engineer during construction to determine conformity with the specifications. Test cylinders will be made in accordance with the Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field (ASTM Designation C-31). The specimens shall be cured under standard moisture and temperature conditions in accordance with requirements of ASTM C-31. Strength tests shall be made, in general, for each day's run or for each 50 cubic yards of concrete if a day's run greatly exceeds this amount but these tests may be made entirely at the discretion of the Engineer. Strength tests on Class "C" Concrete shall be made for approximately each 30 cubic yards or every third truck on each day's run. The costs of all such testing will be borne by the City but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. A strength test shall consist of five standard test cylinders made from a composite sample obtained in accordance with the requirements of ASTM Designation C-172. Two of the cylinders shall be tested at 3 or 7 days and at 7 or 28 days. The fifth cylinder shall be held available for subsequent testing, if determined necessary by the Engineer. The test result shall be the average of the two 7 or 28 day specimens, except that, if one specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two strengths averaged. Should more than one specimen representing a given test show definite defects, due to improper sampling, molding or testing, the entire test shall be discarded. The result of the 7 or 28 day strength tests shall be used as the basis for accepting or rejecting the concrete represented. The results of the 3 or 7 day strength tests will be compared with the 3 or 7 day strength of the preconstruction test cylinders for the type and slump of the concrete being produced. Should the 3 or 7 day strengths indicate a deficiency in the 7 or 28 day strengths, the Engineer may require a temporary change in proportions to correct such deficiency. Such change shall remain in effect until the 7 or 28 day strength of the material in question is determined, at which time the change shall become permanent or shall be rescinded, depending upon the results of the 7 or 28 day test. The engineer shall record the delivery ticket number for the concrete and the exact location in the work at which each load represented by a strength test is deposited. E. CONCRETE DESIGN Concrete conforming to these specifications may be "Ready Mix" but transporting vehicles shall be operated such as to insure delivery and placement in forms without loss or segregation of ingredients and within one hour of mixing time. Continuous mixing during transit will be insisted upon. MIX DESIGN All concrete for curb and gutter, valley gutters, fillets and alley stubs, alley slabs, drainage channels, inlet boxes, headwalls, and medians shall be Class A concrete with 5% air entrainment (±1-1/2% tolerance). The concrete mix design shall be based on water -cement ratio, and shall be as follows for the different classes of concrete. The concrete mix design for the different classes shall also be such that the compressive and flexural strength for each class shall not be less than the following: Minimum Average for any test Class 3 day 7 day beam strength 28 day A --- 2100 --- 3000 C ---3000 600 3600 E 2500 3000 --- --- F 2900 3500 --- --- Any concrete failing to meet these strength requirements or air content shall be removed and replaced. LOW STRENGTH CONCRETE Minimum Sacks Max. Gal. Max. Slump Class Cement per C.Y. Water per sack in inches A 5 6.5 4 C 6 6 3 E 5.5 5.5 3 F 6 5.5 2 The concrete mix design for the different classes shall also be such that the compressive and flexural strength for each class shall not be less than the following: Minimum Average for any test Class 3 day 7 day beam strength 28 day A --- 2100 --- 3000 C ---3000 600 3600 E 2500 3000 --- --- F 2900 3500 --- --- Any concrete failing to meet these strength requirements or air content shall be removed and replaced. LOW STRENGTH CONCRETE Any class of concrete incorporated in any part of the project which does not meet the strength requirements specified above, shall be considered low strength concrete. Low strength concrete shall be removed and replaced at the expense of the Contractor. The Engineer shall determine the exact limits of any low -strength concrete required to be removed and replaced under the provisions of this paragraph. The methods to be used in removing and replacing such concrete shall be approved by the Engineer. F. CLASSIFICATION Unless otherwise shown on the plans: Class A concrete shall be used for curb and gutter, drainage channels, medians, inlet boxes, headwalls and sidewalks; Class C concrete shall be used for concrete paving and valley gutters constructed in thoroughfare and collector streets; Class E concrete shall be used for valley gutters on streets other than thoroughfares and collectors and for alley returns, alley paving and reinforced gutter sections; Class F concrete is used for railroad sections. G. MIXING All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one-half minutes after all material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used. If used it shall conform to these specifications and the "Standard Specifications for Ready Mixed Concrete," A.S.T.M. Serial Designation C94-38 and Item No. 502 of the Texas State Highway Specifications. After mixing, the concrete shall be transported to the forms in a manner which will prevent separation or segregation of the aggregates and shall be placed without undue delay. It shall be deposited as nearly as practicable in its final position in order to avoid rehandling or flowing of the concrete. No water shall be added to the concrete to facilitate finishing. H. CURING COMPOUNDS Compounds used to form an air tight membrane over fresh concrete surface for curing purposes shall conform to Item 526, Texas State Highway Specifications and "A.S.T.M." Serial Designation C-309. 3. REINFORCING MATERIALS A. WIRE MESH Wire mesh reinforcing shall conform to "Standard Specifications for Welded Steel Fabric for Concrete Reinforcement" ASTM Designation A-185. Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall be permanently marked with grade identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee of grade and compliance with these specifications. Reinforcement stored on the site shall be protected from accumulations of grease, mud or other foreign matter and from rust producing conditions and shall be free from rust, scale, oil, mud or structural defects when incorporated into alley slab, or valley gutters. B. BAR REINFORCING Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be deformed to A.S.T.M. 305 requirements unless otherwise shown on the plans. C. FIBER REINFORCING (1) The fiber used shall be 100 percent virgin polypropylene collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. (2) The physical characteristics of the fiber to be used is as follows: Specific Gravity -0.91; Tensile Strength - 70 to 110 ksi; Length of fibers - 1/2". (3) Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of concrete listed in Section IV -2-E. Quantities to be used shall conform to manufacturer's recommendations, unless otherwise directed by the Engineer. 4. JOINT MATERIAL A. EXPANSION JOINT MATERIALS Bituminous premolded expansion joint material shall conform to Item No. 420.2 (a) of the Texas State Highway Department Specifications. Expansion joints shall be placed as shown on the plans or as directed by the Engineer. B. JOINT SEALING MATERIALS Joint sealing material shall be W.R. Meadows sof-seal or approved equivalent. 5. FORMS Forms for curb and gutter and alley paving may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and a depth equal to the depth of the concrete section formed. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least twelve (12) hours after placing concrete. Forms shall be oiled with a light oil before each use and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. Forms used for curb shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow can be obtained by other methods approved by the Engineer. In no case will a concrete pour be started without the approval of the Engineer. No forms shall be placed until the subgrade is within inch (I") of its finished grade. Forms for alley slabs may be used as a guide for screeding. Where longitudinal construction joints are required, the form shall be so constructed as to provide a 1-1/8 inch "V" shaped groove in the face. 6. FLEXIBLE BASE (CALICHE) A. DESCRIPTION "Flexible Base (Caliche)" shall consist of a foundation course for surface course or for other base courses. It shall be composed of caliche and stone materials and shall be constructed as herein specified in one or more courses in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. B. MATERIAL (1) The material for the base course shall consist of argillaceous limestone, calcareous or calcareous clay particles, conglomerate, gravel, sand or other granular materials. The material source shall be approved by the Engineer. All the acceptable material shall be crushed and returned to the screened material again in such manner that a uniform product will be produced. Samples for testing the material shall be taken prior to the compaction operations. (2) The material will conform to the requirements: Sieve Size 2" 1-1/2" % retained 0-5 7/8" 1/2" #4 #40 ------ ------------------------------------------------ 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be know as "Soil Binder" and shall meet the following requirements when prepared in accordance with Test Method Tex 101-E procedure: Liquid Limit - 45 maximum; Plasticity Index - 15 maximum, 3 minimum; and Linear Shrinkage - 10 maximum (3) Wet Ball Mill Test of Flexible Base Material. The material, when tested in accordance with Texas Method 116-E, shall have a maximum allowable value of 55. 7. ASPHALT STABILIZED BASE -PLANT MIX (THD Item 292) A. DESCRIPTION This item shall consist of base courses to be composed of a compacted mixture of graded gravel base material from sources approved by the Engineer, (Once the source is selected the contractor will not change to another source without the Engineer's approval) and asphaltic material, mixed hot in an approved mixing plant. The percent asphalt shall be determined by the Engineer in accordance with Test Method Tex 126-E and Tex 204-F or other established procedures. B. MATERIALS (1) MINERAL AGGREGATE (GRADED GRAVEL) The material shall be crushed and shall be screened as necessary to meet the requirements hereinafter specified and shall consist of durable aggregate particles otherwise specified below. (2) STOCKPILING, STORAGE, PROPORTIONING, AND MIXING Stockpiling of Aggregates. Prior to the mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than 10 feet in height and constructed in layers not exceeding 18 inches in depth or as directed by the Engineer. The plant shall have and maintain at least a two day supply of aggregate on hand unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to prevent segregation of aggregate and mixing of aggregate from stockpiles and/or other sources. The gradation requirements for the individual stockpiles and proportioning from these stockpiles will be the contractor's responsibility. (3) GRADATION Unless otherwise specified, the grading of the mineral aggregate shall conform to the limitations as shown below: This mixture shall meet the T.H.D. 1992 Specification Item (292) Grade 4 -- Grading requirements: Sieve Sizes 1-1/2" 7/8" 1/2" #4 #40 % retained 0 8-30 30-55 50-70 70-90 Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordance with the Test Methods Tex -101-E procedure: The liquid limit shall not exceed.......................................................45 The plasticity index shall not exceed...............................................15 The linear shrinkage shall not exceed...............................................5 Samples for testing the material shall be taken prior to the mixing operations. Where more than one material is used, tests will be on the combined materials. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. C. ASPHALTIC MATERIALS Asphalt for the paving mixture shall be of the type as determined by the Engineer and shall meet the requirements of Item 300, THD Specs, 1992 "Asphalt, Oils, and Emulsions." The grade of asphalt used shall be designated by the Engineer. The contractor shall notify the Engineer of the source of his asphaltic material prior to design or production of the asphaltic mixture and this source shall not be changed during the course of the project, except when authorized by the Engineer. (1) ASPHALTIC STABILIZED MATERIAL The mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate will conform to the gradation requirements specified. The asphaltic material shall form from 4 to 9% percent of the mixture by weight. The design percent asphalt shall be determined in accordance with Test Method Tex. -126-E or Test Method Tex. -204-F and procedures outlined in the SDHPT Bulletin C-14. The percent of asphalt in the mix shall be determined by Extraction ASTM D-2172, ASTM D-4125 Method of Test for asphalt content by Nuclear Method, Test Method Tex -210-F or Test Method Tex. -126- F. 2) TACK COAT Asphaltic materials shall meet the requirements of the Item, "Asphalts, Oils, and Emulsions THD Item 300", as approved by the Engineer. (3) TOLERANCES The Engineer will designate the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used in the project. When tested as determined by the Engineer, samples of the mixture shall not vary from the asphalt content designated by the Engineer by more than 0.2 percent dry weight (based on total mixture). Asphaltic concrete pavement and asphaltic stabilized base shall be machine layed and the equipment shall meet the requirements of THD 1982 specifications Item 528. Automatic screed controls for concrete spreading and finishing machines. 8. EQUIPMENT - MIXING PLANTS, BLACK BASE AND HOT -MIX All equipment for the handling of all materials and mixing and placing of the mixture shall be maintained in good repair and operating condition and subject to approval of the Engineer. Any equipment found to be defective and affecting the quality of the mixture will be replaced. Mixing plants may be the weigh -batch type or the continuous mixing type or the drum mix type. All types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, bins and dust collectors and shall consist of the following essential pieces of equipment. When requested by the Engineer, weigh -batch and continuous types of mixing plants shall be equipped with automatic proportioning devices in accordance with the Item, "Weighing and Measuring Equipment." If automatic recording devices are required by the plans, they shall be in accordance with the THD Item, "Weighing and Measuring Equipment." A. WEIGH -BATCH TYPE (1) COLD AGGREGATE BIN AND PROPORTIONING DEVICE The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual materials to be used. The bin shall be of sufficient size to share the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material from one compartment to another. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportioning in a separate compartment. (2) DRYER The dryer shall be the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that the aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperature. The burner, or combination of burners, and type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer shall be provided which will record the temperature of the aggregate prior to the mixing operation. The dryer shall be of sufficient size to keep the plant in continuous operation. (3) SCREENING AND PROPORTIONING The screening capacity and size of the hot aggregate bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and to keep the plant in continuous operation at full capacity. The hot bins shall be constructed so that oversize and overload material will be discarded through overflow chutes. Provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where representative samples may be taken from the hot bins for testing. The plant shall be equipped with at least three hot bins. The aggregate shall be separated into the number of bins indicated on the plans or as directed by the Engineer. (4) AGGREGATE WEIGH BOX AND BATCHING SCALES The aggregate weigh box and batching scales shall be of sufficient capacity to hold and weigh a complete batch of aggregate. The weigh box and scales shall conform to the requirements of T.H.D. Item 520,1982, "Weighing and Measuring Equipment." (5) ASPHALTIC MATERIAL BUCKET AND SCALES The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. If the material is measured by weight, the bucket and scales shall conform to the requirements of the Item, "Weighing and Measuring Equipment." If a pressure type flow meter is used to measure the asphaltic material, the requirements of T.H.D. Item 520, 1982, "Weighing and Measuring Equipment," shall apply . (6) MIXER The mixer shall be of the pug mill type and shall have a capacity of not less than 3,000 pounds (of natural aggregate mixture)in a single batch, unless otherwise shown on the plans. The number and position of blades shall provide a uniform mix. The mixer shall be equipped with an approved spray bar that will distribute the asphaltic material quickly and uniformly throughout the mixer. Any mixer that segregates the mineral aggregate or fails to secure a thorough and uniform mixture with asphaltic material shall not be used. This shall be determined by mixing the standard batch for the required time, then dumping the mixture, taking samples from its different parts and testing by Test Method Tex -210-F to show that the batch is uniform throughout. All mixers shall be provided with an automatic time lock that will lock the discharge doors of the mixer for the required mixing period. The dump door or doors and the shaft seals of the mixer shall be tight enough to prevent spilling of aggregate or mixture from the mixer. (7) SURGE -STORAGE SYSTEM A surge -storage system may be used. It shall be adequate to minimize production interruptions during the normal day's operation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge -storage bin will be required. If the Contractor elects to use a surge -storage system, scales conforming to the requirements outlined herein will be required. (8) SCALES Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the item, "Weighing and Measuring Equipment". If trucks scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. B. CONTINUOUS MIXING TYPE (1) COLD AGGREGATE BIN AND PROPORTIONING DEVICE Same as for weigh -batch type of plant. (2) DRYER Same as for weigh -batch type of plant. (3) SCREENING AND PROPORTIONING Same as for weigh -batch type of plant. (4) HOT AGGREGATE BIN The hot bins shall be so constructed that oversize and overload material will be discarded through an overflow chute. Hot aggregate bins that become deficient in material shall activate a switch that automatically stops the plant until proper adjustments are made. (5) HOT AGGREGATE PROPORTIONING DEVICE The hot aggregate proportioning device shall be so designed that when properly operated, a uniform and continuous flow of aggregate into the mixer will be maintained. (6) ASPHALTIC MATERIAL SPRAY BAR The asphaltic material spray bar shall be so designed that the asphalt will spray uniformly and continuously into the mixer. (7) ASPHALTIC MATERIAL METER An asphaltic material recording meter meeting the requirements of the Item, "Weighing and Measuring Equipment", shall be placed in the asphalt line leading to the spray bar so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for 7 checking the accuracy of the meter output. The asphalt meter and line to the meter shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and meter at or near that temperature specified for the asphaltic material. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the recording meter shall be maintained at + 100F of the temperature at which the asphalt metering pump was calibrated and set. Inability to maintain this tolerance in temperature shall result in an adjustment of the pay quantity for the asphaltic material. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Item, "Weighing and Measuring Equipment", shall apply. (8) MIXER The mixer shall be of the pug mill continuous type and shall have a capacity of not less than 40 tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixing of the aggregate with the asphaltic material shall not be used. The dam gate at the discharge end of the pug mixer and/or pitch of the mixing paddles shall be so adjusted to maintain a level of mixture in the pug mixer between the shaft and the lower paddle tip (except at the discharge end). (9) SURGE -STORAGE SYSTEM A surge storage system may be used. It shall be adequate to minimize production interruption during the normal day's operation. A device such as a gob hopper or other similar devices approved by the Engineer to prevent segregation in the surge -storage bin will be required. If the Contractor elects to use a surge -storage system, scales conforming to the requirements outlined herein will be required. (10) SCALES Scales may be standard platform truck scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Item "Weighing and Measuring Equipment." If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. C. DRUM MIX PLANT Unless otherwise shown on the plans, the Contractor may, at his option elect to use the drum mixing process in the mixing of asphalt stabilized base material. The plant shall be adequately designed and constructed for the process of mixing aggregates and asphalt in the dryer -drum without preheating the aggregates. The plant shall be equipped with satisfactory conveyors, power units, aggregate handling equipment and feed controls and shall consist of the following essential pieces of equipment. (1) COLD AGGREGATE BIN AND FEED SYSTEM The number of compartments in the cold aggregate bin shall be equal to or greater than the number of stockpiles of individual materials to be used. The bin shall be of sufficient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material of one bin to that of another bin. The feed system shall provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned in a separate compartment with total and proportional control. The system shall provide positive weight measurement of the combined cold -aggregate feed by use of belt scales or other approved devices. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device as required by the Item, "Weighing and Measuring Equipment". When a belt scale is used, mixture production shall be maintained so that the scale normally operates between 50 percent and 100 percent of its rated capacity. Belt scale operation below 50 percent of the rated capacity may be allowed by the Engineer if accuracy checks show the scale to meet the requirements of the Item, "Weighing and Measuring Equipment', at the selected rate and it can be satisfactory demonstrated to the Engineer that mixture uniformity and quality have not been adversely affected. (2) SCALPING SCREEN A scalping screen shall be required, unless otherwise shown on the plans, and shall be located ahead of any weighing device. (3) ASPHALTIC MATERIAL MEASURING SYSTEM An asphaltic material measuring device meeting the requirements of the item, "Weighing and Measuring Equipment," shall be placed in the asphalt line leading to the dryer -drum mixer so that the cumulative amount of asphalt used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the measuring device output. The asphalt measuring device and line to the measuring device shall be protected with a jacket of hot oil or other approved means to maintain the temperature of the line and measuring device near that temperature specified for asphaltic material. Unless otherwise shown on the plans, the temperature of the asphaltic material entering the measuring device shall be maintained at +10OF of the temperature at which the asphalt measuring device was calibrated and set. If a pressure type flow meter is used to measure the asphaltic material, the requirements of the Item, "Weighing and Measuring Equipment", shall apply. (4) SYNCHRONIZATION EQUIPMENT FOR FEED CONTROL SYSTEM The asphaltic material feed control shall be coupled with the total aggregate weight measurement device in such manner as to automatically vary the asphalt feed as required to maintain the required proportion. (5) DRUM MIX The drum mixing system shall be of the type that continually agitates the aggregate and asphalt mixture during heating and in which the temperature can be so controlled that the aggregate and asphalt will not be damaged in the necessary drying and heating operations required to obtain a mixture of the specified temperature. A continuously recording thermometer shall be provided which will indicate the temperature of the mixture as it leaves the drum mixer. (6) SURGE STORAGE SYSTEM A surge storage system will be required. It shall be adequate to minimize the production interruptions during the normal day's operations and shall be so constructed to minimize segregation. A device such as a gob hopper or other similar device approved by the Engineer to prevent segregation in the surge - storage bin will be required. (7) SCALES Scales may be standard platform truck scales, belt scales or other equipment such as weigh hopper (suspended) scales approved by the Engineer. All scales shall conform to the Item, "Weighing and Measuring Equipment." If truck scales are used, they shall be placed at a location approved by the Engineer. If other weighing equipment is used, the Engineer may require weight checks by truck scales for the basis of approval of the equipment. D. ASPHALTIC MATERIAL HEATING EQUIPMENT Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired temperature. Asphaltic material may be heated by steam coils which shall be absolutely tight. Direct fire heating of asphaltic materials will be permitted, provided the heater used maintains a positive circulation of the asphalt throughout the heater without damage to the asphalt. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperatures of the asphaltic material at the highest temperature. E. SPREADING AND FINISHING MACHINE The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and when the mixture is dumped directly into the finishing machine shall have adequate power to propel the delivery vehicles in a satisfactory manner. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capability to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The use of any vehicle which requires dumping directly into the finishing machine and which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grades without resorting to hand finishing will not be allowed. Vehicles dumping directly or indirectly into the finishing machine shall be so designed and equipped that unloading into the finishing machine can be mechanically and/or automatically operated in such a manner that overloading the finishing machine being used cannot occur and the required lines and grades will be obtained without resorting to hand finishing. Unless otherwise shown on the plans, dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be permitted provided that the loading equipment is constructed and operated in such manner that substantially all of the mixture deposited on the roadbed is picked and loaded in the finishing machine without contamination by foreign material of the mixture and excessive temperature loss is not encountered. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. Automatic screed controls, if required, shall meet the requirements of the Item, "Automatic Screed Controls for Asphaltic Concrete Spreading and Finishing Machines". F. ROLLERS It shall be the responsibility of the Contractor to have rolling equipment available on the job to properly compact the paving mixture in place as required without delay to the laydown operation. Rollers provided shall meet the qualifications for their type as follows: (1) PNEUMATIC TIRE ROLLERS (REQUIRED ON ALL BLACK BASE AND HOT MIX SURFACING) The rollers shall be acceptable medium pneumatic tire rollers conforming to the requirements of the Item, "Rolling (Pneumatic Tires)," Type B, unless otherwise specified on the plans. (2) TWO AXLE TANDEM ROLLER (REQUIRED ON ALL HOT MIX SURFACING) This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons. (3) THREE WHEEL ROLLER (REQUIRED ON ALL BLACK BASE AND HOT MIX SURFACING) This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons. (4) THREE AXLE TANDEM ROLLER This roller shall be an acceptable power driven three axle roller weighing not less than 10 tons. (5) TRENCH ROLLER This roller shall be an acceptable power -driven trench roller equipped with sprinkler for keeping the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive wheel shall be not less than 20 inches wide. The roller under working conditions shall produce 325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear. (6) VIBRATORY STEEL -WHEEL ROLLER (REQUIRED ON ALL BLACK BASE) This roller shall have a minimum weight of 6 tons. The compactor shall be equipped with amplitude and frequency controls and specifically designed to compact the material on which it is used, and shall be operated in accordance with the manufacturer's recommendations or as directed by the Engineer. (7) STRAIGHTEDGES AND TEMPLATES When directed by the Engineer, the Contractor shall provide acceptable 10 -foot straightedges for surface testing. Satisfactory templates shall be provided as required by the Engineer. (8) ALTERNATE EQUIPMENT When permitted by the Engineer in writing, equipment other than that specified which will consistently produce satisfactory results may be used. (9) INSPECTION 11% It will be the Contractor's responsibility to provide safe and accurate means to enable inspection forces to take all required samples, and to provide permanent means for checking the output of any specified metering device and to perform the calibration checks as required by the Engineer. G. STOCKPILING, STORAGE, PROPORTIONING AND MIXING (1) STOCKPILING OF AGGREGATES Prior to mixing operations with asphaltic material, processed mineral aggregate shall be stockpiled on an area previously cleared of trash, weeds and grass and smoothed as directed by the Engineer. The aggregate stockpiles shall be not less than 10 feet in height and constructed in layers not exceeding 18 inches in depth or as directed by the Engineer. The plant shall have and maintain at least a two-day supply of aggregates on hand, unless otherwise directed by the Engineer. Material shall be stockpiled in such a manner as to prevent segregation of aggregate and mixing of aggregates from stockpiles and/or sources. More than one stockpile will be permitted unless otherwise shown on plans.The gradation requirements for the individual stockpiles and proportioning from these stockpiles will be the Contractor's responsibility as approved by the Engineer. (2) STORAGE AND HEATING OF ASPHALTIC MATERIALS The asphaltic material storage shall be ample to meet the requirements of the plant. Asphalt shall not be heated to a temperature in excess of that specified in the Item,"Asphalts, 011s and Emulsions". All equipment used in the storage and handling of asphaltic material shall be kept in a clean condition at all times and shall be operated in such manner that there will not be contamination with foreign matter. (3) FEEDING AND DRYING OF AGGREGATE The feeding of various sizes of aggregate to the dryer shall be done through the cold aggregate bin and proportioning device in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. The aggregate shall be dried and heated to the temperature necessary to produce a mixture having the specified temperature. In no case shall the aggregate be introduced into the mixture unit at a temperature more than 4000 F. (4) PROPORTIONING The proportioning of the various materials entering the asphaltic mixture shall be the responsibility of the Contractor as approved by the Engineer and in accordance with these specifications. The asphaltic material and aggregates may be proportioned by weight or by volume based on weight using the specified equipment. (5) MIXING (a) WEIGH -BATCH TYPE MIXER In the charging of the weigh box and in the charging of the mixer from the weigh box such methods or devices shall be used as are necessary to secure a uniform asphalt mixture. In introducing the batch into the mixer, all mineral aggregate shall be introduced first and shall be mixed thoroughly for a period of 5 to 20 seconds, or as directed, to uniformly distribute the various sizes throughout the batch before the asphaltic material is added. The asphaltic material shall then be added and the mixing continued for a total mixing period of not less than 30 seconds. This mixing period may be increased, if in the opinion of the Engineer, the mixture is not uniform. The differential in temperature of the aggregates and the asphalt as they enter the pug mixer shall not exceed 250 F. Temporary storing or holding of the asphaltic mixture by the surge -storage system may be used during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge -storage bin must be of equal quality to that coming out of the mixer. (b) CONTINUOUS -TYPE MIXER The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixer shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. The differential in temperature of the aggregates and the asphalt as they enter the pug mixer shall not exceed 250 F. Checks on asphalt used shall be made at least twice daily comparing the asphalt used in ten loads of completed mix as shown on the asphalt recording meter and the design amount for these ten loads. The acceptable percent of variation between the asphalt used and the design amount will be as shown on the plans or as determined by the Engineer. Temporary storing or holding of the asphaltic mixture by the surge -storage system may be used during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge -storage bin must be of equal quality to that coming out of the mixer. (c) DRUM -MIX PLANT The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixing unit shall be so coordinated that a uniform mixture of the specified grading and asphalt content will be produced. Temporary storing or holding of the asphaltic mixture by the surge -storage system will be required during the normal day's operation. Overnight storage will not be permitted unless authorized in the plans or in writing by the Engineer. The mixture coming out of the surge storage -bin must be of equal quality to that coming out of the mixer. The mixture, when discharged from the plant, shall have a moisture content not greater than I percent by weight unless otherwise shown on the plans and/or specified by the Engineer. The moisture content shall be determined in accordance with Test Method Tex -212-F, Part II. The mixture produced from each type of mixer shall not vary from the specified mixture by more than the tolerances herein specified. The asphaltic mixture from each type of mixer shall be at a temperature between 3000 F and 3500 F when discharged from the mixer. The Engineer will approve the temperature within the above limitations, and the mixture when discharged from the mixer shall not vary from this selected temperature more than 250 F. H. CONSTRUCTION METHODS (1) TEMPERATURE REQUIREMENTS (a) HMAC - NOVEMBER 1 TO APRIL 1 1. The asphaltic mixture shall not be placed when the air temperature is below 550 F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 500 F and rising. (b) HMAC -APRIL 1 UNTIL NOVEMBER 1 1. The asphaltic mixture shall not be placed when the air temperature is below 500 F and falling. 2. The asphaltic mixture may be placed when the air temperature is above 450 F and rising. (c) ASPHALT STABILILZED BASE 1. The asphaltic mixture shall not be placed when the air temperature is below 450F and falling. 2. 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 being hauled from the plant to the job site. The air temperature shall be taken in the shade away from artificial heat or as reported by the National Weather Service on their hourly report (Telephone No. 762-0141). It is further provided that the prime coat, tack coat or asphalt stabilized base shall be placed only when the general weather conditions and temperature and moisture conditions of the subbase or subgrade,in the opinion of the Engineer, are suitable. If, after being discharged from the mixer and prior to placing, the temperature of the asphaltic mixture is 250 F or more below the temperature approved by the Engineer, all or any part of the load may be rejected and payment will not be made for the rejected material. (2) PRIME COAT 12 The prime coat shall consist of an application of 0.25 gallons per square yard of MC asphalt. The asphalt stabilized base shall not be applied on a previously primed course until the prime coat has completely cured to the satisfaction of the Engineer. (3) TACK COAT Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the Engineer, with an approved sprayer at a rate not to exceed 0.10 gallon per square yard of surface. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. The tack coat shall be rolled with a pneumatic tire roller when directed by the Engineer. (4) TRANSPORTING The asphaltic mixture, prepared as specified above shall be hauled to the work in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited, unless approved by the Engineer. (5) PLACING Generally, the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine, in such a manner that when properly compacted, the finished course will be smooth, of uniform density, and will conform with the typical sections shown on the plans and to the lines and grades established by the Engineer. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. The mixture shall be spread and compacted in layers or lifts as specified on the plans or as directed by the Engineer. The sequence of compacting shall be such that undue displacement of the edge of the course does not occur. On deep lifts, the edge of the course may be rolled with a motor grader wheel or similar equipment or supported by blading a roll of earth against the edge of the course prior to compacting the surface. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods. I. COMPACTION (1) As directed by the Engineer, the asphalt stabilized base shall be compacted thoroughly and uniformly with the specified rollers. In lieu of the rolling equipment specified, the Contractor may, upon written permission from the Engineer, operate other compacting equipment that will produce equivalent relative compaction as the specified equipment. If the substituted compaction equipment fails to produce the desired compaction as would be expected of the specified equipment, as determined by the Engineer, its use shall be discontinued. When directed by the Engineer, the initial compaction shall be accomplished with pneumatic tire rollers. (2) When rolling with the three wheel, tandem, or vibratory rollers, rolling shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheel unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. When rolling with vibratory steel wheel rollers, the manufacturer's recommendation shall be followed unless directed otherwise by the Engineer. Rolling with pneumatic -tire roller shall be done as directed by the Engineer. Rolling shall be continued until no further increase in density can be obtained and all roller marks are eliminated. The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any 13 displacement occurs, it shall be corrected at once by the use of a rake, and of fresh mixtures where required. The roller shall not be allowed to stand on any portion of the pavement mixture which has not been fully compacted. To prevent adhesion of the mixture to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the dropping of gasoline, oil, grease or other foreign matter on the roadway, either when the rollers are in operation or when standing. (3) The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thoroughly compacted with lightly oiled tamps. J. SURFACE FINISH The compacted material shall conform to the typical cross sections, lines and grades as shown on plans and directed by the Engineer and shall have a smooth surface with a reasonably uniform texture acceptable to the Engineer. Unacceptable finished surfaces may be corrected by the placement of additional mixture, all at the expense of the Contractor. K. PROTECTION OF THE WORK AND OPENING TO TRAFFIC The completed asphalt stabilized base course shall be opened to traffic as provided by the plans and as directed by the Engineer. All construction traffic allowed on the base course shall comply with the State laws governing traffic on highways unless otherwise authorized by the Engineer. When another roadway surface is provided for the traveling public and construction traffic through the project, the Engineer may prohibit traffic on the completed base course. L. SURFACE DENSITY TEST City personnel will provide density test and results throughout the construction process at no cost to the contractor. Samples of the compacted pavement shall be removed from locations designated by the Engineer to enable him todetermine the composition, compaction, and density of the pavement. Samples from each day, or fraction thereof, shall be taken by City personnel. The Contractor shall replace the pavement removed from core holes at no cost to the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made, as directed by the Engineer. 9. ASPHALTS Asphalts for use on this project shall comply with Texas State Highway Department Specification, Item 300. 10. HOT MIX ASPHALTIC CONCRETE SURFACE (HMAC) A. AGGREGATE GENERAL The mineral aggregate shall be composed of coarse aggregate, a fine aggregate, and if required, a mineral filler. Samples of coarse aggregate, fine aggregate and mineral filler shall be submitted to the City of Lubbock Materials Testing Laboratory for testing and approval by the Engineer. Approval of other material and of the source of supply must be obtained from the Engineer prior to delivery. The combined mineral aggregate, after final processing by the mixing plant, and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 34, unless otherwise shown on the plans when tested in accordance with Test Method Tex. -203-F. The percent of flat or elongated slivers of stone for any course shall not exceed 25%,when tested in accordance with Test Method Tex 224-F. Aggregate that appears susceptible to film stripping, when tested in accordance with Test Method Tex 218- F or ASTM D-1664, shall be rejected or conditioned with an anti -stripping agent, as directed by the Engineer. Prior to stockpiling of aggregates the area shall be cleaned of trash, weeds and grass and be relatively smooth. Aggregates shall be separated into stockpiles of different gradation, such as a large coarse aggregate and a small coarse aggregate stockpile and such that the grading requirements of the specified 14 type will be met when the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall contain more than 10 percent by weight of materials that will pass a No. 10 sieve except as noted on the plans or provided for by special provision. Fine aggregate stockpiles may contain small coarse aggregate in the amount of up to 15 percent by weight, 100 percent of which shall pass a 1/4 inch sieve, however, the coarse aggregate shall meet the quality tests specified herein for "Coarse Aggregates." Suitable equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent segregation of the aggregates. If the Contractor utilizes an asphalt continuous mix plant, the various aggregate stockpiles of different gradation will be stockpiled in the same manner as described for stockpiling of aggregate for asphalt stabilized base. That is the stockpiling of the aggregate shall be made up of layers of material not to exceed two feet in height of each layer. The edge of each succeeding layer shall extend inward so as not to overlap the edge of the layer below. In loading from the stockpile, the material shall be loaded by making successive vertical cuts through the entire depth of the stockpile. (1) COARSE AGGREGATE The coarse aggregate shall be that part of the aggregate retained on a No. 10 sieve; shall consist of clean, tough, durable fragments of crushed stone of uniform quality throughout; mixing or combining crushed gravel and crushed stone will not be permitted. The aggregate shall be crushed to the extent that produces a minimum of 90% crushed faces when tested in accordance with Test Method (Tex. -413- A). The aggregate shall have a maximum of 15% loss when subjected to 4 cycles of the Magnesium Sulfate Soundness Test (A.S.T.M. C-88-93). When coarse aggregate is tested in accordance with Test Method Tex. -217-F, the amount of organic matter, clays, loams or particles coated therewith or other undesirable materials shown on the plans shall not exceed 2 percent. When it is specified that the coarse aggregate be sampled during delivery to the plant, from the stockpile, or from the cold bin, the material removed when tested in accordance with test method Tex. - 217 -F (Part II, Decantation), shall not exceed 2 percent. The plasticity index of that part of the fine aggregate contained in the coarse aggregate passing the No. 40 sieve shall not be more than 6 when tested by the Test Method Tex. -106-E. However, where the coarse aggregate contains less than 5% of fine aggregate and the fine aggregate is of the same or similar material as the coarse aggregate, the P.I. requirements for the material passing the No. 40 sieve may be waived by the Engineer in writing. When it is specified that the coarse aggregate be sampled from the hot bins and tested in accordance with Test Method Tex. -217-F (Part II Decantation), the amount of material removed shall not exceed one percent. Tests performed as specified herein represent material processed or placed until a subsequent test is performed. The coarse aggregate shall have an abrasion of not more than 40 percent loss by weight when subjected to the Los Angeles Abrasion Test, Test Method Tex -410A. Coarse aggregate from each source shall meet the abrasion requirements specified. (2) FINE AGGREGATE The fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall consist of sand or screenings or a combination of sand and screenings. The plasticity index of that part of the sand passing the No.40 sieve shall not be more than 6 when tested by Test Method Tex -106-E. The plasticity index of that part of the screenings passing the No. 40 sieve shall be not more than 9, unless otherwise shown on plans, when tested by Test Method Tex -106- E. Fine aggregate from each source shall meet plasticity requirements. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified for coarse aggregate. (3) MINERAL FILLER The mineral filler shall consist of thoroughly dry stone dust, slate, dust, portland cement or other mineral dust approved by the Engineer. The mineral filler shall be free from foreign and other injurious matter. IE When tested by Test Method Tex -200-F (Dry Sieve Analysis), it shall meet the following grading requirements: Per Cent By Weight Passing a No. 30 sieve................................................................................100 Passing a No. 80 sieve, not less than............................................................90 Passing a No. 200 sieve, not less than..........................................................65 B. ASPHALTIC MATERIAL (1) ASPHALT FOR PAVING MIXTURES Asphalt for the paving mixtures shall be of the types of oil asphalt as determined by the Engineer. The grade of asphalt used shall be as designated by the Engineer after design tests have been made using the mineral aggregates that are to be used in the project. If more than one type of asphaltic concrete mixture is specified for the project, only one grade of asphalt will be required for all types of mixtures, unless otherwise shown on plans. The Contractor shall notify the Engineer of the source of his asphaltic material prior to production of the asphaltic mixture and this source shall not be changed during the course of the project except on written permission of the Engineer. (2) TACK COAT The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt RC -2, or shall be a Cut -Back Asphalt made by combining 50 to 70 percent by volume of the asphaltic material as specified for the type of paving mixture with 30 to 50 percent by volume of gasoline and/or kerosene. If RC -2 Cut - Back Asphalt is used, it may, upon instructions from the Engineer, be diluted by addition of an approved grade of gasoline and/or kerosene, not to exceed 15 percent by volume. C. PAVING MIXTURES -rvnC0 The paving mixture shall consist of a uniform mixture of coarse aggregate, fine aggregate and asphaltic material. The grading of each constituent of the mineral aggregate shall be such as to produce, when properly proportioned, a mixture which, when tested in accordance with Test Method Tex -200-F (Dry Sieve Analysis), will conform to the limitations for master grading given below for the type specified. (1) TYPE "C" (COARSE GRADED SURFACE COURSE) Passing7/8" sieve.......................................................................................................100 Passing5/8" sieve..............................................................................................98 to 100 Passing 5/8" sieve, retained on 3/8" sieve...........................................................12 to 25 Passing 3/8" sieve, retained on No. 4 sieve.........................................................15 to 30 Passing No. 4 sieve, retained on No. 10 sieve......................................................12 to 30 Total retained on No. 10 sieve................................................................................53 to 65 Passing No. 10 sieve, retained on No. 40 sieve....................................................10 to 20 Passing No. 40 sieve, retained on No. 80 sieve......................................................5 to 15 Passing No. 80 sieve, retained on No. 200 sieve....................................................5 to 15 PassingNo. 200 sieve..............................................................................................1 to 6 (2) MODIFIED TYPE "C" (COARSE GRADED SURFACE COURSE) The Engineer may designate the use of a modified Type "C" Surface Course. This design will stay in the limits of the above Type "C" but may vary from the upper limits of certain sieve designations to the lower limits of other sieve designations. or" D. LABORATORY CONTROL If the Contractor or supplier wish to use a material or location not previously approved by the City of Lubbock, he will be required to request approval in writing of the material not less than 60 days prior to anticipated use of the material. The City of Lubbock 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. The City of Lubbock will utilize its own testing laboratory to monitor the plant mixing for Black Base and Hot Mix. This laboratory control will be provided by the City of Lubbock. A representative of the City Engineer will be at the plant with full authority to control the mixing operation. In those instances where irregularities occur and the limits of the specification are exceeded for aggregate, black base, or hot mix, appropriate corrections will be required. E. TOLERANCES The Engineer will designate the exact grading of the aggregate and asphalt content to be used in the mixture. The paving mixture produced shall not vary from the designated grading and asphalt content by more than the tolerances allowed herein and shall remain within the limitation of the master grading specified. The respective tolerances, based on the percent by weight of the mixture, are listed as follows: Per Cent by Weight Passing 5/8" sieve, retained on 3/8" sieve..............................................................+ or -3 Passing 3/8" sieve, retained on No. 4 sieve............................................................+ or -3 Passing No. 4 sieve, retained on No. 10 sieve........................................................+ or -3 Total retained on No. 10 sieve................................................................................+ or -3 Passing No. 10 sieve, retained on No. 40 sieve ......................................................+ or -2 Passing No. 40 sieve, retained on No. 80 sieve ......................................................+ or -2 Passing No. 80 sieve, retained on No. 200 sieve ....................................................+ or -2 PassingNo. 200 sieve.............................................................................................+ or -2 AsphaltMaterial....................................................................................................+ or -0.2 F. EXTRACTION AND GRADATION TESTS Samples of the mixture when tested in accordance with Test Method Tex -21 0-F shall not vary from the grading proportions of the aggregate and the asphalt content designated by the Engineer by more than the respective tolerance specified above. (See Section IV -7-C (1) for methods of extraction of asphalt) During construction, if grading or asphalt content exceeds the tolerances stated herein, production will be discontinued until such time as the Hot -Mix Asphaltic Concrete mixture has been corrected and subsequent grading and extraction tests indicate results within the tolerance stated herein. All Hot Mix Asphaltic Concrete mixture so constructed, which exceeds the tolerances as stated herein will be removed and replaced at no cost to the Owner. (1) SAMPLING AND TESTING It is the intent of this specification that the mixture will be designed to produce a mixture of optimum density and stability, as determined by the Engineer, when tested in accordance with these specifications and applicable ASTM procedures. Samples of the completed pavement shall be removed from locations designated by the Engineer to enable him to determine the composition, compaction, and density to the pavement. Samples for each day, or fraction thereof, shall be taken by City personnel. The Contractor shall replace the pavement removed from core holes at no cost to the City. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made, as directed by the Engineer. 17 Thoroughfare Residential Traffic Traffic (2) DESIGN METHOD Min. Max. Min. Max. MARSHALL No. of compaction blows, each end of specimen 75 --- 50 --- Stability, Lbs. 1200 --- 1000 --- Flow, units of 0.01 in 8 16 8 18 % Air Voids - Surfacing or Leveling 3 5 3 5 Stability and density tests are control tests. If the laboratory stability and/or density of the mixture produced has a value lower than that specified, and in the opinion of the Engineer is not due to change in source or quality of materials, production may proceed, and the mix shall be changed until the laboratory stability and density equals or exceeds the specified values. If there is, in the opinion of the Engineer, an apparent change in any material from that used in the design mixtures, production will be discontinued until a new design mixture is determined by trial mixes. 11. SILO STORAGE A silo storage system may be used during the normal day's operation. The mixture coming out of the silo storage must be of equal quality and temperature to that coming out of the mixing plant. Any operation that has tendency to segregate the mixture or fails to maintain a thorough and uniform mixture and temperature shall not be used. If any load of mixture coming out of the silo storage system fails to meet the asphalt specifications or gradation requirements, then the total contents of the silo storage system shall be condemned. 12. BARRICADES AND SIGNS Barricades shall be constructed of clean, sound lumber, shall be of first-class workmanship, and all surfaces above ground shall be painted with an approved brand of white paint to secure thorough coverage and a uniform white color. In no case shall less than two coats be used. The paint for barricade stripes shall be reflective orange and reflective white. All dimension striping, lighting, painting, coloring and placement of barricades shall be in accordance to the details and design as set forth in the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Street and Highways, Part VI, issued in May, 1983. The Contractor shall maintain each barricade in a neat acceptable condition and furnish replacements when necessary or requested by the Engineer. Each sign shall be displayed only for the specific purpose prescribed for it. Before any detour or temporary route is open to traffic all necessary Regulatory, Warning and Guide signs shall be in place. Signs required by temporary conditions or restrictions shall be removed immediately when those conditions cease to exist or the restrictions are withdrawn. Guide signs directing traffic to and on temporary routes or detours shall be removed when no longer applicable. Important is standardization with respect to design and placement, and uniformity of application is equally important. Identical conditions should always be marked with the same type of sign, irrespective of where those particular conditions occur. All signs that are to convey their message during hours of darkness shall be reflectorized or illuminated. Signs for daytime use only may be non-reflectorized but a fluorescent background material will be used for increased daytime visibility if requested by the Engineer. Where there is serious interference from extraneous light sources, and a reflectorized sign is not likely to be effective, an illuminated sign will be used. Construction warning signs shall have a black legend on an orange background and shall conform to the standards as to size, shape and color as outlined in the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES mentioned above. Barricades, flares, and signs are a necessity in the construction involved in this contract. The provision of these items by the Contractor should be considered in the bid prices submitted, as no separate compensation will be made, unless indicated otherwise in the plans or the proposal. 18 No work will be permitted on any project prior to installation of barricades or other warning devices at the beginning and end of the construction area. 13. SINGLE COURSE AND TWO -COURSE MAINTENANCE A. GENERAL The following paragraphs give the specifications on the various materials which are to be used in single course and two -course maintenance projects. All materials shall be subject to the approval of the Engineer before being used. B. ASPHALTS Asphalts for use on this project shall comply with Texas State Highway Department Specifications, Item 300 including revisions, and a certified copy of the test results will be furnished to the City. C. 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. D. AGGREGATE FOR SINGLE COURSE AND TWO -COURSE PURPOSES All gravel or pre -coated gravel or pre -coated crushed stone shall have a maximum of fifteen percent (15%) loss when tested by the four (4) cycle magnesium sulfate soundness test A.S.T.M. C-88-90. 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 Operations 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 shall be made only AFTER the material is in stockpile in the City of Lubbock. (1) SINGLE COURSE Aggregate grading (TxDOT P.B. #5 Crushed Gravel). Percent by Weight Retained on 1/2" sieve.................................................................................0 Retainedon 3/8" sieve.............................................................................0 - 5 Retainedon #4 sieve.............................................................................40 - 85 Retained on #20 sieve...........................................................................99 —100 (2) TWO COURSE Aggregate Grading (Tx DOT P.B. #3 Crushed Gravel). Retained on 3/4" sieve.......... Retained on 5/8" sieve.......... Retained on 1/2" sieve.......... Retained on 3/8" sieve.......... Retained on %" sieve ............ Retained on #10 sieve.......... Percent by Weight ......................................................................0 .................................................................0 - 2 ...............................................................20 - 35 ...............................................................85-100 ...............................................................95 - 100 ...............................................................99 - 100 19 Aggregate grading (TxDOT P.B. #5 Crushed Gravel). Percent by Weight Retainedon 1/2" sieve................................................................................0 Retained on 3/8" sieve.............................................................................0 - 5 Retainedon #4 sieve.............................................................................45 - 85 Retained on #20 sieve...........................................................................98-100 (3) STOCKPILES The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading as to zoning requirements, smoothness and compaction of the ground, and traffic conditions. Stockpiles of aggregate to be incorporated into the project shall be protected from dust by drift fences of any suitable material approved by the Engineer, when sandstorms possibilities exist. Care will be taken to prevent dusty conditions in the stockpiles area from any sources. E. HERBICIDES The herbicides to be applied to weeds, grass, and other vegetation growing in the streets shall be a biodegradable surface acting liquid, such as "Roundup" or an approved equivalent. Unless otherwise directed by the Engineer, a soil sterilent shall not be used. 20 DETAILS OF CONSTRUCTION 1. CONCRETE A. CURB AND GUTTER (CLASS A CONCRETE) DESCRIPTION This item shall consist of Portland Cement 30" concrete curb and gutter, 24" concrete curb and gutter, 30" separate gutter, or 24" separate gutter, as shown on the plans or as directed by the Engineer, and shall be constructed of Class A concrete. Included in the curb and gutter item is the subgrade preparation and the filling and shaping of the area behind the curb. (1) CURB OPENINGS Separate gutter sections will be placed only across alleys and driveways presently in use or where definitely planned for future property improvements. It shall be the responsibility of the contractor to contact the property owner and determine the proper location of driveways before curb and gutter is constructed. All gutters across new or proposed driveways must meet the requirements set forth in the City Sidewalk and Driveway Regulations, Ordinance Number 1466 and amendments thereto and gutters across existing driveways will be required to conform to said regulations if no hardship to the existing property improvements is involved. In any event, all curb and gutter to be poured must have the engineer's approval as to driveway widths and location, in addition to the section, and line and grade approval before any pour is started on any curb and gutter unit. (2) EXCAVATION AND SUBGRADING (See Details of Construction, Section 2) Excavation for the curb and gutter shall be made with the excavation of the entire street. The excavation shall be done to the lines and grades set by the engineer and in such a manner as to require a maximum 1/2" (inch) of fill to bring the subgrade to the correct elevation. Subgrade that is undercut 1" (one inch) or more shall be brought to the correct elevation by scarifying, wetting, disking, blading, rolling and compacting to 95% Standard Proctor Density (A.S.T.M. D-698) with pneumatic rolling to correct elevation prior to setting forms. Before completion of curb and gutter, all traffic signs and street name markers found in the way of paving will immediately be relocated behind the proposed curb and gutter by the Contractor. (3) SETTTING FORMS Forms for concrete and gutter shall be set to the lines and grades established by the engineer after the subgrade has been prepared. The forms shall be held together and in place in such a manner that they will not move during the placing and working of the concrete. The forms shall be cleaned and oiled prior to pouring concrete. Face forms and construction joints (removable metal plates) shall be set to hold the concrete for the curb in place until it is to be finished. Forms for radii shall be set in the same manner as the straight forms except that no face form will be required if a true section is obtained by other methods. The radii forms shall be set in such a manner that the curve will be true. (4) PLACEMENT (Including Making Joints) Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing, and the concrete shall be floated and troweled to the approximate section, and only after the concrete receives a partial set shall the face forms be removed. The section shall then be shaped to the true cross-section by the use of a metal -screed which is shaped to the true cross-section. A "mule" screed shall be used only to shape to true cross-section when topping material is provided and pushed along on the front edge of the mule. Curb and gutter shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals of no more than forty (40) feet between the intersections. Forty feet intervals may be waived if curb and gutter machine is used. Expansion joints shall be of the material hereinbefore specified. Construction joints formed by removable metal plates (templates) accurately shaped to the cross-section of the curb and gutter shall be located at the mid -point of each section between expansion joints or as directed by the engineer. Contraction joints shall be placed at ten foot intervals. All joints shall be perpendicular to the surface of the concrete and to the axis of the section. (5) FINISHING A ten (10) foot metal "straight -edge" shall be used to strike the flow line to grade, continuously along the flow line of the gutter. This operation shall be followed with a four (4) foot spirit level to assure the continuous grade down the flow -line the length of the gutter. Curb and gutter shall be finished uniformly by wood trowelling to an accurate cross-section. Extra water will not be added for finishing. The final finish will be accomplished with a brush, the last stroke being one from the back of curb to the lip of gutter. Both sides of all joints, the lip of gutter, and the back edge of the curb shall be finished with a 1/4" radius edging tool before the final brushing. Curves at the top and bottom of the section shall present a uniform appearance without "waves" in the face of the curb or "pockets" in the gutter. Concrete shall not be poured during sand storms. Concrete shall be protected to maintain temperature of not less than 50 degrees F. for five days after placement. If aggregate and water are heated, they shall not be heated above 90 degrees F. Concrete shall not be placed when the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which would affect the placement and protection of the concrete, and be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. (6) REMOVING FORMS Special care is required of the Contractor in his removing of pins and of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary, a light, one (1) pound hammer shall be used. The contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be removed from the job site and not returned until they have been inspected by the Engineer. (7) MACHINE LAID CURB AND GUTTER Class A concrete shall be used for machine laid curb and gutter. The slump of the concrete shall be as directed by the Engineer. Reinforcing steel, if required, shall conform to Section 3 under Materials of Construction. The curb and gutter shall be laid by an extrusion machine approved by the Engineer. Immediately prior to placing the curb and gutter, the previously approved foundation shall be thoroughly cleaned. The line for top of curb shall be maintained from a guideline set by the Contractor from survey marks established by the Engineer. Curb outline shall strictly conform to the details shown on the plans. The approved mix shall be fed into the machine in such a manner and at such consistency that the finished curb will present a well compacted mass with a surface free from voids and honeycombs and true to established shape, line, and grade. Additional surface finishing shall be performed immediately after extrusion. Extra water will not be added for finishing. Unless otherwise specified by the Engineer, joints shall be constructed as follows: Expansion joints shall be located at each end radius at intersections and alley returns and at the beginning of the pour, and dummy grooved joints shall be spaced at 10 foot intervals between the expansion joints. (8) CURING All concrete work shall be covered with heavy water -proof type paper to prevent loss of moisture and to prevent direct sunlight from striking the concrete, as soon as it has set sufficiently enough to prevent marking. In lieu of this method of curing, the curb and gutter may be cured by applying a liquid membrane coating to all exposed surfaces, provided such material and method is first approved by the Engineer. (9) FILLING BEHIND CURB After the forms are removed and the concrete has cured, the contractor shall fill the area behind the curb with top soil. The area between the sidewalk and the curb or property line and curb, if no sidewalk exists, shall be leveled and sloped toward the curb in a manner satisfactory to the property owner and/or Engineer. Fill should be done prior to dumping caliche. (10) REPLACEMENT OF DAMAGED CURB AND GUTTER OR GUTTER No patching of any nature shall be allowed in repairing any damage to curb and gutter which occurs during the construction process of paving improvements in any unit prior to the acceptance of said unit. Where damage occurs, the section of curb and gutter or gutter containing the damaged portion shall be removed to the nearest joints and shall be replaced with new construction, prior to surfacing of that section of street. Concrete surface finish marred by vandals, rain or sand during setting time shall be immediately repaired with an approved epoxy material; all abused concrete surface, along with structural damage and defective flow line found at time of surfacing shall be handled as described in sentence 2 above. B. REINFORCED CONCRETE 30" SEPARATE GUTTER (Class E Concrete) Description This item shall consist of Portland cement 30" separate gutter constructed in accordance with the typical curb and gutter sections included in these specifications and at locations as shown on the plans or as directed by the Engineer. (1) SUBGRADE PREPARATION (See Details of Construction. Section 2) (2) REINFORCING STEEL (See Details of Construction, Section 3) (3) PLACEMENT OF REINFORCEMENT Care shall be taken to tie the (3) three horizontal # 3 bars to the (3) three vertical # 3 bar pins at a point 3" above the bottom. C. REINFORCED CONCRETE VALLEY GUTTERS (Class C and Class E Concrete) DESCRIPTION This item shall be constructed of Class C concrete for thoroughfare or collector street valley gutters and Class E concrete for residential street valley gutters and consists of the construction of an eight (8) inch concrete slab on thoroughfare or collector streets or a (6) inch concrete slab on residential streets reinforced with 4 -Number 3 bars on one and one-half (1-1/2) foot spacing for 5 foot wide valley gutters,(Cross bars shall be #3 bars 4-1/2 feet long) or with 6"x6" 6 gauge wire mesh. Fillet areas shall be reinforced as shown on the plans and constructed to the lines and grades as shown on the plans and as designated by the Engineer. Details of construction are the same as for curb and gutter where they can be directly applied. (1) SUBGRADE PREPARATION (See Details of Contruction. Section 2) (2) REINFORCING STEEL (See Details of Construction, Section 3) (3) PLACEMENT OF REINFORCEMENT Care shall be taken to hold the steel in the center of the slab, high chairs or precast concrete blocks shall be located at three (3) foot centers. Lapping distance shall be 40 diameters, and the lap shall be tied at three points with wire if steel bars are used. D. REINFORCED ALLEY PAVING SLAB AND ALLEY RETURNS (Class E Concrete) DESCRIPTION This item shall consist of reinforced concrete paving of variable thickness (5" to 7-1/2") constructed in the center 10 feet of alleys and shall be constructed of Class E concrete. All alley paving and alley returns shall be constructed in accordance to the Alley Paving Details. (1) FORMING Forms for alley slab shall be placed where necessary to form the outside edge of slab (where slab is not bordered by concrete curb and gutter or other permanent improvements such as building, docks, etc.)and where necessary to form construction and expansion joints (See "Alley Paving Details" on plans). On all edges, joints, etc. to be formed, the forms shall extend the entire depth of concrete. (2) SUBGRADE PREPARATION (See Details of Construction, Section 2) (3) REINFORCING Care shall be taken to securely hold the welded wire mesh 3" above the bottom of the slab by use of high chairs or pre -cast concrete blocks. (4) PLACEMENT Concrete shall be deposited so as to conform roughly to the finished cross-section. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. Concrete shall not be poured during sandstorms. Concrete shall be protected to maintain temperature of not less than 50 degrees F. for five (5) days after placement. If aggregate and water are heated, they shall not be heated above 90 degrees F. Concrete shall not placed when the ambient temperature is less than 40 degrees F. It shall be the responsibility of the Contractor to anticipate as nearly as possible changes in weather conditions which could effect the placement and protection of the concrete, and to be prepared to protect freshly placed concrete when sudden changes in the weather make such protection necessary. (5) FINISHING The shape and flow line of the alley paving slab may be established by the use of two (2") inch by four (4") inch wood screeds, or other approved removable devices, accurately staked to line and grade. If such devices are used they shall be in place before the final finishing of the subgrade and the subgrade shall be finished so that the concrete slab will be of the proper depth. The concrete shall be "struck off' to the true section and finished smooth by floating and troweling. The final finish shall be provided by brushing to provide a nonskid surface for traffic. Particular care shall be taken in the final troweling and finishing so that the finished slab presents a smooth straight surface without waves in the edge and without pockets in the flow line. (6) CURING AND PROTECTION All concrete work shall be covered with burlap or other suitable material as soon as it has set sufficiently to prevent marking and kept wet continuously for at least (4) days. Care shall be taken to prevent mechanical injury to concrete work during this period and until the work is accepted. Any work damaged prior to acceptance shall be repaired by the Contractor at his own expense and to the satisfaction of the City Engineer. The City Solid Waste Department shall be notified of all alley return and alley paving construction, and if possible, the length of time said return and/or alley shall be closed to traffic. The Contractor shall properly flare and barricade alley returns and alleys during the period of construction and as long afterward as the Engineer may require for curing and achieving strength. Before opening alley returns to traffic, the contractor shall properly fill and level by hand, (no maintainer shall be used until full strength of concrete is achieved), the adjacent approaches from the street and alley. In all cases, no alley or alley return shall be opened to traffic without the approval of the City Engineer. (7) REMOVING FORMS Special care is required of the Contractor in his removing of pins and moving of forms. Pins shall be pulled from the ground to free forms. If hammering is found to be necessary a light, one (1) pound hammer shall be used. The contractor shall not place forms or pins on newly finished concrete. Loading and unloading of forms from a truck shall be executed by two workmen. It is the duty of the Contractor to remove any warped forms found in any section of forms, before it is poured. When forms are pointed out as defective, those forms shall then be removed from the job site and not returned until they have been inspected by the Engineer. 4 (8) REPLACEMENT OF DAMAGED CONCRETE OR CONCRETE SURFACE Only patching of very minor nature will be allowed in alley paving. Any substantial damage occurring to the alley paving prior to the acceptance of the unit in which the damage occurs will be remedied by removal and replacement of the entire section or sections of alley paving that has been damaged. Any slab removed to a joint other than a doweled expansion joint will be replaced using joint section B -B in the Special Detail Sheets of these specifications. Extreme care shall be taken by the Contractor during "Setting -Up" period to prevent vandals, sand, or rain from marring the surface finish, to avoid being handled as described in sentence 2, above. E. REINFORCED CONCRETE MEDIAN CURB (CLASS A CONCRETE) DESCRIPTION This item shall consist of reinforced concrete slab (6") inches thick and may be placed on asphalt surface on caliche base, or on asphalt surface on concrete base. Median slab shall be doweled as shown on the plans. Details of concrete placement, finishing, and curing shall be used where applicable. SUBGRADE PREPARATION (See Details of Construction, Section 2) F. REINFORCED CONCRETE RAILROAD CROSSING (Class F Concrete) DESCRIPTION This item shall consist of the construction of Class F reinforced concrete as shown on Concrete Railroad Crossing Details. (File #2-B-92 [2]). (1) SUBGRADE PREPARATION (See Details of Construction, Section 2) (2) REINFORCING STEEL BARS TO BE USED Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be deformed to A.S.T.M. 305 requirements. (3) PLACEMENT OF REINFOREMENT Care shall be taken to hold the (1/2") bars above the bottom of the foundation slab and above the railroad ties as shown on the plans. In the top slab the vertical and horizontal bars shall be securely tied with wire. G. REINFORCING CONCRETE DRAINAGE SLABS (Class A Concrete) DESCRIPTION This item shall consist of a concrete slab (5") thick and containing wire mesh reinforcing which shall conform to "Standard Specification for Welded Steel Wire Fabric For Concrete Reinforcement' ASTM Designation A- 185. A transverse dummy groove contraction joint, as described in illustration 2-A-101, will be required every (13) feet. SUBGRADE PREPARATION (See Details of Construction. Section 2) H. CONCRETE PAVEMENT (Class C Concrete) DESCRIPTION This item shall consist of a pavement of portland cement concrete, with reinforcement as shown on plans, constructed as herein specified on the prepared subgrade and one inch of sand cushion or other base course in conformity with the thickness and typical cross sections shown on plans and to the lines and grades established by the Engineer. Concrete shall be considered of satisfactory quality provided it is made (a) of materials accepted for the job, (b) in the proportions established by the Engineer and (c) Mixed, placed, finished and cured in accordance with the requirements herein specified. (1) MATERIALS (a) CEMENT The cement shall be Type I or Type III standard brand of Portland cement. If the use of high early strength cement is not specified, and the Contractor desires to use it, he shall obtain written permission of the Engineer and shall assume all additional costs incurred by the use of such cement. Type I and Type III cement shall conform to the requirements of ASTM Designation: C150. When Type III cement is used, the average strength at the age of 7 days shall be higher than that attained at 3 days. Either the tensile or the compression tests may be used for either type cement. In addition to the requirements of ASTM Designation C150, the specific surface area of Type I cement shall not exceed 2,000 square centimeters per gram as measured by the Wagner Turbidmeter in accordance with Test Method Tex -310-D. (b) ADMIXTURES Unless otherwise provided in the plans or special provisions, approved types of admixtures to minimize segregation, to improve workability, or to reduce the amount of mixing water may be used in the rate of dosage specified by the Engineer. Admixtures shall not be used to replace cement. Admixtures shall comply with all the requirements and be measured and dispensed in accordance with T.H.D. Item 437, "Concrete Admixtures". (c) COARSE AGGREGATE. Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type) of reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable matter or other objectionable material, either free or as an adherent coating on the aggregate. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale nor more than 5.0 percent by weight of laminated and/or friable particles when tested in accordance with Test Method Tex -413-A. Coarse aggregate shall have a wear of not more than 45 percent when tested according to Test Method Tex -41 0-A and when tested by standard laboratory methods shall meet the following grading requirements: Retained on 1-3/4" sieve. Retained on 1-1/2" sieve. Retained on 3/4" sieve ....................... 0% .............................................................................0 to 5 % ........................................................................30 to 65% Retained on 3/8" sieve...................................................................................70 to 90% Retained on No. 4 sieve...............................................................................95 to 100% Loss by Decantation Test- Method Tex -406-A ....................................1.0% Maximum All aggregate shall be handled and stored in such a manner as to prevent size segregation and contamination by foreign substances. When segregation is apparent, the aggregate shall be remixed. At the time of its use, the aggregate shall be free from frozen material. Aggregate that contains more than 0.5 percent free moisture by weight shall be stockpiled for at least 24 hours prior to use. Adequate storage facilities shall be provided for all approved materials. The intermixing of nonapproved materials with approved materials either in stockpiles or in bins will not be permitted. Aggregates from different sources shall be stored in different stockpiles unless otherwise approved by the Engineer. Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as nearly as possible in a uniform condition of moisture. Each aggregate stockpile shall be reworked with suitable equipment as required by the Engineer to remix the material to provide uniformity of the stockpile. (d) FINE AGGREGATE. Fine aggregate shall consist of sand or a combination of sands, and shall be composed of clean, hard, durable, uncoated grains. Unless otherwise shown on plans, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex -612-J. (e) FINE AGGREGATE EXCLUSIVE OF MINERAL FILLER Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities, Test Method Tex -408-A, the fine aggregate shall not show a color darker than the standard. Unless specified otherwise, fine aggregate shall meet the following grading requirements: Retained on 3/8" sieve..........................................................................................0% Retained on No.4 sieve..................................................................................0 to 5% Retained on No. 8 sieve...............................................................................0 to 20% Retained on No. 16 sieve...........................................................................15 to 30% Retained on No. 30 sieve...........................................................................35 to 75% Retained on No. 50 sieve...........................................................................70 to 90% Retained on No. 100 sieve.......................................................................90 to 100% Retained on No. 200 sieve.......................................................................97 to 100% Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex -203-F). The sand equivalent value shall not be less than 80, or less than the value shown on the plans, whichever is greater. (f) MINERAL FILLER Mineral filler shall consist of clean stone dust, crushed sand, crushed shell or other approved inert material. When tested in accordance with Test Method Tex -401-A, it shall meet the following requirements: Retained on No. 30 sieve........................................................................................0% Retained on No. 200 sieve.............................................................................0 to 35% At the time of its use the mineral filler shall be free from frozen material, and aggregate containing foreign material will be rejected. (g) MIXING WATER Water for use in concrete and for curing shall be free from oil acids, organic matter or other deleterious substances and shall not contain more than 1,000 parts per million of chlorides as CL. nor more than 1,000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use. Test procedure shall be in accordance with AASHO Designation: T 26. (h) STEEL DOWEL BARS Steel bar dowels, if used in accordance with provisions of project plans, shall be of the size and type indicated on plans and shall be open-hearth, basic oxygen or electric -furnace steel conforming to the mechanical properties specified for grade 60 in ASTM Designation: A615. The free end of dowel bars shall be smooth and free of shearing burrs. 7 (i) STEEL REINFORCEMENT Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars shall be open-hearth, basic oxygen or electric -furnace new billet steel of Grade 60 or Grade 40 for concrete reinforcement. Bars that require bending shall be Grade 40 conforming to requirements of ASTM Designation: A-615. High yield reinforcing steel shall be either (1) open-hearth, basic oxygen or electric -furnace new billet steel conforming to the requirements of ASTM Designation: A-615 Grade 60 or (2) rail steel bars for concrete reinforcement, conforming to the requirements of ASTM Designation: A-616 Grade 60. (Bars produced by piling method will not be accepted). Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel wire conforming to the requirements of ASTM Designation: A 496, except that steel shall be made by open-hearth, electric -furnace, or basic oxygen processes. The prefabricated wire mats shall conform to the requirements of ASTM Designation: A 497. Mats that have been bent or wires dislocated or parted during shipping or project handling shall be realigned to within one-half inch of the original horizontal plane of the mat. Mats with any portion of the wires out of vertical alignment more than one-half inch after realignment and/or wires dislocated or mutilated so that, in the opinion of the Engineer, they do not represent the original mat, shall be rejected. The mats may be clamped or wired so that the mats will retain the horizontal and vertical alignment as specified by the plans or as approved by the Engineer. Deformed wire may be used for tie bars and load transfer bars that require bending. When fabricated steel bar or rod mats are specified, the mats shall meet the requirements of ASTM Designation: A-184. Q) MECHANICAL VIBRATORY EQUIPMENT All concrete placed for pavement shall be consolidated by approved mechanical vibrators designed to vibrate the concrete internally. The internal type will be used for full -depth placement. Vibratory members shall extend across the pavement practically to, but shall not come in contact with the side forms. Mechanically operated vibrators shall be operated in such a manner as to not interfere with the transverse or longitudinal joints. Separate vibratory units shall be operated at sufficiently close intervals to provide uniform vibration and consolidation to the entire width of the pavement. The frequency in air of the internal spud type vibratory units shall be not less than 8,000 cycles per minute and not less than 5,000 cycles per minute for tube types and the method of operation shall be as directed by the Engineer. The Contractor shall have a satisfactory tachometer available for checking the vibratory elements. The pavement vibrators shall not be used to level or spread the concrete but shall be used only for purposes of consolidation. The vibrators will not be operated where the surface of the concrete, as spread, is below the elevation of the finished surface of the pavement, except for the first lift of concrete where the double strike off method of placement is employed, and the vibrators shall not be operated for more than 15 seconds while the machine upon which they are installed is standing still. Approved hand manipulated mechanical vibrators shall be furnished in the number required for provision of proper consolidation of the concrete along forms, at joints and in areas not covered by mechanically controlled vibrators. These vibrators shall be sufficiently rigid to insure control of the operation position of the vibrating head. Complete and satisfactory consolidation of the concrete pavement is a most important requirement of this specification. Cores taken shall be carefully examined for voids, honeycombing or other evidence of incomplete consolidation. If such evidence is present, changes in the consolidation procedures and/or equipment will be made to insure satisfactory consolidation. (k) FINISHING Machine -Finishing. All concrete pavement shall be finished mechanically with approved power -driven machines, except as herein provided. Hand -finishing will be permitted on the transition from a crowned section to a superelevated section without crown or curves, and on straight line superelevation sections less than 300 feet in length. Hand -finishing will also be permitted on that portion of a widened pavement outside the normal pavement width, on sections where the pavement width is not uniform, or required monolithic widths are greater than that of available finishing machines. Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven vibrators, power -driven transverse strike -off, and screed, or such alternate equipment as may be substituted and approved by the Engineer. All concrete shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand -manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. The transverse finishing machine shall first be operated to compact and finish the pavement to the required section and grade, without surface voids. The machine shall be operated over each area as many times and at such intervals as directed. At least two trips will be required and the last trip over a given area shall be a continuous run of not less than 40 feet. After completion of finishing with the transverse finishing machine a transverse drag float may be used. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only and shall be held to a minimum. After finishing is complete and the concrete still workable, the surface shall be tested for trueness with an approved 10 -foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centerline and passed across the slab to reveal any high spots or depression. The straightedge shall be advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required below, after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. For one -lane pavement placement and uniform widening, the equipment for machine -finishing of concrete pavement shall be as directed by the Engineer but shall not exceed the requirements of these specifications. After completion of the straightedge operation, as soon as construction operations permit, texture shall be applied with 1/8 -inch wide metal tines with clear spacing between the tines being not less than 1/4 inch nor more than 1/2 inch. If approved by the Engineer, other equipment and methods may be used, provided that a surface texture meeting the specified requirements is obtained. The texture shall be applied transversely. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.060 inch with a minimum texture depth of 0.050 inch for any one test when tested in accordance with Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. (1) PROPORTIONING OF CONCRETE Concrete shall be composed of Portland cement, fine aggregate, coarse aggregate, mineral filler and/or admixture if used and water, mixed in proportions as approved by the Engineer in the mix design as submitted by a commercial laboratory and in the manner set forth in this specification. On the basis of job and laboratory investigations of the proposed materials, the Engineer will fix the proportions by weight of water, coarse aggregate, fine aggregate, cement, admixture and mineral filler where required, in order to produce concrete of the specified strength and workability. (m) CONCRETE STRENGTH The concrete mix will be designed with the intention of producing a minimum average flexural strength (Modulus of rupture) of 600 pounds per square inch and compressive strength of 3000 psi at 7 days and/or a 28 day compressive strength of 3,600 pounds per square inch. The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not 9 exceed 0.85. Unless otherwise shown on plans the concrete shall contain not less than six sacks of cement per cubic yard of concrete. The water -cement ratio (net gallons of water per sack of 94 pound cement) shall not exceed 6.0 gallon/sack. Concrete specimens shall be prepared, cured and tested as outlined in THD Bulletin C-11. (n) WORKABILITY OF CONCRETE Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as concrete which can be placed without honeycomb and without voids in the surface of the pavement. Workability shall be obtained without producing a condition such that free water appears on the surface of the slab when being finished as specified. Where water appears on the surface of the concrete after finishing and this condition cannot be corrected by reasonable adjustment in the batch design, the bleeding will be immediately corrected by one of the following measures or a combination of two or more of the following listed measures: (1) Redesign of the batch (2) Addition of mineral filler to fine aggregate (3) Increase of cement content In the event that the measures taken do not eliminate the bleeding immediately, concrete placement operations will be suspended, as directed by the Engineer, and will remain suspended, until such time as additional trial mixes demonstrate that a non-bleeding batch design has been achieved. Failing to achieve a satisfactory laboratory batch design the Contractor will be required to use different materials and to submit samples thereof for additional trial mixes and pilot beams as specified in THD Bulletin C-11. The mix will be designed with the intention of producing concrete which will have a slump of 1-1/2 inches when tested in accordance with THD Bulletin C-11. The slump shall not be less than 1 inch nor more than 3 inches. (o) MIX DESIGN Prior to the beginning of the concrete placement, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, sufficient compression tests using various quantities of cement and aggregates proposed for use shall be supplied the Engineer for consideration. Mixes will be designed and made in sufficient number to represent a wide range of water -cement ratios. These mixes shall comply with the requirements herein prescribed for workability. From these preliminary tests the water -cement ratio required to produce concrete of the specified strength will be selected by the Engineer. The Contractor may, at any time, present in writing a suggested mix design and the Engineer will make the tests necessary to determine its acceptability under these specification requirements. For mixing the concrete to be used in making the preliminary test specimens, the Contractor shall furnish and operate the mixer approved for use on this project. A minimum one cubic yard batch shall be mixed or a batch of sufficient size to afford proper mixing, whichever is the greater. In lieu of the above mixer and procedure, the Contractor may furnish a portable mixer of sufficient rated capacity to mix a minimum three -sack batch; in which case, the batch mixed for the preliminary test shall not be less than the rated capacity of the mixer furnished. No additional compensation will be allowed for equipment, materials or labor involved in making preliminary test specimens. After the mix proportions and water -cement ratio required to produce concrete of the specified strength have been determined, placing of the concrete may be started. Type I cement shall have a specified surface area within a range of 1,600 to 1,900 square centimeters per gram. A change in the specific surface of the cement of more than 100 square centimeters per gram may require a new mix design. OR (p) SUBGRADE AND FORMS PREPARATION OF SUBGRADE. Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed shall be completed to or above the plane of the typical sections shown on the plans and the lines and grades established by the Engineer. Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade cut in the preparation of the subgrade or setting of pavement forms shall be resealed or the subgrade restored to the original conditions as directed by the Engineer. See Details of Construction, Section 2. The subgrade shall be maintained in a smooth, compacted condition in conformity with the required section and established grade until the pavement is placed and shall be kept thoroughly wetted down sufficiently in advance of placing any pavement to insure its being in a firm and moist condition for at least 2 inches below the prepared surface. Sufficient subgrade shall always be prepared in advance to insure satisfactory prosecution of the work. No equipment or hauling shall be permitted on the prepared subgrade, except by special permission of the Engineer, which will be granted only in exceptional cases and only where suitable protection in the form of two-ply timber mats or other approved material is provided. (q) PLACING AND REMOVING FORMS The subgrade under the forms shall be firm and cut true to grade so that each form section when placed will be firmly in contact for its whole length and base width, and exactly at the established grade. Forms shall be staked with at least three pins for each 10 -foot section. A pin shall be placed at each side of every joint. Form sections shall be tightly joined and keyed to prevent relative displacement. Forms shall be cleaned and oiled each time they are used. Forms shall be set for a sufficient distance in advance of the point where concrete is being placed to permit a finished and approved subgrade length of not less than 300 feet ahead of the mixing. Conformity of the grade and alignment of forms shall be checked immediately prior to placing concrete, and all necessary corrections made by the Contractor. Where any forms have been disturbed or any subgrade becomes unstable, the forms shall be reset and rechecked. In exceptional cases, the Engineer may require stakes driven to the grade of the bottom of the forms. Sufficient stability of the forms to support the equipment operated thereon and to withstand its vibration without springing or settlement shall be required. If forms settle and/or deflect over 1/8 inch under finishing operations, paving operations shall be stopped and the forms shall be reset to line and grade. Forms shall remain in place for not less than 12 hours after the concrete has been placed. They shall be carefully removed in such a manner that little or no damage will be done to the edge of the pavement. Any damage resulting from this operation shall be immediately repaired. After the forms have been removed, the ends of all joints shall be cleaned, and any honeycombed areas pointed up with approved mortar. Immediately after pointing is completed, the form trench, if used, shall be filled with earth from the shoulders in such a manner as to shed water from rainfall or curing away from the edge of the pavement. On completion of the required curing, the subgrade or shoulders adjacent to the pavement shall be graded in a condition to maintain drainage. Allowable grade revisions shall in no way affect the governing finishing and surface requirements of the completed pavement. All grade revisions shall be established by the Engineer. No additional payment over the contract unit price will be made for any pavement of a thickness exceeding that required on the plans as a result of adjustment of the forms. I. CONCRETE MIXING AND PLACING (1) MIXING The aggregates, mineral filler if required, cement and water shall be measured separately, introduced into the mixer, and mixed for a period of not less than 50 seconds nor more than 90 seconds, measured from the time the last aggregate enters the drum to the time discharge of the concrete begins. The required water shall be introduced into the mixing drum during the first 15 seconds of mixing. The entire contents of the drum shall be discharged before any materials of the succeeding batch are introduced. 11 The Engineer may increase the minimum mixing time to that necessary to produce thoroughly mixed concrete based on inspection or appropriate uniformity tests. The mixing time may be varied at any time necessary to produce acceptable concrete. If Ready -Mix concrete is used, the concrete shall be discharged into the specified hauling equipment and delivered to the road site. If truck agitators are used, the concrete shall be continuously agitated at not less than one nor more than six rpm as directed by the Engineer. The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by additional mortar. The additional mortar shall be one sack of cement and three parts of sand. (2) PLACING Any concrete not placed as herein prescribed within 30 minutes after mixing shall be rejected and disposed of as directed except as provided otherwise herein. Except by specific written authorization of the Engineer, concrete shall not be placed when the temperature is below 40F, the temperature being taken in the shade and away from artificial heat. When such permission is granted, the Contractor shall furnish an approved enclosure, such as canvas - covered framework, to enclose and protect all pavement so placed, and shall maintain the temperature of the air surrounding the concrete at not less than 500 F for not less than 5 days. When concrete is being placed in cold weather, other than under the conditions stated above, the Contractor shall have available a sufficient supply of an approved covering material to immediately protect concrete if the air temperature falls to 320 F, or below, before concrete has been placed 4 hours. Such protection shall remain in place during the period the temperature continues below 320 F or for a period of not more than 5 days. Neither salt nor other chemical admixtures shall be added to the concrete to prevent freezing. The Contractor shall be responsible for the quality and strength of concrete under cold weather conditions and any concrete damage by freezing shall be removed and replaced at his expense. Concrete shall not be placed before sunrise and shall not be placed later than will permit the finishing of the pavement during sufficient natural light. Concrete shall be placed only on approved subgrade or sub -base, and unless otherwise indicated on plans, the full width of the pavement shall be constructed monolithically. The concrete shall be deposited on the subgrade or sub -base in such manner as to require as little rehandling as possible. Where hand spreading is necessary, concrete shall be distributed to the required depth by use of shovels. The use of rakes will not be permitted. Workmen will not be permitted to walk in the concrete with any earth or foreign material on their boots or shoes. The placing of concrete shall be rapid and continuous. Concrete shall be distributed to such depth that when consolidated and finished, the slab thickness required by plans will be obtained at all points and the surface shall not, at any point, be below the established grade. Special care shall be exercised in placing and spading concrete against forms and at all joints to prevent the forming of honeycombs and voids. If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that the quality of the concrete will not be adversely affected, the specified placing time may be extended to a maximum of 45 minutes. (3) REINFORCING STEEL All reinforcing steel, including steel wire fabric reinforcement, tie bars, and dowel bars shall be accurately placed and secured in position in accordance with details shown on plans. Reinforcing bars shall be securely wired together at alternate intersections, following a pattern approved by the Engineer, and at all splices, and shall be securely wired to each dowel intersected. When wire fabric is used, it shall be securely wired together at all splices and to each dowel intersected. Tie bars shall be installed in the required position by the method and device shown on plans or by approved method and device equivalent thereto. Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be removed except that excessive loss of section to the reinforcement due to rust shall be cause for rejection. Excessive loss of section shall be defined as loss of section to the extent that the reinforcement will no longer meet the physical requirements for the size and grade of steel specified. 12 Where plans require an assembly of parts at pavement joints, the assembly shall be completed, placed at required location and elevation, and all parts rigidly secured in required position by the method and devices shown on plans. Dowel bars shall be accurately installed in joint assemblies in accordance with plans, each parallel to the pavement surface and to the center line of the pavement, and shall be rigidly secured in required position by such means (as shown on plans) that will prevent their displacement during placing and finishing of the concrete. (4) JOINTS When the placing of concrete is stopped, a bulkhead of sufficient cross sectional area to prevent deflection, accurately notched to receive the load transmission devices or dowels if required, and shaped accurately to the cross section of the pavement shall be provided and installed as a back-up for the joint filler and rigidly secured in required position to permit accurate finishing of the concrete up to the joint. After concrete has been finished to the joint, formation of the joint seal space and finishing of the joint shall be executed. The back-up bulkhead shall remain in place until immediately prior to the time when concrete placing is resumed, when it shall be carefully removed in such manner that no element of the joint assembly will be disturbed. The exposed portion of the joint assembly shall be free of adherent concrete, dirt or other material at the time placing of concrete is resumed. If necessary for proper installation of joint sealer, excessive spalling of the joint groove shall be repaired to the satisfaction of the Engineer in the manner which he prescribes. Careful workmanship shall be exercised in the construction of all joints to insure that the concrete sections are completely separated by an open joint or by the joint materials and to insure that the joints will be true to the outline indicated. (5) WEAKENED PLANE JOINTS Weakened plane joints shall consist of transverse contraction joints and longitudinal joints and shall be sawed as specified on the plans or as directed by the Engineer. When the joints are sawed, the saw shall be power driven, shall be manufactured especially for the purpose of sawing concrete, and shall be capable of performing the work. Saw blades shall be designed to make a clean smooth cut having a width and depth of cut as detailed on the plans. Tracks adequately anchored, chalk, string line or other approved methods shall be used to provide true alignment of the joints. The concrete saw shall be maintained in good operating condition and the Contractor shall keep a stand-by power saw on the project at all times when concrete operations are under way. If membrane curing is used, the portion of the seal which has been disturbed by sawing operations shall be restored by the Contractor by spraying the area with additional curing seal. (6) CONTRACTION JOINTS Transverse contraction joints shall be formed or sawed joints perpendicular to the centerline and surface of the pavement. Where sawed joints are used, contraction joints at approximately 10 to 15 -foot intervals shall be sawed as soon as sawing can be accomplished without damage to the pavement and before 12 hours after the concrete has been placed, the exact time to be approved by the Engineer. The remaining contraction joints shall be sawed in a uniform pattern as directed by the Engineer, and they shall be completed before uncontrolled cracking of the pavement takes place. All joints shall be completed before permitting traffic to use the pavement. (7) LONGITUDINAL JOINTS Longitudinal joints shall be sawed within two days after construction of the pavement. Sawing shall not cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic (including construction traffic) shall be permitted on the pavement until the longitudinal joint is cut. (8) JOINT SEALERS After the joints in the hardened concrete have been repaired (if necessary) and cleaned to the satisfaction of the Engineer, the joints will be filled with the W.R. Meadows sof-seal or approved equivalent. After the sealant is installed it will effectively seal the joints against water, dirt and stones throughout repeated cycles of expansion and contraction. 13 (9) ASPHALT BOARD Premolded materials, wherever used, shall be anchored to the concrete on one side of the joint by means of copper wire or nails not lighter than No. 12 B&S gage. Such anchorage shall be sufficient to overcome the tendency of the material to fall out of the joint. (10) SPREADING AND FINISHING All concrete pavement shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. After finishing is completed and the concrete still workable, the surface shall be tested for trueness with an approved 10 -foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centering and passed across the slab to reveal any high spots or depressions. The straightedge shall be advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. Extra water will not be added for finishing. After completion of the straightedge operation, the first pass of the burlap drag shall be made as soon as construction operations permit and before the water sheen has disappeared from the surface. This shall be followed by as many passes as required to produce the desired texture depth. There shall be no unnecessary delays between passes. The drag shall be wet during use and maintained clean and free from encrusted mortar. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.025 inches with a minimum texture depth of 0.020 inches for any one test. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of providing textures when the pavement surface is in such a condition that the burlap drag or other methods being employed will not provide the desired texture. After completion of dragging and about the time the concrete becomes hard; the edge of the slab and joints shall be carefully finished as directed by the Engineer, and the pavement shall be left smooth and true to line. (11) PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC The Contractor shall erect and maintain the barricades required by plans and such other standard and approved devices as will exclude public traffic and traffic of his employees and agents from the newly placed pavement for the periods of time and at locations hereinafter prescribed by the Engineer. Portions of the roadway, or crossings of the roadbed required to be maintained open for use by traffic, shall not be obstructed by the above required barricades. The pavement shall be closed to all traffic, including vehicles of the Contractor, until the concrete is at least 7 days old. This period of closure to all traffic may be extended if, in the opinion of the Engineer, weather or other conditions make it advisable to provide an extension of the time of protection. At the end of the 7 day period and as long thereafter as ordered by the Engineer, and if so desired by the Contractor, the pavement may be opened for use by vehicles of the Contractor provided the gross weight (vehicle plus load) of such vehicles does not exceed 14,000 pounds. Such opening, however shall in no manner relieve the Contractor from his responsibilities for the work. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned and earth placed against the pavement edges before permitting vehicles thereon. After the concrete in any section is 14 days old, or as long thereafter as ordered by the Engineer, such section of pavement may be opened to all traffic as required by plans or when so directed by the Engineer. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the 14 pavement cleaned, earth placed against the pavement edges and all other work performed as required for the safety of traffic. When High Early Strength Concrete, resulting from the use of Type III cement as required by plans or special provisions, is used, the pavement may be opened to all traffic after the concrete is 7 days old, or as long thereafter as ordered by the Engineer, subject to the same provisions governing the opening after 14 days as above prescribed. Where the Contractor desires to move any equipment not licensed for operating on public streets, on or across any pavement opened to traffic, he shall protect the pavement from all damage by means of two- ply timber mats of 2 inch stock or runways of heavier material laid on a layer of earth, all as approved by the Engineer. The Engineer may require the opening of pavement to traffic prior to the minimum time specified above under conditions of emergency which in his opinion require such action in the interest of the public. In no case shall the Engineer order opening of the pavement to traffic within less than 72 hours after the last concrete in the section is placed. The Contractor shall remove all obstructing materials, place earth against the pavement edges and perform other work involved in providing for the safety of traffic as required by the Engineer in ordering emergency opening. Orders for emergency opening of the pavement to traffic will be issued by the Engineer in writing. 2. EARTH WORK A. SUBGRADE PREPARATION FOR CURB AND GUTTER, STREETS, PAVING (ASPHALT AND CONCRETE) ALLEY RETURNS, ALLEY PAVING, VALLEY GUTTERS, AND EARTH WORK. DESCRIPTION Sub -grade preparation shall include the removal, haul and disposal of all obstructions, including existing curbs, gutters, paving materials, base materials, concrete slabs and other obstructions shown on the plans or as designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with compactors to a depth of at least 6" on residential streets and to a depth of 12" on major thoroughfares and collector streets. Compactors will be used from the bottom to the finished sub -grade elevation to compact the subgrade to 95% Standard Proctor Density (A.S.T.M. D-698) in conformity to the line, grade and sections as shown on the plans or as established by the Engineer. After the obstructions have been removed, or in conjunction with such removal, the street bed and/or alley return foundation and/or sidewalk foundation shall be excavated and shaped in conformity with the typical section and to the line and grades as shown on the plans or as established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring the subgrade to the correct elevation. When the subgrade is too low as initially excavated, the Contractor shall place additional soil or caliche in layers not exceeding four (4") inches and compact each layer by moistening and rolling. (1) SCRAPER WORK The utilization of a scraper for excavation and shaping of subgrade and base is permitted with exceptions which are determined by depths of utility lines. Unless otherwise specified by the Engineer, the scraper shall not exceed 23 cubic yards capacity as rated loaded flush by the manufacturer. (2) COMPACTION The subgrade will be wetted and rolled to secure 95% Standard Proctor Density. Before placement of the base and/or curb and gutter and/or concrete valley gutter and/or alley return slab and/or sidewalk, the subgrade will be checked by test rolling six (6) times or more if required by the Engineer with a self- propelled roller weighing not less than 35 tons. Any soft of unstable spots found by test rolling will be corrected by removing the soft or unstable material and replacing it with suitable soil compacted to 95% Proctor Density. The areas so corrected shall be test rolled as specified above. (3) INTERSECTION Special care shall be exercised in grading street intersections where dips are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 15 six (6") or nine (9"). Crown section shall begin to decrease 60 feet back of end of radius for residential streets. Wider street dips will be blue topped as shown on the detail sheet. (4) PROSECUTION OF THE WORK The Contractor may proceed with subgrade preparation on any schedule he may select except that, unless hindered by factors beyond his control, not more than seven (7) calendar days shall elapse between the time subgrade preparation is begun and the spreading and compacting of the caliche base has started. Measures shall be taken by the contractor not to leave driveways impassable during the night hours. (5) EXCESS MATERIALS Materials excavated in excess of that needed in fill and backfill behind curb shall be wasted by the Contractor. Care shall be taken by the Contractor to use only topsoil in the backfill behind the curbs. The Contractor may dispose of the surplus excavated material in any manner not objectionable to the public, and it is his responsibility to locate a suitable site for dumping the waste excavation. In any event, the Contractor shall not dispose of the surplus materials in any of the lake areas either outside or within the city limits. Location of disposal sites near any lake area must be approved by the Engineer. (6) SUBGRADE FOR ALLEY PAVING The preparation of the subgrade for concrete alley paving shall be done in the same manner as other subgrade excavation which requires scarifying, wetting, disking, blading, rolling, and compacting. The Contractor will be required to excavate around existing improvements such as gas meter, water meters, poles, etc. Each of these obstructions shall be the responsibility of the Contractor. Trees that conflict with the improvements shall be removed by the Contractor upon approval of the Engineer. The Contractor shall shape to subgrade to the cross-section shown on the plans and to the lines and grades established by the Engineer. After the forms are set and before the reinforcing is placed, the Contractor shall finally shape the subgrade so that there will be a minimum thickness of concrete of five (5") inches at the centerline and seven and one-half inches (7-1/2") at the outside edges. All areas where fill material is required shall be compacted. The subgrade shall be wetted and rolled to secure 90% Proctor Density in the upper six (6") making a firm foundation for the alley paving. The Contractor will be required to shape the portion of the alley outside of the limits of the concrete slab so that all drainage in the alley will be to the invert of the concrete slab. Excess excavated materials shall be hauled to any approved location. B.EMBANKMENT nFSCRIPTION Prior to placing any embankment, all "Preparing Right -Of -Way" and/or "Clearing and Grubbing" operations shall have been completed on the excavation sources and areas over which the embankment is to be placed. Stump holes or other small excavations in the limits of the embankment shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed loosened ground, or surface roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods and where indicated on plans or required by the Engineer, the ground surface thus prepared shall be compacted by sprinkling and rolling. Where embankments are to be placed adjacent to or over existing roadbeds, the roadbeds slopes shall be plowed or scarified to a depth of not less than six (6") inches and the embankment built up in successive layers, as hereinafter specified, to the level of the old roadbed before its height is increased. Then, if directed, the top of the roadbed shall be scarified and recompacted with the next layer of the new embankment. The total depth of the scarified and added material shall not exceed the permissible depth of layer. Trees, stumps, roots, vegetation, or other unsuitable materials shall not be placed in embankment. Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the roadbed and unless otherwise specified each layer shall be so 16 constructed as to provide a uniform slope of 1/4" inch per foot from the center line of the roadbed to the outside. Embankments shall be constructed to the grade established by the Engineer and completed embankments shall correspond to the general shape of the typical sections shown on the plans and each section of the embankment shall correspond to the detailed section or slopes established by the Engineer. After completion of the roadway, it shall be continuously maintained to its finished section and grade until the project is accepted. Except as otherwise specified, earth embankments shall be constructed in successive layers for the full width of the individual roadway cross section and in such lengths as are best suited to the sprinkling and compaction methods utilized. Layers of embankment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by blading or other acceptable methods from piles or windrows dumped from excavating or hauling equipment in such amounts that material is evenly distributed. Minor quantities of rock encountered in constructing earth embankment shall be incorporated in the specified embankment layers, or may be placed in accordance with the requirements for the construction of rock embankments in the deeper fills within the limits of haul shown on the plans, provided such placement of rock is not immediately adjacent to structures. Also, rock may be placed in the portions of embankments outside the limits of the completed roadbed width where the size of the rock prohibits their incorporation in the normal embankment layers. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be featheredged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, disking, or similar methods to the end that a uniform material or uniform density is secured in each layer. Water required for sprinkling to bring the material to the moisture content necessary for maximum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moisture content throughout the layer by such methods as may be necessary. In order to facilitate uniform wetting of the embankment material, the Contractor shall water at the material source if the sequence and methods used are such as not to cause an undue waste of water. Such procedure shall be subject to the approval of the Engineer. A. COMPACTION The compaction method shall require that each layer shall be compacted to the required density by any method, type, and size of equipment which will give the required compaction. The depth of layers, prior to compaction, shall depend upon the type of sprinkling and compaction equipment used. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the plans. The required compaction shall be 95% Standard Proctor Density A.S.T.M. D-698. After each section of earth embankment or select material is complete, tests as necessary will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method may be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. At any time, the Engineer may order proof rolling to test the uniformity of compaction of the embankment subgrade. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the subgrade, due to any reason or cause, lose required stability, density, or finish before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing, or 17 covering with a subsequent layer of granular material. Excessive loss of moisture shall be construed to exist when the subgrade soil moisture content is more than 4 percent below the optimum for compaction to Standard Proctor Density. (Also see Section V, Item 2 [A] Compaction.) B. CULVERTS Embankments adjacent to culverts which cannot be compacted by use of the blading and rolling equipment used in compacting the adjoining sections of embankment shall be compacted in the manner prescribed below. The following requirements shall apply to the backfilling of pipe culverts in addition to the pertinent portions of the general requirements given in the preceding section. After the bedding has been prepared and the pipe installed as required by the pertinent specifications, selected materials from excavation or borrow shall be placed along both sides of the pipe equally, in uniform layers not to exceed six (6") inches in depth (loose measurement), wetted and thoroughly compacted so that on each side of the pipe there shall be a berm of thoroughly compacted materials at least as wide as the external diameter of the pipe, except insofar as undisturbed material obtrudes into this area. The method and degree of compaction shall be same as specified above. Filling and/or backfilling shall be continued in this manner to the elevation of the top of the pipe. Special care shall be taken to secure thorough compaction of the material placed under the haunches of the pipe. All fill or backfill below the top of the pipe shall be compacted mechanically in the same manner and to the density prescribed above, regardless of whether or not such material is placed within the limits of the embankment or roadbed.ln the case of embankments, the remainder of the fill above the top of pipe shall be placed in accordance with the provisions for placing roadway embankment as prescribed in the pertinent specification included in the contract. No construction traffic will be permitted to cross any pipe culvert until the specified minimum depth of fill above the pipe has been placed and consolidated in accordance with these provisions. 3. BASE COURSE DESCRIPTION The base course shall consist of a minimum of six (6") or nine (9") inches of compacted approved caliche, black base or combination of caliche and black base material shaped in accordance with the typical cross- sections provided in the plans and to the grades established by the Engineer. A. HAULING AND PLACING Approved base material shall be hauled in vehicles of uniform capacity to the site and dumped evenly so that an adequate quantity of material will be placed to provide a minimum of six (6") inches of compacted base material on all units except major thoroughfares streets. On these streets the Contractor will construct nine (9") inches of compacted base material. B. PROCESSING Processing of caliche base shall be accomplished in multiple lifts of three (3") inches in compacted depth. Each lift or layer shall be thoroughly moistened and rolled as it is cut from the windrow. After all of the material is cut from the windrow to the sides, it shall be cut back to the center in lifts of three (3") inches and thoroughly moistened and rolled again. Succeeding layers shall then be placed similarly until the caliche base course is completed and 95% Proctor Density has been attained. All nine (9") inch compacted caliche base shall be accomplished in three (3") inch lifts. The caliche course shall then be sprinkled as required and rolled with compactors as directed until a uniform compaction of 95% of "Standard Proctor Density" is secured. Throughout this entire operation, the shape of the course shall be maintained by blading; and the surface upon completion shall be smooth and in conformity with the typical sections shown on plans and to the established lines and grade. Processing of asphaltic base shall be as directed by the Engineer and similar to that described under Hot Mix Asphaltic Concrete Surface. Lift thickness will be indicated by the Engineer or as shown on the paving plans: Electronic screed controls will be required for placing black base on grade. The density required will be determined by the Engineer after material to be used has been approved. All areas and "nests" of segregated coarse or fine material shall be corrected or removed and replaced with well graded material as 18 directed by the Engineer. Each layer of black base will be test rolled six (6) times with a 25 ton roller and approved by the Engineer before succeeding layers are placed. A delay in construction of the next succeeding layer of black base caused by rain, snow, etc. will require re -rolling and approval prior to construction of the next layer. The utilization of the traffic to compact and bind the base is an essential part of the construction, and whenever possible the base course shall be opened to traffic, and the Contractor shall direct and distribute the traffic uniformly over the entire width of the base course. During the period of at least seven (7) days that traffic is being directed over the base, the caliche base shall be satisfactorily maintained by the use of water trucks, blades, drags and such other equipment as is required. The base course shall be so maintained until the wearing surface is placed thereon. The surface shall not be placed on base course that exceeds optimum moisture by two (2%) per cent. C. FINISHING DESCRIPTION The compacted base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depression or weak spots which develop during compaction shall be corrected by scarifying the areas affected, adding or removing material as required, reshaping and recompacting by sprinkling and rolling. (1) WEAK SPOTS IN BASE The finished base shall be checked by a minimum of six (6) test rollings with a 25 ton roller. Any weak spots found shall be remedied before the surface is applied. The weak spots may be remedied by reprocessing the area in which the weak spot is found in which case the base will be allowed to cure for 72 hours before the surface is applied. If the Contractor chooses, he may repair the weak spot by removing the material involved and replacing it with type "C" hot mix or asphalt stabilized base. In this case the surface may be applied as soon as the hot mix patch has been compacted and cooled to ambient temperature. (2) ALLOWABLE DEVIATION IN FINISH Immediately prior to placing of surfacing, the base shall be checked and any deviation in excess of three -eights (3/8) inch from the established grade or true cross section shall be corrected as provided above for defects. Longitudinally, a straightedge 10 feet long shall be used to detect any deviation which shall be corrected as defects. 4. HOT MIX ASPHALTIC CONCRETE SURFACE DESCRIPTION This item shall consist of 1-1/2" compacted T.H.D. Type "C" hot mix asphaltic concrete surface, using approved crushed stone aggregate, constructed over a compacted base. The base shall be primed and a tack coat applied as required. A. GENERAL (Test Method Tex -207-F) It is the intent of this specification that the material be placed and compacted to a density of 95 to 100 percent of that density developed in the laboratory test method of molding stability specimens with a minimum compacted thickness of one and one half inches (1-1/2"). Sufficient density tests will be made in order to determine that the compaction procedure used by the Contractor is adequate and proper to accomplish the intent as stated above. If the mixture produced does not have the specified qualities, it shall be changed until it does. The pavement shall be constructed on the previously completed and approved subgrade, base, existing pavement, bituminous surface or in the case of a bridge, on the prepared floor slab, as herein specified and in accordance with the details shown on the plans. B. TEMPERATURE REQUIREMENTS (The temperature readings to be used will be as reported by the National Weather Service on an hourly report [telephone number - 762-0141.) 19 (1) HMAC - November 1 until April 1 a. The asphaltic mixture shall not be placed when the air temperature is below 550 F and falling. b. The asphaltic mixture may be placed when the air temperature is above 500 F and rising. (2) HMAC - April 1 until November 1 a. The asphaltic mixture shall not be placed when the air temperature is below 500 F and falling. b. The asphaltic mixture may be placed when the air temperature is above 450 F 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 being hauled from the plant to the job site. If the temperature of a load of asphaltic concrete measured while passing through the lay -down machine is 250F less than the mixing temperature, the load may be rejected by the Engineer and payment will not be made for the rejected material. C. PREPARATION OF BASE AND AREAS BORDERING The compacted base upon which the hot mix asphaltic concrete surface is to be placed shall be prepared and cleaned, as required by the Engineer, before the prime coat is applied. D. PRIME COAT The prime coat shall consist of an application of .25 gallons per square yard of MC asphalt. E. TACK COAT Before the asphaltic mixture is laid, the surface upon which the tack coat is to be placed shall be cleaned thoroughly to the satisfaction of the engineer. The surface shall be given a uniform application of tack coat using asphaltic materials of this specification. This tack coat shall be applied, as directed by the engineer, with approved sprayer. Where the mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs and structures and all joints shall be painted with a thin uniform coat of the asphaltic material meeting the requirements for tack coat. The tack coat shall be rolled with a pneumatic tire roller as directed by the Engineer. F. TRANSPORTING ASPHALTIC CONCRETE The asphaltic mixture, prepared as specified above shall be hauled to the work site in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be arranged so that all material delivered may be placed, and all rolling shall be completed during day -light hours. The inside of the truck body may be given a light coat of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. In cool weather or for long hauls, canvas covers and insulating of truck bodies may be required. Vehicles of the semi -trailer type are prohibited. G. PLACING Generally the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine in such manner that when properly compacted the finished pavement will be smooth, of uniform density and will meet the requirements of the typical cross sections and the surface tests. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter, and structures. The surface course shall be laid in a compacted layer with a minimum compacted thickness of one and one- half inches (1-1/2"). A level up course, 1/2" or more in thickness, shall require the use of black base or a coarse grade of hot mix approved by the Engineer. It shall be spread and compacted to lines and grades as established by the Engineer. 20 When the asphaltic mixture is placed in a narrow strip long the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained by other approved methods. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted it will be slightly above the edge of the curb and flush structure. All joints shall present the same texture density, and smoothness as other sections of the course. The joints between old and new pavements or between successive day's work shall be carefully made to insure a continuous bond between old and new sections of the course. The transverse edges of old pavement and, if required by the Engineer, the successive days pavement shall be sawed with an approved concrete saw to expose an even vertical surface for the full thickness of the course. All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of hot bituminous material before the fresh mixture is placed. H. COMPACTION As directed by the Engineer, the pavement shall be compacted thoroughly and uniformly to the required density. The specified rollers shall be used, except as provided in paragraph (3) below. Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheels unless otherwise directed by the Engineer. Alternate trips of the roller shall be slightly different in length. On super -elevated curves, rolling shall begin at the low side and progress toward the high side unless otherwise directed by the Engineer. Rolling with pneumatic roller shall be done as directed by the Engineer. Rolling shall be continued until required compaction is obtained and all roller marks are eliminated. One tandem roller, two pneumatic rollers and at least one three wheel roller, as specified above, shall be provided for each job. Additional rollers shall be provided if needed.The motion of the roller shall be slow enough at all times to avoid displacement of the mixture. If any displacement occurs,it shall be corrected at once by the use of rakes and of fresh mixture where required. The roller shall not be allowed to stand on pavement which has not been fully compacted. To prevent adhesion of the surface to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be permitted. All rollers must be in good mechanical condition. Necessary precautions shall be taken to prevent the droppings of gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are in operation or when standing. When indicated on the plans or permitted by the Engineer in writing, the pavement may be compacted to the required density by the use of compacting equipment other than that specified herein. HAND TAMPING The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the roller, shall be thoroughly compacted with lightly oiled tamps. Rolling with the trench type roller will be required on widening areas in trenches and other limited areas where satisfactory compaction cannot be obtained with the three wheel and tandem rollers. I. SURFACE TESTS The surface of the pavement, after compaction , shall be smooth and true to the established line, grade and cross section, and when tested with a 10 foot straight edge placed parallel to the centerline of the roadway or tested by other equivalent and acceptable means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet, and any point in the surface not meeting this requirement shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8 inch deviation in 10 feet requirement may be waived by the Engineer. J. SURFACE DENSITY TEST See Materials of Construction Section, Item 10-D. Laboratory Control. 21 K. EQUIPMENT Spreading and Finishing Machine. The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and shall have adequate power to propel the delivery vehicle in a satisfactory manner when the mixture is dumped into the finishing machine. The finishing machine shall be equipped with a flexible spring and/or hydraulic type hitch sufficient in design and capacity to maintain contact between the rear wheels of the hauling equipment and the pusher rollers of the finishing machine while the mixture is being unloaded. The finishing machine shall be operated in a low gear, or as directed by the Engineer, at a speed to produce a surface that will meet the requirements of the typical cross section and surface test. Any vehicle which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grade without resorting to hand finishing will not be allowed to dump directly into the finishing machine. Vehicles dumping into the finishing machine shall be mechanically and/or automatically operated in such a manner that overloading the finishing machine being used cannot occur and the required lines and grade will be obtained without resorting to hand finishing. Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be approved by the Engineer, provided that the loading equipment is constructed and operated in such a manner that substantially all of the mixture deposited on the roadbed is picked up and placed in the finishing machine without contamination by foreign material of the mixture. The loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required line, grade and surface without resorting to hand finishing. Any operation of the loading equipment resulting in the accumulation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. (1) FORMS The use of forms will not be required except where necessary to support the edges of the pavement during rolling. If the pavement will stand rolling without undue movement, binder twine or small rope may be used to align the edges. (2) MOTOR GRADER The motor grader, if used, shall be self-propelled power motor grader; it shall be equipped with pneumatic tired wheels; shall have a blade length of not less than 12 feet; shall have a wheel base of not less than 16 feet ; and shall be tight and in good operating condition and approved by the Engineer. (3) PNEUMATIC TIRE ROLLERS The pneumatic tire roller shall be an acceptable self-propelled roller mounted on pneumatic tired wheels, with the weight capable of being varied uniformly from 275 to 550 pounds per inch width of tire tread, so constructed as to be capable of being operated in both a forward and a reverse direction and shall have suitable provision for moistening the surface of the tires while operating. All tires of the same roller shall be smooth tread of equal size and diameter and shall be arranged in such a manner that the gap between the tires of one axle will be covered by the tires of the other. The tire pressure of each tire shall be adjusted as directed by the Engineer and this pressure shall not vary by more than 5 pounds per square inch. (4) TWO AXLE TANDEM ROLLER This roller shall be an acceptable power driven tandem roller weighing not less than 8 tons. (5) THREE WHEEL ROLLER This roller shall be an acceptable power driven three wheel roller weighing not less than 10 tons. (6) TRENCH ROLLER This roller shall be an acceptable power driven trench roller equipped with sprinkler for keeping the wheels wet and adjustable road wheel so that the roller may be kept level during rolling. The drive shall be not less than 20 inches wide. The roller under working conditions shall produce 325 pounds per linear inch of roller width and be so geared that a speed of 1.8 miles per hour is obtained in low gear. OX (7) STRAIGHTEDGES AND TEMPLATES When directed by the Engineer, the Contractor shall provide acceptable 10 foot straightedges for surface testing. Satisfactory templates shall be provided as required by the Engineer. All equipment shall be maintained in good repair and operating condition and shall be approved by the Engineer. The Contractor shall furnish such suitable machinery, equipment, and construction forces as may be necessary, in the opinion of the Engineer, for the proper prosecution of the work, and failure to do so may cause the Engineer to withhold all estimates which have or may become due or the Engineer may suspend work until his requests are complied with. L. OPENING TO TRAFFIC The pavement shall be opened to traffic when directed by the Engineer. All construction traffic allowed on the pavement shall comply with City Ordinance governing traffic on City Streets. If the surface ravels, corrugates or shoves, it will be the contractor's responsibility to correct this condition at his expense. 5. CLEANUP Within three days after completion of any Sub -Unit of paving the Contractor shall clean, remove rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance of the Sub -Unit will be considered. The cleanup shall include the sloping, filling and shaping of the area between the curb and property line. This area shall be filled with good top soil. When the ground behind the curb is higher than the top of the curb, the Contractor will be required to cut this area down to provide a smooth, even slope between the property line and the curb. 6. PROTECTION OF EXISTING UTILITIES A. ADJUSTMENT OF VALVES AND MANHOLES The City Forces will place valve boxes and manholes on finished grade after the base has been finished to grade. The Contractor shall allow the City Forces at least 3 days to do this work after finishing the base and before application of asphalt. It shall be the responsibility of the Contractor to notify the Water and Sewer Department 48 hours after curb and gutter has been completed so that the City Forces can properly schedule their work. In all alleys the City Forces will set the valve boxes and manholes to grade after the forms are in place. Any variation in this procedure that causes expense to the City shall have the approval of the Engineer, and such expense shall be borne by the Contractor. B. INSTALLATION, ADJUSTMENTS, AND PROTECTION OF UTILITIES AND TRAFFIC INSTALLATIONS The plans show only approximate locations of utilities as obtained from the various utility companies and shall not relieve the Contractor from familiarizing himself with all underground utilities. It is not implied that all existing utilities are shown on the plans. The City of Lubbock does not assume any responsibility for any utility lines which are not shown on the plans. The utility companies will attempt to move all utilities that can be reasonably removed prior to beginning of construction; however, this does not relieve the Contractor from any damage that he might do to any utility property. In case of any damage, the Contractor shall immediately notify the utility company. City Water and Sewer Lubbock Power and Light City Traffic Shop Energas Traffic Shop Southwestern Public Service 775-2595 775-2554 775-2140, 775-2144 741-4200 763-2881 23 Southwestern Bell Telephone Cox Cable of Lubbock City Traffic Engineering 741-6101 793-2222 775-2132 SEQUENCE: The sequence of utility adjustments has been mutually agreed upon by the utility companies in the City of Lubbock and will attempt to follow the following schedule: Plans for contract project will be delivered to all utility companies two weeks prior to opening bids. As a general rule, these projects will have been staked. The utility companies will relocate all items necessary, locate and flag all meters, valves, manholes, underground cables, etc., prior to the date the Contractor is to begin construction. After the subgrade is completed on alley paving projects, and after the base is completed on all street paving projects, all manholes, valve boxes , etc., will be set to finished grade by the utility companies. The site shall be left in a clean condition. On all projects, including private contracts, the Contractor shall exercise care not to damage any sanitary sewer pipe or manholes, storm sewer pipe or manholes, or telephone cable or manholes, water or gas lines, valve boxes , meter boxes, nor any other pipe or utility. If necessary, the Contractor shall call the department or company concerned and make arrangements for adjusting the manhole, valve box, meter box, or other utility to grade. On all projects for which he is awarded a contract, the Contractor will be responsible during the construction period for any damages to manholes, valve boxes, meter boxes, and other utilities. Should any item be damaged during the process of construction, the Contractor is to notify the affected utility company and the City inspector. The utility company will immediately repair the damaged item. Any bills for damage will be sent through the Department of Engineering. The Department of Engineering will process all bills and fix responsibility for damage and govern the extent of repair. Private contracts do not have plans, but utility companies will be furnished cut sheets and notified of impending construction by letter. Other items such as adjustments, damages, etc. will be handled the same as for bid let projects. The utility companies will schedule their work with the Contractor. When utility adjustments commence before the contract is awarded, it will be the responsibility of the utility company to barricade the project. Unless otherwise agreed upon by the City and the utility companies involved, the sequence of installation of underground utilities shall be as follows: Utility Sequence Sewer First Electric (Primary) Second Electric (Secondary) Third Telephone Fourth (last, if no power or T.V.) T.V. Cable Fifth Water Sixth Gas Seventh Traffic Engineering Eighth On all projects, including private contracts, the Contractor shall not place curb and gutter or base material at points where underground utilities cross or propose to cross until such utilities have been adjusted or installed. 24 7. SALVAGING AND REPLACING BASE DESCRIPTION "Salvaging and Replacing Base" shall consist of removing the existing base material where shown on plans, such temporary storage as is necessary, and the replacement of this material on the prepared roadbed as herein specified and in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. A. CONSTRUCTION METHODS (1) SALVAGING EXISTING BASE The existing base, including any bituminous mat not shown on plans to be salvaged, shall first be cleaned of all dirt or other objectionable material by blading, brooming or other approved methods, then scarified to the width and depth as may be required to provide the estimated amount of salvaged material per station as shown on the plans. Subgrade shall be reworked, if necessary, as directed by the Engineer. Any bituminous mat encountered shall be broken into particles not more than two inches in size, and incorporated uniformly with the existing base. The material thus salvaged shall be placed in stockpiles or windrows until sufficient subgrade has been prepared to receive the salvaged material; then, if the Contractor so elects, the remaining old base material as salvaged may be placed directly upon the prepared subgrade as directed by the Engineer, thus eliminating the necessity of stockpiling. It shall be the responsibility of the Contractor that all the available material shall be salvaged and replaced and shall be kept reasonably free of soil from the subgrade or roadbed during the salvaging and replacing operations. When material is windrowed or stockpiled, it shall be so placed not to interfere with traffic, proper drainage or the general progress of the work. (2) PREPARATION OF SUBGRADE Preparation of subgrade shall be in accordance with Details of Construction, Item 2, Earth Work, of these specifications. (3) REPLACEMENT OF SALVAGE MATERIAL The salvage material shall be in accordance with Details of Construction, Item 2, Earth Work, of these specifications. 8. SALVAGING AND STOCKPILING BASE MATERIAL DESCRIPTION This item shall consist of salvaging base material from places shown on the plans or as directed by the Engineer and of stockpiling that material where shown on the plans or directed by the Engineer. CONSTRUCTION METHODS Trash, wood, brush, stumps and other obiectionable material at the storage site shall be removed and disposed of as directed by the Engineer prior to the beginning of work required by this item. The base material, including any asphalt mat, which may not be shown on the plans, shall be cleaned of all dirt or other objectionable material. Asphaltic materials shall be broken into pieces not more than two inches in size and incorporated uniformly with the salvaged base material. Material to be salvaged shall be worked into stockpiles or windows and loaded by approved equipment into approved equipment for hauling to the stockpile site. It shall be the responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free of soil from subgrade or road bed during the salvaging operations. The operation shall be conducted in such manner as not to interfere with traffic, drainage or the general requirements of the work. The salvage base material shall remain the property of the Citv of Lubbock Street Department. The stockpile locations will be as directed by the Engineer. 9. SALVAGING, CRUSHING, AND STOCKPILING ASPHALTIC MATERIAL DESCRIPTION This item shall consist of salvaging asphaltic material from places shown on the plans or as directed by the Engineer, and of crushing that material and stockpiling the material where shown on the plans or as directed by 25 the Engineer. The salvage asphaltic material shall remain the property of the City of Lubbock Street Department. CONSTRUCTION METHODS Trash, wood, brush, stumps and other objectionable material at the storage site shall be removed and disposed of as directed by the Engineer prior to the beginning of work required by this item. The asphaltic material shall be cleaned of all dirt or other objectionable material. Material to be salvaged shall be worked into stockpiles or windrows and loaded by approved equipment into approved equipment for hauling to the crusher site. It shall be the responsibility of the Contractor that all the available material shall be salvaged and kept reasonably free of soil and base material during the salvaging operations. The operation shall be conducted in such manner as not to interfere with traffic, drainage or the general requirements of the work. The asphaltic material shall be crushed into particles not more than 1 1/2 inches in size. The crushed material shall be stockpiled near the crusher, to be loaded and hauled off by the City of Lubbock Street Department. 10. SINGLE COURSE AND TWO -COURSE SURFACE TREATMENT A. PREPARATION OF SURFACE Before the seal coating operation is started the Contractor will be required to patch all areas that have failed or raveled as marked by the Engineer. The City of Lubbock Street Department will sweep the streets before the single course and two -course operation is started. Asphalt shall not be applied when general weather conditions, in the opinion of the Engineer, are not suitable. B. HERBICIDE APPLICATION Prior to the seal coating operation, a biodegradable surface acting herbicide, such as "Roundup" or an approved equivalent, shall be applied to the areas of the streets to be sealed where weeds and grass are growing. This application shall be done far enough in advance, and at a rate, to insure the vegetation has carried the herbicide to the roots of the plants before the application of the asphalt and rock. Locations shall be as directed by the Engineer. C. HANDLING AND APPLYING ASPHALT All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt shall be kept clean and in good operating condition at all times, and they shall be operated in a manner that there will be no contamination of the asphalt with foreign material. The emulsified asphalt is not to be heated above 1900 F at any time. The Engineer will select the temperature of application, and the Contractor shall apply the asphalt at a temperature within 15 degrees of the temperature selected. All emulsified asphalt material heated above 1950 F will be rejected. Recirculating tank car heating equipment shall be equipped with an approved type recording thermometer. The emulsified 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, under pressure necessary for proper distribution. The Contractor shall provide all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of the distributor loads. The beginning and ending of each shot of asphalt shall start and stop on a strip of heavy kraft paper of not less than thirty inches in width. Asphalt for pre -coated seal coat and two -course application shall not be applied unless covering with aggregate is assured within ten (10) minutes. No asphalt shall be applied when wind velocity is 25 M.P.H. or more. Asphalt shall not be applied if the ambient temperature is below 600F. Any block or blocks that receives a single course or two - course asphalt application that exceeds the rate set by the Engineer 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 Engineer. In areas regarded by the Engineer as inaccessible to the distributor, use of the hand hose will be permitted, as directed by the Engineer. 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 26 operations. Successive applications of asphalt shall be made in the same manner after application aggregate. D. RATE OF APPLICATION OF MATERIALS — RESIDENTIAL STREETS 1. SINGLE COURSE (crushed gravel) S.H.D. Gals Spread Grade No. of Asphalt/S.Y. Ratio #5 0.36 1:120 2. TWO -COURSE (crushed gravel) S.H.D. Gals Spread Grade No. of Asphalt/S.Y. Ratio #3 0.32 1: 90 #5 0.38 1:120 E. HANDLING AND APPLYING AGGREGATES Immediately after making the first application of asphalt over the full width of the street, 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 Engineer. 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, to prevent the incorporation of foreign materials such as caliche and dirt, and to construct smooth joints. 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 bullwheeled 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. Care shall be taken in loading aggregate from the stockpiles to prevent getting dirt and other foreign matter into aggregates. Loads of aggregate containing dirt will be refected. F. HANDLING ASPHALT AND AGGREGATE FOR 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 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 Engineer.) G. REQUIRED ROLLING (1 HOUR PER 1000 S.Y. OF SURFACE SEALED) 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 on 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). At least three pneumatic rollers will roll directly behind the aggregate spreader and drag broom, each roller making several complete passes across the entire width of the street, additional pneumatic rollers will follow approximately one block behind the first three rollers of which each additional roller will make several complete passes across the entire width of the street until one hour of rolling has been obtained for each 1000 S.Y. before moving on to the next block. The City will assume maintenance on these streets the following day after the rolling has been completed. 27 H. PATCHING AHEAD OF SINGLE COURSE OR TWO -COURSE MAINTENANCE The black base and cement stabilized caliche material to be used in patching ahead of the single course or two -course maintenance shall be used at locations as directed by the Engineer. No substitutions shall be permitted without prior approval from the Engineer. The areas to be patched shall be only as marked and measured by the Owner's Representative. The area to be patched shall be barricaded at all times during patching operations. However, if the Owner's Representative 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. (1) 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 Engineer 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 Engineer, and compacted to 95% of design density. The surface course, 1 1/2" of Type "C" 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 type "C" hot -mix. All hot -mix edges will meet the grade of the existing surface. (2) PATCHING WITH 6" OF THREE SACK CEMENT STABILIZED CALICHE Same as above except six (6) inches of three (3) sack cement stabilized caliche will be used in lieu of six (6) inches of black base. At all times the patching area will be barricaded, if open to traffic before the Type "C" mix is placed, the edges of the patch will be leveled up with mix to eliminate the bumps. NOTE: Both black base and cement stabililzed caliche are anticipated being used, with locations of each type of material to be directed by the Engineer. (3) PATCHING WITH 1-1/2" OF TYPE "C" HOT -MIX Same as above (patching with black base) except only the existing asphalt surface will be removed. (4) ASPHALTIC CONCRETE MILLING This item consists of removing 1" - 2" (or as the Engineer 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 Engineer directs). The milled surface will remain remain the property of the City of Lubbock and shall be stockpiled at a location as directed by the Engineer. 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. I. CLEANUP Immediately after each application of asphalt, the Contractor shall clean, remove paper, piles of asphalt from manholes and water valves, extra aggregate that is in the gutter, rubbish and temporary structures from the street, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout, The cost of the "cleanup" shall be included as part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance. 28 k9 SPECIAL CONDITIONS SPECIAL CONDITIONS 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, 1999, and shall be completed by September 15, 1999. All sealing and two -course application shall cease on September 15, 1999. All remaining streets or designated areas not completed shall be carried over and completed after May 15, 2000, at the original bid price. The Contractor shall pay to the owner $500.00 per day for each calendar day after September 15, 1999, until acceptance of the project, as liquidated damages. No credit will be given for bad weather days or other delays occuring before September 15, 1999. Any additional base failures, those in addition to the areas originally marked and measured by the Owners's Representative, that appear after September 15, 1999, and before the sealing and two -course is applied in 2000, 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 local Public Agency authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. If applicable unit prices are contained in the agreement (established as a result of either a unit price bid or a Supplement Schedule of Unit Prices) the 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 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 presentable condition throughout. The cost of the "cleanup" shall be included as part of the cost of the various items of the work involved, and no direct compensation will be made for this work. The Contractor should familiarize himself with the Texas Manual on UNIFORM TRAFFIC CONTROL DEVICES for Streets and Highways. Part VI, published August 31, 1979. 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, 2 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. 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. 8. WATER Water for this project will be furnished by the City of Lubbock at fire hydrants designated by the Contractor for which there will be no charge. The Contractor will be furnished loading racks by the City 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. The Contractor shall not use any fire hydrants for water loading unless there is an authorized rack on the fire hydrant. The Contractor will not be allowed to use water from authorized loading racks except on City approved projects. Water, which is supplied by the City, is intended for use in compacting subgrade and base and maintaining dust control. It is not the intention of the City to furnish water for use in mixing concrete. 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 550F 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 300OF for HMAC and 2750F 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, and, on some narrow streets the full width will be reworked. On the two -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 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 Materials Testing 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 7-B(3) of Section 4 (p.8). The maximum loss from Magnesium Sulfate testing, when tested in accordance with ASTM C-88-90 (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 Pavement Management Office, 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 meet those established in Texas Department of Highways and Public Transportation (1982) Item 302.4. The crushed face count, Flakiness Index, and Magnesium Sulfate require ments shall meet those established in Section IV, Item 10 A and Item 10 A (1) (pp 27-28). D. CEMENT Certified mill tests on each car or transport. E. BASE DENSITY TESTS The City of Lubbock Materials Testing Laboratory will provide density tests on the caliche base and/or black base. NOTE: See Materials of Constructioin , Section 10-D (Laboratory Control) for retesting material where irregularities occur and the limits of the specifications are exceeded for aggregate, base materials, black base and hot -mix and concrete construction. 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 two (2) time 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 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 Maintenance Program. This unit price shall be full compensation for furnishing, sweeping and applying asphalt as described in Materials of Construction Section 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 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 3 SACK CEMENT STABILIZED CALICHE Measurement shall be made of the actual area patched, and shall be paid for at the unit price bid per cubic yard of three sack cement stabilized caliche. 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 three (3) sack cement stabilized caliche 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 Engineer. 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 Engineer. 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.