R-00-09-14-10B4 - 9/14/2000RESOLUTION NO. R- 00- 09- 14 -10B4
WHEREAS, the City of Round Rock has duly advertised for bids for
the Street Maintenance Program Phase 2 /Micro- Surfacing 2000, and
WHEREAS, Ballou Construction Co., Inc. has submitted the lowest
and best bid, and
WHEREAS, the City Council wishes to accept the bid of Ballou
Construction Co., Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a contract with Ballou Construction Co., Inc. for
the Street Maintenance Program Phase 2 /Micro- Surfacing 2000, a copy of
said contract being attached hereto and incorporated herein for all
purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 14th day of Sep
AT ST: A2A
E LAND, City Secretary
K:\ WPDOCS \RSSOLUTI \RUU91484.WPD /sc
2000
ROB A. S KA, J41 Mayor
City of Round Rock, Texas
ti o�_r�
THE CITY OF ROUND ROCK ! .. $ ° 1 1 - loo
PUBLIC WORKS DEPARTMENT ? -! 1 ">ef'DEN
-3 ,d
2008 Enterprise Dr. 2'
�'
Round Rock, Texas. 78664 �� °,' ;': ° ° °'�` '
(512) 218-5555 BID TABULATION
BIDS EXTENDED AND CHECKI
BY : Todd Keltgen
DATE : 8/29/00
SHEET
1
CONTRACT Street Maintnenance Program Phase 2/
Micro- Surfacing- 2000
LOCATION : City Council Chambers
Viking Construction Inc.
Bid Bond? Yes
Ballou Construction Co. Inc
Bid Bond? Yes
Bid Bond?
DATE: 8 -29-00
COST
UNIT ..:::.
PRICE
COST
UNIT
PRICE
COST
ITEM
UNIT
APPROX
QTY.
UNIT
PRICE
Micro - Surfacing
TON
3500
$135.23
$473,305.00
$125.00
$437,500.00
$0.00
Pavemant Repair
SY
2250
$27.50
$61,875.00
$27.30
$61,425.00
$0.00
HMAC Spot Fill and Level -up
TON
100
$140.00
$14,000.00
$126.00
$12,600.00
$0.00
R&R Concrete Curb & Gutter
LF
220
$24.00
$5,280.00
$24.15
$5,313.00
$0.00
R &R Reinforced Concrete Driveway
SF
1000
$7.50
$7,500.00
$6.82
$6,820.00
$0.00
R &R Reinforced Concrete Sidewallc
SF
150
$8.00
$1,200.00
$7.35
$1,102.50
$0.00
Thermoplastic Pavement Markings
LF
25000
$0.35
$8,750.00
$0.34
$8,500.00
$0.00
Reflectorized Pavement Markers
EA
350
$3.50
$1,225.00
$3.41
51,193.50
$0.00
Concrete Ribbon Curb
LF
1400
$18.00
525,200.00
$16.80
$23,520.00
$0.00
HMAC Overlay
TON
350
$82.00
$28,700.00
$84.00
$29,400.00
$0.00
Milling existing Pavement
SY
200
$20.00
$4,000.00
$21.00
$4,200.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
50.00
$0.00
50.00
50.00
$0.00
$0.00
50.00
50.00
$0.00
50.00
$0.00
$0.00
50.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
50.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTAL:
$631,035.00
$591,574.00
$0.00
ti o�_r�
Creek Bend Blvd
RM 620
Mc Neil, Bagdad,
Lampasas & Sheppard
Old Bowmen Rd Weal
PALM VALLEY BLVD
1
Overall Street Maintenance
Phase 2/Microsurfacing 2000
ILPPENNIVOIARCOILTAMMEMIAEMNANCE
Creekbend Legend 'r
/
o Am of imxast Maintenance Type
• Level-Up
• Repair
• DIW
SIW
b.
��oUnd$o�
c
c C
C.
x
J s
pW 0�5
RICHARD REEDYID\AACDATAI.STREET MAINTENANCE PROGRAM
Dove Creek Legend
Area of Interest
1 Maintenance Type
Level - Up
Repair
CRG
DAN
1 -
S N V
s
N
1 1
111
%r
%Mk
■
RIP
•
i
\ 4: tli.4
\ N;4, 44> , ' S.
■011
* *lc
\ e *
-;
vt
■ ■ � ■■
■ 111 o�
Ei ji lempsommunnott
UiiI■■■■■■■ A ilia I111i11111
1
ma t. Mum
En
�� 1111
i
U - �
P4,
G �
RICHARD REEDY 'DWlCDATA\STREET MAINTENANCE PROGRAM
do os
ti fr. Ss
4 18
• s �, V �I��rrr
wo
goo
.r•� ,� 0 tir" b oy Ilk
r .11,1 * Atvtia I .tp� „6101,
' VS
4 ....op
. 0 0
0
vi,
. 17 4% 4110,A*4 4.404%
0 0.0
IOW III
VI
WIN
01110110 A
aro t. •
RICHARD REEDY\D\ARCDATAVSTREET MAINTENANCE PROGRAM
Hermitage Subdivision Legend
Are of Interest
Maintenance Type
• Level - Up
• Repair
• C&G
l
4; Nab
• %MO Pft
•
• *** 0 t?`
40 w ■ * 0 • - *, 441,*
• 1 1111
mo o► ���, 0 00 ;
4 v 141 s
' ° 4 *. - 3
■A TO •
% t *41,
004 gd 0 %
Wito
•r*•
N* .1,01
1 i ..61.1
Pk,
RICHARD REEDYID\ARCDATAVSTREET MAINTENANCE PROGRAM
1
1
1
1
i
RICHARD REEDY \D\ARCDATA\STREET MAINTENANCE PROGRAM
RICHARD REEDY\D'ARCDATA'STREET MAINTENANCE PROGRAM
RICHARD REEDYYDWLCDATA\STREET MAINTENANCE PROGRAM
RICHARD REEDY �ARCDATAVSTRESI' MAINTENANCE PROGRAM
DATE: September 8, 2000
SUBJECT: City Council Meeting — September 14, 2000
ITEM: 10.B.4. Consider a resolution authorizing the Mayor to execute a contract
with Ballow Construction Co. Inc. for the Street Maintenance
Program Phase 2/Micro- Surfacing 2000. Two bids were received on
August 29, 2000. Ballou Construction Co. Inc. was the lowest and best
bidder with a bid of $591,574.00. Staff recommends approval of the
contract with Ballou Construction Co. Inc. Staff Resource Person: Jim
Nuse, Public Works Director.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPROVED BY Y
CI
1
CITY OF ROUND ROCK
PUBLIC WORKS DEPARTMENT
August 2000
PLANS, SPECIFICATIONS
AND CONTRACT DOCUMENTS
R-00- 09- /'/- A96 z/
STREET MAINTENANCE PROGRAM
PHASE 2 / MICRO SURFACING - 2000
0,,i'.,° " "..s� . 9 r1
s
� * ..1.i
���DANIEL LYNN HALDEN
fy9 : m• ��
',1ti`'``.N
Section
Description Page
1.0 Notice to Bidders NB -1
2.0 Bid Documents BD -1
3.0 Post Bid Documents PBD -1
4.0 General Conditions GC -1
5.0 Special Conditions SC -1
6.0 Technical Specifications TS -1
7.0 Plans, Details and Notes PDN -1
table.mst/spec
1.0 NOTICE TO BIDDERS
NOTICE TO BIDDERS
Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main
Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and
performing all work required for the project titled STREET MAINTENANCE PROGRAM
PHASE 2 / MICRO - SURFACING - 2000 (project includes: approximately 268,000
square yards of micro - surfacing application, related preparatory work and ancillary
items) will be received until August 29, 2000, 2:00 p.m. then publicly opened and read
aloud at the City Hall Council Chambers at the same address. Bid envelopes should state
date and time of bid and " STREET MAINTENANCE PROGRAM PHASE 2 / MICRO -
SURFACING - 2000 ". No bids may be withdrawn after the scheduled opening time. Any
bids received after scheduled bid opening time will be returned unopened.
Bids must be submitted on City of Round Rock bid forms and must be accompanied
by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City
of Round Rock, Texas equal to five percent (5 %) of the total bid amount. Plans, Bid Forms,
Specifications, and Instructions to Bidders may be obtained from the Department of Public
Works, 2008 Enterprise Drive, in Round Rock, Texas (512- 218 -5555) beginning August
15, 2000 for a non- refundable charge of S 25.00 per set.
In case of ambiguity, duplication, or obscurity in the bids, the City of Round Rock
reserves the right to construe the meaning thereof. The City of Round Rock further reserves
the right to reject any or all bids and waive any informalities and irregularities in the bids
received.
The successful bidder will be expected to execute the standard contract prepared by
the City of Round Rock, and to furnish performance and payment bonds as described in the
bid documents. Contractors and subcontractors shall pay to laborers, workmen, and
mechanics the prevailing wage rates as determined by the City of Round Rock.
Publish Dates:
Round Rock Leader
Austin American Statesman
August 14, 2000
August 21, 2000
notice to bidders.wpd/tk
NB -1
2.0 BID DOCUMENTS
INSTRUCTIONS TO BIDDERS
1. Prior to submitting any proposal, bidders are required to read the plans, specifications,
proposal, contract and bond forms carefully; to inform themselves by their
independent research, test and investigation of the difficulties to be encountered and
judge for themselves of the accessibility of the work and all attending circumstances
affecting the cost of doing the work and the time required for its completion and
obtain all information required to make an intelligent proposal.
2. Should the bidder find discrepancies in, or omissions from the plans, specifications,
or other documents, or should he be in doubt as to their meaning, he should notify at
once the Engineer and obtain clarification or addendum prior to submitting any bid.
3. It shall be the responsibility of the bidder to see that his bid is received at the place
and time named in the Notice to Bidders. Bids received after closing time will be
returned unopened.
4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing
the name of the project, the job number if applicable, and the opening date and time.
5. Bids shall be submitted on proposal forms furnished by the City of Round Rock.
6. All proposals shall be accompanied by a certified cashier's check upon a National or
State bank in an amount not less than five percent (5 %) of the total maximum bid
price, payable without recourse to the City of Round Rock, or a bid bond in the same
amount from a reliable surety company, as a guarantee that the bidder will enter into
a contract and execute performance and payment bonds, as stipulated by item 11
below, within ten (10) days after notice of award of contract to him. Proposal
guarantees must be submitted in the same sealed envelope with the proposal.
Proposals submitted without check or bid bonds will not be considered.
7. All bid securities will be returned to the respective bidders within twenty-five (25)
days after bids are opened, except those which the owner elects to hold until the
successful bidder has executed the contract. Thereafter, all remaining securities,
including security of the successful bidder, will be returned within sixty (60) days.
8. Until the award of the contract, the City of Round Rock reserves the right to reject
any and all proposals and to waive technicalities; to advertise for new proposals; or
to do the work otherwise when the best interest of the City of Round Rock will be
biddoc.mstlspec BD -1
thereby promoted.
9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City
of Round Rock reserves the right to consider the most favorable analysis thereof, or
to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result
in rejection of such bid or other bids.
10. Award of the contract, if awarded, will be made within sixty (60) days after opening
of the proposals, and no bidder may withdraw his proposal within said sixty (60) day
period of time unless a prior award is made.
11. Within ten (10) days after written notification of award of the contract, the successful
bidder must furnish a performance bond and a payment bond in the amount of one-
hundred percent (100 %) of the total contract price. If the total contract price is
$25,000.00 or less, the performance and payment bonds will not be required. Said
performance bond and payment bond shall be from an approved surety company
holding a permit from the State of Texas, with approval prior to bid opening,
indicating it is authorized and admitted to write surety bonds in this state. In the
event the bond exceeds $100,000.00, the surety must also (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance
for any liability in excess of $100,000.00 from a reinsurer that is authorized and
admitted as a reinsurer in this state and is the holder of a certificate of authority from
the United States secretary of the treasury to qualify as a surety or reinsurer on
obligations permitted or required under federal law.
In determining whether the surety or reinsurer holds a valid certificate of authority,
the City may rely on the list of companies holding certificates of authority as
published in the Federal Register covering the date on which the bond is to be
executed.
12. If the total contract price is less than $25,000.00 the performance and payment bond
requirement will be waived by the City of Round Rock. Payment will be made
following completion of the work.
13. Failure to execute the construction contract within ten (10) days of written
notification of award or failure to furnish the performance bond, or letter of credit if
applicable, and payment bond as required by item 11 above, shall be just cause for
the annulment of the award. In case of the annulment of the award, the proposal
guarantee shall become the property of the City of Round Rock, not as a penalty, but
biddoc.mst/spec BD -
as a liquidated damage.
14. No contract shall be binding upon the City of Round Rock until it has been signed by
its Mayor after having been duly authorized to do so by the City Council.
15. The Contractor shall not commence work under this contract until he has furnished
certification of all insurance required and such has been approved by the City of
Round Rock, nor shall the contractor allow any subcontractor to commence work on
his subcontract until proof of all similar insurance that is required of the subcontractor
has been furnished and approved. The certificate of insurance form included in the
contract documents must be used by the Contractor's insurer to furnish proof of
insurance.
16. Any quantities given in any portion of the contract documents, including the plans,
are estimates only, and the actual amount of work required may differ somewhat from
the estimates. The basis for the payment shall be the actual amount of work done
and/or material furnished.
17. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be
included in the prices bid for materials consumed or incorporated into the finished
product under this contract. This contract is issued by an organization which is
qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas
Tax Code. The City of Round Rock will issue an exemption certificate to the
Contractor. The Contractor must then issue a resale certificate to the material
supplier for materials purchased. The Contractor must have a valid sales tax permit
in order to issue a resale certificate.
In obtaining consumable materials, the Contractor will issue a resale certificate in lieu
of payment of sales tax, and the following conditions shall be observed;
1) The contract will transfer title of consumable, but not incorporate, materials
to the City of Round Rock at the time and point of receipt by the Contractor;
2) The Contractor will be paid for these consumable materials by the City of
Round Rock as soon as practicable. Payment will not be made directly but
considered subsidiary to the pertinent bid item. The Contractor's monthly
estimate will state that the estimate includes consumables that were received
during the month covered by the estimate; and
3) The designated representative of the City of Round Rock must be notified as
soon as possible of the receipt of these materials so that an inspection can be
made by the representative. Where practical, the materials will be labeled as
the property of the City of Round Rock.
biddoc.mst/spec BD
18. No conditional bids will be accepted.
19. If the bidder's insurance company is authorized, pursuant to its agreement with
bidder, to arrange for the replacement of a loss, rather than by making a cash payment
directly to the City of Round Rock, the insurance company must furnish or have
furnished by bidder, a performance bond in accordance with Section 2253.021(b),
Texas Government Code, and a payment bond in accordance with Section
2253.021(c).
biddoc.mst/spec BD
KNOW ALL MEN BY THESE PRESENTS THAT WE, Batton Construction Co., Inc,
as PRINCIPALand s p Rio & Marine Insurance Co.
as SURETY, are held and firmly bound unto the Ci 4 Rou ,d g6c - TX
hereinafter referred to as the "OWNER ", in the penal sum of
five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the
OWNER, for the work described below; for the payment of which sum in lawful money of
the United States of America, well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these
presents. In no case shall the liability of the SURETY hereunder exceed the sum of
$ des- ( Pu r� 2 k he
The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said
PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for
the work under the "SPECIFICATIONS FOR CONSTRUCTION OF STREET
MAINTENANCE PROGRAM PHASE 2 / MICRO- SURFACING -2000 for which bids
are to be opened at the office of the OWNER on August 29, 2000.
NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and
manner required under the heading "Instructions to Bidders ", after the prescribed forms are
presented to him for signature, enters into a written agreement, substantially in the form
contained in the Specifications, in accordance with the bid and files the two (2) bonds with
the OWNER, one to guarantee faithful performance and the other to guarantee payment for
labor and materials, then this obligation shall be null and void, otherwise, it shall be and
remain in full force and effect.
In the event suit is brought upon this bond by the OWNER and judgement is recovered, said
SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable
attorneys fee to be fixed by the Court.
In WITNESS WHEREOF, we have hereunto set our hands and seals this day of
"'-e n7GI, 02060 .
&allow Construction Ca., tan.
Princip•
By:
(Seal)tivva a s
BID BOND
biddoc.mst/spec BD -
Paul Fire & Marine Insurance Co.
(Seal) John C. Zahn eyer
Attorney -in -Fact
meStRitil
Power of Attorney No. 21699
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the Slate of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do
hereby make, constitute and appoint
James D. Wilson, Phillip C. Krug, John C. Lohmeyer, W. Roger Garrett, Brenda R. Smith, Shelly L. Flores,
Kristy L. Balthazor, Roberta K. Blair, Ronald L. Dupy, Sheri A. Eppenbach, Madeline T. Henry,
Quinlan R. Hoffman, Dennis M Poer, Mark A. Skidmore and Leslie M. Webb
Salina
of the City of State , their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed: and sealed this
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company:
St. Paul Mercury Insurance Company
State of Maryland
City of Baltimore MICHAEL R. MCKIBBET, Assistant Secretary
On this 29th day of March 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, SE. Paul Fire and
Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers,
In Witness Whereof, 1 hereunto set my hand and official seal.
My Commission expires the 13th day of July, 2002.
86203 Rev. 11 -99 Printed in U.S.A.
Kansas
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No.
29th day e f March 2000
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
JOHN F. PHINNEY, Vice President
1 -LQ. -Q R. c _
REBECCA EASLEY - ONOKALA, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
- effect. reading as follows,
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may he signed, executed, and acknowledged by persons or entities appointed as Attorney(s) -in -Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s) -in -Fact for purposes
only of executing and attesting honds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall he valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority. and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all honds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s) -in -Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company.
St, Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this 29th day of August 2000
R.
Michael R. McKibben, Assistant Secretary
To verify the authenticity of this Power of Attorney, tali 1- 800 - 421 -3880 and ask for the Power ofAttorney clerk. Please refer to the Power of Attorney number,
the above -named individuals and the details of the bond to which the power is attached.
PROPOSAL BIDDING SHEET
JOB NAME: STREET MAINTENANCE PROGRAM PHASE 2 / MICRO - SURFACING -2000
JOB LOCATION: Round Rock, Williamson County, Texas
OWNER:
DATE:
Gentlemen:
Bid
Item Quantity
1. 3500
2. 2250
biddoc.msdspec
City of Round Rock, Texas
August 29, 2000
Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder
hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment,
tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided
by the attached supplemental specifications, and as shown on the plans for the construction of STREET
MAINTENANCE PROGRAM PHASE 2 / MICRO - SURFACING -2000 and binds himself on
acceptance of this proposal to execute a contract and bond for completing said project within the time
stated, for the following prices, to wit:
Ton
S.Y.
BASE BID
Item Description Unit
Unit and Written Unit Price Price Amount
Micro- Surfacing ( Polymer Modified )
Complete in Place
Per ton
i � � dollars
forOne an � wc" lars
and - o - cents. $ /25. $ if 3 2, 5 60,
Pavement Repair
Complete in Place
Per square yard
/"w
for e nit .dollars
and tL r l y cents. $ 2 9. 3 ° $ el, 125.
BD -6
Bid Item Description Unit
Dem Ouantity Unit and Written Unit Price Price Amount
3. 100 Ton HMAC, Type D, spot fill and
Level -up at street cuts, depressions
And areas of curb and gutter replacement
Prior to Micro- Surfacing including tack coat
Complete in place
Per ton / / L
One handrea 1.,eni`y s i x
for dollars
and - o - cents. $ l,26. $ /2 6 d a,
4. 220
5. 1000
6. 150
biddoc.mstlspec
L.F.
S.F.
S.F.
Remove and replace concrete
Curb and gutter
Complete in place
Per linear foot
for 11v077ly }ow" dollars
and cents. $ 21C /3 $53/3,.f:._
Remove and replace reinforced
Concrete driveway
Complete in place
Per square foot
for s dollars
and e I is 7 Two cents. $ (. 82 $L, Ma.
Remove and replace reinforced
Concrete sidewalk
Complete in place
Per square foot
for seven dollars
and t�;, � �; ve cents. $ 9 35 $ /, /02. €e:
BD -7
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
7. 25000
8. 350
9. 1400
biddoc.mst/spec
L.F.
Each
L.F.
Thermoplastic pavement marking (Reflectorized)
White and yellow, 4 inch in width
Complete in place
Per linear foot
for - 0 - dollars
and girl/ Ioor cents. $ . 3'`/ $ 5,30°
Reflectorized pavement marker
Type H -A -A or Type H-C-C
Complete in place
Per each
for f r c e dollars
and 'or 7 one cents. $ 3.4h/ $ /,/73, so
Concrete ribbon curb, including
Excavation, installation of 8" HMAC, Type -A
Base course below the bottom of the ribbon curb
extending 1.5' behind the back of curb and1.5' into
Existing pavement, and backfill,
Complete in place, per linear foot.
for s % xfa en dollars
and e ; 3 l /r cents. $ /4. S o $ z3.520,
BD -8
Bid Item Description Unit
Item Quantity Unit and Written Unit Price Price Amount
10. 350
11. 200
biddoc.msUspec
Ton
STATEMENT OF SEPARATE CHARGES:
HMAC, Type D, overlay, including
Tack coat
Complete in place, per ton.
for eis{, /y 10.. dollars
and - o - cents. $ e'/. $,? 9, ya2,
S.Y. Milling existing Pavement
Complete in place, per square yard.
for fwenfr an a dollars
and - o - cents.
TOTAL BASE BID (Items 1 thru 11): $ 5 9/, 5 7.9.
Materials: $ 2 22, /2V. vy
All Other Charges: $ 3 / 9, 94/ 9. 99
Total: $ 49/. 5.
* Note: This total must be the same amount as shown above for " Total Base Bid "
BD-9
$ 2 / 00 $ 'f! aao,
If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and
insurance certification as per the Instructions to Bidders and commence work within ten (10) days after
written Notice to Proceed. The undersigned further agrees to complete the work in full within seventy-five
(75) calendar days after the date of the written Notice -to- Proceed.
The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are
submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any
informalities.
Respec Submitted,
DoA4La 4T. K ,ied
Print Name
Fee rNr
Title for
QALGO/J ee,JSTWe/Gfioil C •
Name of Firm
Date /4deedST 29 -7 000
biddoc.mst/spec
f� FJ . Box .?,30) 40- AIS/8 675/432 - 2..dcs
Address
(7f5) /Th s3e.
Telephone
Secretary, if Contractor is a
Corporation
BD -10
3.0 POST BID DOCUMENTS
THE STATE OF TEXAS
COUNTY OF WILLIAMSON §
AGREEMENT
THIS AGREEMENT, made and entered into this ) Lit day of
, 2000 , by and between (Owner) City of Round Rock, Texas of the
Stag of Texas, acting through Robert A. Stluka, Jr., Mayor, hereunto duly authorized so to
do, hereinafter termed OWNER, and (Contractor) /A od C'en/Sf�Pdefenl Ca' Tnlc. of
5U„4/s} , tat County of s , and State of Mat hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the
said OWNER to commence and complete the construction of certain improvements described
as follows:
STREET MAINTENANCE PROGRAM PHASE 2 / MICRO - SURFACING- 2000
Further described as the work covered by this specification consists of furnishing all the
materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other
accessories and services necessary to complete the said construction, in accordance with the
conditions and prices stated in the Proposal attached hereof, and in accordance with the
Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special
Conditions, Technical Specifications, Plans, and other drawings and printed or written
explanatory material thereof, and the Specifications and Addenda therefor, as prepared by
City of Round Rock, herein entitled the ENGINEER, each of which has been identified by
the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the
Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work within 10 calendar days after the
date written notice to do so have been given to him, and to complete the same within 75
calendar days after the date of the written Notice to Proceed, subject to such extensions of
time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown
in the Proposal, which forms a part of this Contract, such payments to be subject to the
General and Special Conditions of the Contract.
pb amvspec master PBD -1
IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the
year and day first above written.
CITY OF ROUND ROCK, TEXAS
(OWNER)
BY: �71►..:� ���
Ro . ert A. St uka, Jr.
ATTEST:
Mayor
Corporate Seal
poubid.rostJspec master
Signed:
PBD -2
1,1 clod eolAreciGTioe/ C
(CONTRACTOR)
BY:
91t/fez J PA /OEAl its y /,eg R2Es 4Jr
(Typed name) (Title)
Al 1EST:
Se etary, if ' o" actor is a
Corporation or otherwise registered
with the Secretary of State
(The following to be executed if the Contractor is a Corporation.)
I, Gcoa ,o $'A S , certify that I am the Secretary ofthe Corporation named
as Contractor herein; that ,ati/4p J. ,e4t, deN , who signed this Contract on behalf
of the Contractor was then dioe ',ego OE•+/f (official title) of said Corporation, that
said Contract was duly signed for and in behalf of said Corporation, that said Corporation
by authority of its governing body, and is within the scope of its corporate powers.
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
,11
n
pos<bid. t/pec master
PERFORMANCE BOND
allow 1. Box 2300
KNOW ALL MEN BY THESE PRESENTS: Thaf Construction Co„ Inc, of the
City f ,5 ,5 (AIL , County of ,S �; ,� , and State of
c
5,us , as Principal, an4l p nn„ a Marine Insurance ithorized under the law
of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto
THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of F h4,,ste.cd �✓Li y -
dollars (5 _ fal 5 4 . 9 for the payment
whereof, well and truly to be made the said Principal and Surety bind themselves, and their
heirs, administrators, executors, successors and assigns, jointly and severally, by these
presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner dated
the day of , 2000 to which the
contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein consisting of:
STREET MAINTENANCE PROGRAM PHASE 2 / MICRO - SURFACING- 2000
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully perform said Contract and shall, in all respects, duly and
faithfully observe and perform all and singular the covenants, conditions and agreements in
and by said Contract, agreed and covenanted by the Principal to be observed and performed,
including but not limited to, the repair of any and all defects in said work occasioned by and
resulting from defects in materials furnished by or workmanship of, the Principal in
performing the work covered by said Contract and occurring within a period of twelve (12)
months from the date of the contract Completion Certificate and all other covenants and
conditions, according to the true intent and meaning of said Contract and the Plans and
Specifications hereto annexed, 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 Chapter
2253, Texas Government code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said Chapter 2253 to the same extent as if
it were copied at length herein.
PBD -3
PERFORMANCE BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the term of the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in anyway affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
instrument this day of
2000.
//r e E Par= si/IFN r
Title
Ballou Construction Co. Inc.
Address
Salina, KS 67402 - 2300
Printed Name
P.O. Box 2300
Resident Agent of Surety:
McQueary, Henry, Bowles, Troy LLP
John n Fnikerenn
Address 12700 Park Central Cr., Su'le 1700
Callas, TX 75251 -1504
City, State & Zip Code
pogbid.r J/spec master
� C?Pn .��e��en
S ature
PBD -4
Sure
B
Title
St. Pool Fire & Marine Ipsurancs Co.
Jahn C. Lahmeyar
Attorney -In -Fact
IN URTAS & INVESIM, INC.
Address 211 S. Santa Fe S,^t 1213
Salina, Kansas 67902.1213
TheS j u i
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
SL Paul Guardian Insurance Company
SL Paul Mercury Insurance Company
Power of Attorney No. 21699 Certificate No.
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Pau] Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "). and that the Companies do
hereby make, constitute and appoint
James D. Wilson, Phillip C. Krug, John C. Lohmeyer, W. Roger Garrett, Brenda R. Smith, Shelly L. Flores,
Kristy L. Balthazor, Roberta K. Blair, Ronald L. Dupy, Sheri A. Eppenbach, Madeline T. Henry,
Quinlan R. Hoffman, Dennis M. Poer, Mark A. Skidmore and Leslie M. Webb
Salina Kansas
of the City of State their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument td be signed and sealed this 29th day of March 2000
State of Maryland
City of Baltimore
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
On this 29th day of March 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 13th day of July, 2002.
86203 Rev. 11 -99 Printed in U.S.A.
POWER OF ATTORNEY
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
3 1 4 2 JI "
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
JOHN F. PHINNEY, Vice President
1 -:Q..0 R.
MICHAEL R. MCKIBBEN, Assistant Secretary
REBECCA EASLEY .ONOKALA, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adapted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may he signed, executed, and acknowledged by persons or entities appointed as Attorney(s )-in -Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) -in -Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s) -in -Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company,
I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this
day of
:Q..Q R. \-4901 ,,
Michael R. McKibben, Assistant Secretary
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number,
the above -named individuals and the details of the bond to which the power is attached.
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
PAYMENT BOND
Kct 6._7
KNOW ALL MEN BY THESE PRESENTS: ThatBallou Construction Co., Inc. pp hi ?non , of the
City of v5 a f .'n a , County of „ p; ,, , and State of
K ti � „S as Principal, and P;' , C, authorized under the laws of the
State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE
CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers,
mechanics and suppliers as their interest may appear, all of whom shall have the right to sue
upon this bond, in the penal sum of �;, N„,,od (1,�9r -(J „ o �r:cQ / - /cuu , f
-r- , Dollars ($ S g 1 5 7 4 . u C ) for the payment
whereof, well and truly be made the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors, and assigns, jointly and severally, by these
presents:
WHEREAS, the Principal has entered into a certain written contract with the Owner, dated
the day of , 2000, to which Contract is
hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein consisting of:
STREET MAINTENANCE PROGRAM PHASE 2 / MICRO - SURFACING- 2000
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and
suppliers, all monies to them owing by said Principals for subcontracts, work, labor,
equipment, supplies and materials done and furnished for the construction of the
improvements of said Contract, then this obligation shall be and become null and void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter
2253, Texas Government code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said Chapter 2253 to the same extent as if
it were copied at length herein.
postbid.mst/spec master
PBD -5
PAYMENT BOND (continued)
Surety, for value received, stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract, or to the work performed thereunder, or the plans,
specifications or drawings accompanying the same shall in anyway affect its obligation on
this bond, and it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the contract, or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this
Instrument this day of , 2000.
Principal Surety
By:
Title
I/ec� Mal D - , Jf
Address
Balton Construction Co., Inc.
Resident Agent of Surety:
Printed Name
S afore
postbidrrial cc mate,
P.O. Box 2301
Salina, 1(3 S7402-2300
McOueary, Henry, Bowles, Tray LLP
Address 12701 pang CFntr3111r Suite 1700
Delius, TX 75251.1504
City, State & Zip Code
(t l a-a—
PBD -6
Title
SI. Paul Fire 8 Marine Insurance Co.
By:
John C. Lahnieyer
Attorney -in -Fact
Address LI! S tattta 11 v
Salina, Ka:;a 674;124213
, 1
lheStlitul
Power of Attorney No
State of Maryland
City of Baltimore
Seaboard Surely Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
21699
86203 Rev. 11 -99 Printed in U.S.A.
Seaboard Surely Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 13th day of July, 2002.
POWER OF ATTORNEY
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No.
31. 4
KNOW ALL MEN BY THESE PRESENTS; That Seaboard Surely Company is a corporation duly organized under the lows of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do
hereby make, constitute and appoint
Jaynes D. Wilson, Phillip C. Krug, John C. Lobmeyer, W. Roger Garrett, Brenda R. Smith, Shelly L. Flores,
Kristy L. Balthazor, Roberta K. Blair, Ronald L. Dupy, Shen A. Eppenbach, Madeline T. Henry,
Quinlan R. Hoffman, Dennis M. Poer, Mark A. Skidmore and Leslie M. Webb
Salina Kansas
of the City of . Stale their true and lawful Attomey(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument tobe signed and sealed -thin 29th day of March 2000
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
JOHN F. PHINNEY, Vice President
:Q.-0 R. \.1c10-4,---.
MICHAEL R. MCKIBBEN. Assistant Sccelary
.On this 29th day of March 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Pau] Guardian Insurance Company, SL Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
REBECCA EASLEY- ONOKALA, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Pau]
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company. and Fideliry and Guaranty Insurance Underwriters, Inc, on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s) -in -Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may he affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s) -in -Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s) -in -Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
1, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force
and effect and has not been revoked,
IN TESTIMONY WHEREOF, I hereunto set my hand this
day of
R .
Michael R. McKibben, Assistant Secretary
To verify the authenticity of this Power of Attorney, call] -800-421-3880 and ask for the Power of Attorney clerk, Please refer to the Power of Attorney number,
the above -named individuals and the details of the bond to which the power is attached.
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER 785- 825 -0286 FAX: 785- 452 -9056
Insurors & Investors, Inc.
P.O. Box 1213
Salina, KS 67402 -1213
GENERAL LIABILITY
A Per Project CO306K6600TIA00 3 -31 -2000
Aggregate applies
A AUTOMGBILELIABILITY 810306K6600TIL00 3 -31 -2000
A EXCESS LIABILITY CUP306K6600TIL00 3 -31 -2000
$10,000 retention
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY
A UB306K660000 3 - 31 - 2000
OTHER
CERTIFICATE HOLDER City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
attn: Joanne Land
postbid.ma/spec Mager
PBD -7
COMPANIES AFFORDING COVERAGE
A The Travelers Ins. Co.
B
C
INSURED Ballow Construction Co., Inc.
P.O. Box 2300
Salina KS 674p2 -2300
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business
operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by
the companies, and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF JNSURANCE POLICY EFFECTIVE EXPIRATION LIMITS
LTR NUMBER DATE DATE
3 -31 -2001
3 - - 2001 COMBINED SINGLE LIMIT
BODILY INJURY (Pa person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE
3 - - 2001 EACH OCCURRENCE
AGGREGATE
Yes
3 - - 2001 EACH ACCIDENT
DISEASE - POLICY LIMIT
DISEASE - EACH EMPLOYEE
DESCRIPTION OF OPERATIONSI OCATIONSNEHICLES /SPECIAL ITEMS/EXCEPTIONS
City of Round Rock, Public Works Department, Street Maintenance Program, Phase 2/
Micro Surfacing - 2000
The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any
of the above described policies by canceled or changed before the expiration date thereof, the issuing company will mail thirty (30) days written notice to
the certificate holder named below.
Name
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG.
PERSONAL & ADV. INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED. EXPENSE (Any one person)
STATUTORY LIMITS
RILED REPRESENTATIVE
John C. .hmeyer
Title: Agent /Attorney -In -Fact
Date: 9 -18 -2000
$ 2,000,000
S 2,000,000
$ 1,000,000
$ 1,000,000
S 300,000
$ 5,000
S 1,000,000
S
$
S 1,000,000
S 1,000,000
500,000
$ 500,000
S 500,000
I-
1 CERTIFICATE OF LIABILITY INSURANCE late:
PRODUCER COMPANIES AFFORDING COVERAGE
A
1 B
INSURED C
D
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business
I operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by
the companies, and further hereinafter described. Exceptions to the policies are noted below.
1 CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMTIS
LTR NUMBER DATE DATE
1
1
1
1
1
1
1
1
1
1
1
GENERAL LIABILrrY
AUTOMOBILE LIABILITY
EXCESS LIABILITY
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES /SPECIAL ITEMS/EXCEPTIONS
GENERAL AGGREGATE 5
PRODUCTS- COMP /OP AGG. S
PERSONAL & ADV. INJURY S
EACH OCCURRENCE $
FIRE DAMAGE (My one fire) S
MED. EXPENSE (Any one person) $
COMBINED SINGLE LIMIT
BODILY INJURY (Per person) S
BODILY INJURY (Per accident) $
PROPERTY DAMAGE S
EACH OCCURRENCE $
AGGREGATE S
STATUTORY LIMITS
EACH ACCIDENT S
DISEASE - POLICY LIMIT 3
DISEASE - EACH EMPLOYEE $
1 The City of Round Rock is named as additional insured with respect to all policies except Workers' Compensation and Employers' Liability. Should any
of the above described policies by canceled or changed before the expiration date thereof the issuing company will mail thirty (30) days written notice to
the certificate holder named below.
CERTIFICATE HOLDER City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
attn: Joanne Land
postbid-m4/spec ouster
PBD-7
SIGNATURE OF AUTHORIZED REPRESENTATIVE
Typed Name:
Title:
WARRANTY BOND
BOND NUMBER lo c,"7 AMOUNT - 5 9 1 5 1 4. 0 0
KNOW ALL MEN BY THESE PRESENTS,
That we, Bailee Construction Co., Inc, g0, Box 2300 Salina, KS 57402
(hereinafter called the "Principal ") as Principal,
and the St. Paul Fire 8 Marine Insurance Co. a Corporation duly organized under the laws
of the State of Minnesota and duly licensed to transact business in
the State of f y s (hereinafter called the "Surety"), as Surety, are
held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS (hereinafter called
the "Obligee "), in the sum of
/h IGi ,deaf NiQne 7rsa d��iY�
.ed rt� StNe,r1� l nu o - dollars ($ 5 9 1 , 4 . 0 0 ) for the
payment of which sum well and truly to be made, we, the said Principal and the said Surety,
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly, by these presents.
Sealed with our seals and dated this
and 00
WHEREAS, the said Principal has heretofore entered into a contract with
r;-/- a,F gautid i?aok, 7X
Dated , 2000, for construction of:
STREET MAINTENANCE PROGRAM PHASE 2 / MICRO - SURFACING- 2000
WHEREAS, the said Principal is required to guarantee the construction of all improvements
installed under said contract, against defects in materials or workmanship, which may
develop during the period of () year(s) from the date of acceptance of the
project above described, by Owner:
The City of Round Rock, Texas
NOW, THEREFORE, THE CONDITIONS OF THE OBLIGATIONS IS SUCH, that if said
Principal shall faithfully carry out and perform the said guarantee, and shall, on due notice,
repair and make good at its own expense any and all defects in materials or workmanship in
the said work which may develop during the period of CAL year(s) from the date of
acceptance of the project above described, by Owner:
The City of Round Rock, Texas
pos0A m Ws pecmger
PBD -8
day of , A.D. two thousand
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
WARRANTY BOND (continued)
OR shall pay over, make good and reimburse to the said Obligee all loss and damage which
said Obligee may sustain by reason of failure or default of said Principal so to do, then this
obligation shall be null and void; otherwise shall remain in full force and effect.
Ballow Construction Co. Inc.
Urc
4p-
Title
P.O. Box 2300
Address
Salina, KS 67402.2300
Resident Agent of Surety:
Printed Name
McDoeery, Henry. Bowles, Troy LLP
Joha D, rctkarsna
Address 12700 Fart Or_i :ti 0r., Site 1700
Dallas, TX 75251 -1504
City, State & Zip Code
na , -fCs�s
ature
postbid.imNspec master
PBD -9
Title
51 Paul Fire & Marine Inseraece Co.
John C. Lohmeyer
Onotrpy -In -Fail
UArS$S & off c t"la ".
Address 217 S. Son 'a Fa 97Az 1;13
Salina, Kansas 624 2 -1213
TheStRiVl
Power of Attorney No. 21699
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
SL Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
POWER OF ATTORNEY
Certificate No.
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the Slate of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do
hereby make, constitute and appoint
James D. Wilson, Phillip C. Krug, John C. Lohmeyer, W. Roger Garrett, Brenda R. Smith, Shelly L. Flores,
Kristy L. Balthazar, Roberta K. Blair, Ronald L. Dupy, Sheri A. Eppenbach, Madeline T. Henry,
Quinlan R. Hoffman, Dennis M. Poer, Mark A. Skidmore and Leslie M. Webb
Salina Kansas
of the City of , State their true and lawful Attomey(s) -in -Fact,
each in their separate capacity 0 more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings regnjred or poi-Mined in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrumemlabe signed and sealed,thiG, 29th day of March 2000
�,rtovw .
x 1927"
State of Maryland
City of Baltimore
86203 Rev. 11 -99 Printed in U.S.A.
Seaboard Surety Company
St. Paul Fire and Marine Insuraprea Company
St. Paul Guardian Insurance Othy any�si
St. Paul Mercury Insurance Company
In Witness Whereof, l hereunto set my hand and official seal.
My Commission expires the 13th day of July, 2002.
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
3142t!3
ted States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
JOHN F. PHINNEY, Vice President
R .
MICHAEL R. MCKIBBEN, Assistant Secretary
On this 29th day of March 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
REBECCA EASLEY - ONOKALA, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance ance business of the Company, all bonds, undertakings, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by or entities appointed as Attomey(s) -in -Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President. or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seat of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Attomey(s) -in -Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s) -in -Fact shall have the power and authority, and. in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the. Company to any and all bond and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and scaled and attested to by the Secretary of the Company.
I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in fill force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this day of
'- :Q..-O R. \.Acu:
Michael R_ McKihhen, Assistant Secretary
To verify the authenticity of this Power of Attorney, call I-800-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number,
the above -named individuals and the details of the bond to which the power is attached.
4.0 GENERAL CONDITIONS
GC -1
1
1 General Conditions of Agreement
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Contents
1. Definition of Terms
1.01 - Owner, Contractor and Engineer
1.02 - Contract Documents
1.03 - Subcontractor
1.04 - Sub - Subcontractor
1.05 - Written Notice
1.06 - Work
1.07 - Extra Work
1.08 - Working Day
1.09 - Calendar Day
1.10 - Substantially Completed
2. Responsibilities of the Engineer and the Contractor
2.01 - Owner- Engineer Relationship
2.02 - Professional Inspection by Engineer
2.03 - Payments for Work
2.04 - Initial Determinations
2.05 - Objections
2.06 - Lines and Grades
2.07 - Contractor's Duty and Superintendence
2.08 - Contractor's Understanding
2.09 - Character of Workers
2.10 - Contractor's Buildings
2.11 - Sanitation
2.12 - Shop Drawings
2.13 - Preliminary Approval
2.14 - Defects and Their Remedies
2.15 - Changes and Alterations
2.16 - Inspectors
3. General Obligations and Responsibilities
3.01 - Keeping of Plans and Specifications Accessible
3.02 - Ownership of Drawings
3.03 - Adequacy of Design
3.04 - Right of Entry
GC -2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3. General Obligations and Responsibilities (cont'd)
3.05 - Collateral Contracts
3.06 - Discrepancies and Omissions
3.07 - Equipment, Materials and Construction Plant
3.08 - Damages
3.09 - Protection Against Accident to Employees and the Public
3.10 - Performance and Payment Bonds
3,11 - Losses from Natural Causes
3.12 - Protection of Adjoining Property
3.13 - Protection Against Claims of Subcontractors, etc.
3.14 - Protection Against Royalties or Patented Invention
3.15 - Laws and Ordinances
3.16 - Assignment and Subletting
3.17 - Indemnification
3.18 - Insurance
3.19 - Final Clean-Up
3.20 - Guarantee Against Defective Work
3.21 - Testing of Materials
3.22 - Wage Rates
4. Prosecution and Progress
4.01 - Time and Order of Completion
4.02 - Extension of Time
4.03 - Hindrances and Delays
5. Measurement and Payment
5.01 - Quantities and Measurements
5.02 - Estimated Quantities
5.03 - Price of Work
5.04 - Partial Payments
5.05 - Use of Completed Portions
5.06 - Final Completion and Acceptance
5.07 - Final Payment
5.08 - Payments Withheld
5.09 - Delayed Payments
GC -3
1
1 6. Extra Work and Claims
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6.01 - Change Orders
6.02 - Minor Changes
6.03 - Extra Work
6.04 - Time of Filing Claims
6.05 - Continuing Performance
7. Abandonment of Contract
7.01 - Abandonment by Contractor
7.02 - Abandonment by Owner
8. Subcontractors
8.01 - Award of Subcontracts for Portions of Work
8.02 - Subcontractual Relations
8.03 - Payments to Subcontractors
9. Separate Contracts
9.01 - Owner's Right to Award Separate Contracts
9.02 - Mutual Responsibility of Contractors
9.03 - Cutting and Patching Under Separate Contracts
10. Protection of Persons and Property
10.01 - Safety Precautions and Programs
10.02 - Safety of Persons and Property
10.03 - Location and Protection of Utilities
GC -4
1. Definition of Terms
General Conditions of Agreement
1.01 Owner, Contractor and Engineer
The Owner, the Contractor and the Engineer and those persons or organizations identified
as such in the Agreement are referred to throughout the Contract Documents as if
singular in number and masculine in gender. The term "Engineer" means the Engineer
or his duly authorized representative. The Engineer shall be understood to be the
Engineer of the Owner, and nothing contained in the Contract Documents shall create any
contractual or agency relationship between the Engineer and the Contractor.
1.02 Contract Documents
The Contract Documents shall consist of the Notice to Contractors, Instructions to
Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required),
Special Bonds (when required), General Conditions of the Agreement, Construction
Specifications, Plans and all modifications thereof incorporated in any such documents
before the execution of the agreement.
The Contract Documents are complementary, and what is called for by any one shall be
as binding as if called for by all. In case of conflict between any of the Contract
Documents, priority of interpretation shall be in the following order: Signed Agreement,
Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions
of Agreement, Notice to Contractors, Technical Specifications, Plans, and General
Conditions of Agreement.
1.03 Subcontractor
The term "Subcontractor," as employed herein, includes only those having a direct
contract with the Contractor. It includes one who furnishes material worked to special
design according to the plans or specifications of this work, but does not include one who
merely furnishes material not so worked.
1.04 Sub - Subcontractor
The term "Sub- Subcontractor" means one who has a direct or indirect contract with a
Subcontractor to perform any of the work at the site. It includes one who furnishes
material worked to a special design according to the plans or specifications of this work,
but does not include one who merely furnishes material not so worked.
GC -5
1.05 Written Notice
1.06 Work
Written notice shall be deemed to have been duly served if delivered in person to the
individual or to an officer of the corporation for whom it is intended, or if delivered to
or sent by registered mail to the last business address known to him who gives the notice.
The Contractor shall provide and pay for all materials, machinery, equipment, tools,
superintendence, labor, services, insurance, and all water, Light, power, fuel, transportation
and 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, when so applied, have a well -known technical or trade meaning
shall be held to refer to such recognized standards.
1.07 Extra Work
The term "Extra Work" shall be understood to mean and include all work that may be
required by the Engineer or the Owner to be done by the Contractor to accomplish any
change, alteration or addition to the work shown upon the plans, or reasonably implied
by the specifications, and not covered by the Contractor's Proposal, except as provided
under "Changes and Alterations" herein.
1.08 Working Day
The term "Working Day" is defined as any day not including Saturdays, Sundays or any
legal holidays, in which weather or other conditions, not under the control of the
Contractor, will permit construction of the principal units of the work for a period of not
less than seven (7) hours between 7:00 a.m. and 6:00 p.m.
1.09 Calendar Day
The term "Calendar Day" is defined as any day of the week or month, no days being
excepted.
1.10 Substantially Completed
The term "Substantially Completed" shall be understood to mean that the structure has
been made suitable for use or occupancy or that the facility is in condition to serve its
intended purpose, but still may require minor miscellaneous work and adjustment.
GC -6
2. Responsibilities of the Engineer and the Contractor
2.01 Owner - Engineer Relationship
The Engineer will be the Owner's representative during construction. The duties,
responsibilities and limitations of authority of the Engineer as the Owner's representative
during construction are as set forth in the Contract Documents and shall not be extended
or limited without written consent of the Owner and the Engineer. The Engineer will
advise and consult with the Owner, and all of the Owner's instructions to the Contractor
shall be issued through the Engineer.
2.02 Professional Inspection by Engineer
The Engineer shall make periodic visits to the site to familiarize himself with the progress
of the executed work and to determine if such work meets the essential performance and
design features and the technical and functional engineering requirements of the Contract
Documents; provided and except, however, that the Engineer shall not be responsible for
making any detailed, exhaustive, comprehensive or continuous on -site inspection of the
quality or quantity of the work or be responsible, directly or indirectly, for the
construction means, methods, techniques, sequences, quality, procedures, programs, safety
precautions or lack of same incident thereto or in connection therewith. Notwithstanding
any other provision of this agreement or any other Contract Document, the Engineer shall
not be responsible or liable for any acts, errors, omissions or negligence of the Contractor,
any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or
employees or any other person, firm or corporation performing or attempting to perform
any of the work.
2.03 Payments for Work
The Engineer shall review the Contractor's applications for payment and supporting data,
determine the amount owed to the Contractor and recommend, in writing, payment to the
Contractor in such amounts; such recommendation of payment to the Contractor
constitutes a representation to the Owner of the Engineer's professional judgement that
the work has progressed to the point indicated to the best of his knowledge, information
and belief, but such recommendation of an application for payment to the Contractor shall
not be deemed as a representation by the Engineer that the Engineer has made any
examination to determine how or for what purpose the Contractor has used the monies
paid on account of the contract price.
2.04 Initial Determinations
The Engineer initially shall determine all claims, disputes and other matters in question
between the Contractor and the Owner relating to execution or progress of the work or
interpretation of the Contract Documents. The Engineer's decision shall be rendered in
GC -7
writing within a reasonable time, which shall not be construed to be less than ten (10)
days.
2.05 Objections
In the event the Engineer renders any decision which, in the opinion of either party
hereto, is not in accordance with the meaning and intent of this contract, either party may
file with the Engineer within thirty (30) days his written objection to the decision, and by
such action may reserve the right to submit the question so raised to litigation as
hereinafter provided.
2.06 Lines and Grades
Unless otherwise specified, all lines and grades shall be furnished by the Engineer or his
representative. Whenever necessary, construction work shall be suspended to permit
performance of this work, but such suspension will be as brief as practicable and the
Contractor shall be allowed no extra compensation therefor. The Contractor shall give
the Engineer reasonable notice of the time and place where lines and grades will be
needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case
of careless destruction or removal by him or his employees, such stakes, marks, etc., shall
be replaced at the Contractor's expense.
2.07 Contractor's Duty and Superintendence
The Contractor shall give adequate attention to the faithful prosecution and completion
of this contract and shall keep on the work, during its progress, a competent English -
speaking Superintendent and any necessary assistants to supervise and direct the work.
The Superintendent shall represent the Contractor in his absence and all directions given
to him shall be as binding as if given to the Contractor.
The Contractor is and at all times shall remain an independent contractor, solely
responsible for the manner and method of completing his work under this contract, with
full power and authority to select the means, method and manner of performing such
work, so long as such methods do not adversely affect the completed improvements, the
Owner and the Engineer being interested only in the result obtained and conformity of
such completed improvements to the plans, specifications and contract.
Likewise, the Contractor shall be solely responsible for the safety of himself, his
employees and other persons, as well as for the protection and safety of the improvements
being erected and the property of himself or any other person, as a result of his operations
hereunder. Engineering construction drawings and specifications, as well as any
additional information concerning the work to be performed passing from or through the
Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from
the plans and specifications; the intent of such drawings, specifications and any other
GC -8
such information being to define with specificity the agreement of the parties as to the
work the Contractor is to perform. The Contractor shall be fully and completely liable,
at his own expense, for design, construction, installation, and use or non -use of all items
and methods incident to performance of the contract, and for all loss, damage or injury
incident thereto, either to person or property, including, without limitation, the adequacy
of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety
precautions or devices, and similar items or devices used by him during construction.
Any review of work in process, or any visit or observation during construction, or any
clarification of plans and specifications, by the Engineer or the Owner, or any agent,
employee, or representative of either of them, whether through personal observation on
the project site or by means of approval of shop drawings for temporary construction or
construction processes, or by other means or methods, is agreed by the Contractor to be
for the purpose of observing the extent and nature of work completed or being performed,
as measured against the drawings and specifications constituting the contract, or for the
purpose of enabling the Contractor to more fully understand the plans and specifications
so that the completed construction work will conform thereto, and shall in no way relieve
the Contractor from full and complete responsibility for the proper performance of his
work on the project, including but not limited to the propriety of means and methods of
the Contractor in performing said contract, and the adequacy of any designs, plans or
other facilities for accomplishing such performance. Deviation by the Contractor from
plans and specifications that may have been in evidence during any such visitation or
observation by the Engineer, or any of his representatives, whether called to the
Contractor's attention or not, shall in no way relieve the Contractor from his responsibility
to complete all work in accordance with said plans and specifications.
2.08 Contractor's Understanding
It is understood and agreed that the Contractor has, by careful examination, satisfied
himself as to the nature and location of the work, the conformation of the ground, the
character, quality and quantity of the materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work,
the general and local conditions, and all other matters which can in any way affect the
work under this contract. The Contractor agrees that he will make no claim against the
Owner or the Engineer if, in the prosecution of the work, he finds that the actual site or
subsurface conditions encountered do not conform to those indicated by excavation, test
excavation, test procedures, borings, explorations or other subsurface excavations. No
verbal agreement or conversation with any officer, agent or employee of the Owner or the
Engineer either before or after the execution of this contract, shall affect or modify any
of the terms or obligations herein contained.
2.09 Character of Workers
The Contractor agrees to employ only orderly and competent workers, skillful in the
GC -9
performance of the type of work required under this contract, to do the work; and agrees
that whenever the Engineer shall inform him in writing that any workers on the work are,
in his opinion, incompetent, unfaithful or disorderly, or refuse instructions from the
Engineer in the absence of the Superintendent, such worker shall be discharged from the
work and shall not again be employed on the work without the Engineer's written
consent. No illegal alien may be employed by any Contractor for work on this project,
and a penalty of $500.00 per day will be assessed for each day and for each illegal alien
who works for the Contractor at this project.
2.10 Contractor's Buildings
The building of structures for housing workers, or the erection of tents or other forms of
protection, will be permitted only at such places as the Engineer shall direct, and the
sanitary conditions of the grounds in or about such structures shall at all times be
maintained in a manner satisfactory to the Engineer.
2.11 Sanitation
Necessary sanitary conveniences for the use of laborers on the work, 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 Engineer, and their use shall be
strictly enforced.
2.12 Shop Drawings
The Contractor shall submit to the Engineer, with such promptness as to cause no delay
in his own work or in that of any other Contractor, four (4) checked copies, unless
otherwise specified, of all shop and/or setting drawings and schedules required for the
work of the various trades, and the Engineer shall pass upon them with reasonable
promptness, making desired corrections. The Contractor shall make any corrections
required by the Engineer, file with him two (2) corrected copies and furnish such other
copies as may be needed. The Engineer's review of such drawings or schedules shall not
relieve the Contractor from responsibility for deviations from drawings or specifications,
unless he has in writing called the Engineer's attention to such deviations at the time of
submission, nor shall it relieve him from responsibility for errors of any sort in shop
drawings or schedules. It shall be the Contractor's responsibility to fully and completely
review all shop drawings to ascertain their effect on his ability to perform the required
contract work in accordance with the plans and specifications and within the contract time.
Such review by the Engineer shall be for the sole purpose of determining the general
conformity of said shop drawings or schedules to result in finished improvements in
conformity with the plans and specifications, and shall not relieve the Contractor of his
duty as an independent contractor as previously set forth, it being expressly understood
and agreed that the Engineer does not assume any duty to pass upon the propriety or
GC -10
adequacy of such drawings or schedules, or any means or methods reflected thereby, in
relation to the safety of either person or property during the Contractor's performance
hereunder.
2.13 Preliminary Approval
The Engineer shall not have the power to waive the obligations of this contract for the
furnishing by the Contractor of good material, and of his performing good work as herein
described, and in full accordance with the plans and specifications. No failure or
omission of the Engineer to discover, object to or condemn any defective work or material
shall release the Contractor from the obligations to fully and properly perform the
contract, including without limitation, the obligation to at once tear out, remove and
properly replace any defective work or material at any time prior to final acceptance upon
the discovery of said defective work or material; provided, however, that the Engineer
shall, upon request of the Contractor, inspect and accept or reject any material furnished,
and in the event the material has been once accepted by the Engineer, such acceptance
shall be binding on the Owner unless it can be clearly shown that such material furnished
does not meet the specifications for this work.
Any questioned work may be ordered taken up or removed for re- examination by the
Engineer, prior to final acceptance, and if found not in accordance with the plans and/or
specifications for said work, all expense of removing, re- examination and replacement
shall be borne by the Contractor. Otherwise, the expense thus incurred shall be allowed
as Extra Work and shall be paid for by the Owner; provided that, where inspection or
approval is specifically required by the specifications prior to performance of certain
work, should the Contractor proceed with such work without requesting prior inspection
or approval he shall bear all expense of taking up, removing, and replacing this work if
so directed by the Engineer.
2.14 Defects and Their Remedies
It is further agreed that if the work or any part thereof, or any material brought on the site
of the work for use in the work or selected for the same, shall be deemed by the Engineer
as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the
Contractor shall, after receipt of written notice thereof from the Engineer, forthwith
remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract.
2.15 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
GC -11
construction, without affecting the validity of this contract and the accompanying
performance and payment Bonds.
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, except as provided for unit price items under Section 5 "Measurement
and Payment ". If the amount of work is increased, and the work can fairly be classified
under the specifications, such increase shall be paid for according to the quantity actually
done and at the unit price, if any, established for such work under this contract, except
as provided for unit price items under Section 5 "Measurement and Payment ". Otherwise,
such additional work shall be paid for as provided under Extra Work. In the event the
Owner makes 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 compensate the
Contractor for any material or labor so used, and for any actual loss occasioned by such
change, due to actual expense incurred in preparation for the work as originally planned.
2.16 Inspectors
The Engineer may provide one (or more) field inspectors at the work site for the limited
purpose of observing the work in progress and reporting back to the Engineer on the
extent, nature, manner and performance of the work so that the Engineer may more
effectively perform his duties hereunder. Such inspectors may also communicate between
the Engineer and the Contractor their respective reports, opinions, questions, answers and
clarifications concerning the plans, specifications and work but shall not be deemed the
agent of the Contractor for all purposes in communicating such matters.
Such inspectors may confer with the Contractor or the Contractor's Superintendent
concerning the prosecution of the work and its conformity with the plans and
specifications but shall never be, in whole or part, responsible for or charged with, nor
shall he assume any authority or responsibility for the means, methods or manner of
completing the work or of the superintendence of the work or of the Contractor's
employees. It is expressly understood and agreed that any such inspector is not authorized
by the Engineer or the Owner to independently act for either or answer on behalf of
either, any inquiries of the Contractor concerning the plans, specifications or work. No
inspector's opinion, advice, interpretation of the plans or specifications of this contract,
apparent or express approval of the means or methods or manner of the Contractor's
performance of work in progress or completed, or discovery or failure to discover or
object to defective work of materials shall release the Contractor from his duty to
complete all work in strict accordance with the plans and specifications or stop the Owner
or the Engineer from requiring that all work be fully and properly performed including,
if necessary, removal of defective or otherwise unacceptable work and the re -doing of
such work.
GC -12
3. General Obligations and Responsibilities
3.01 Keeping of Plans and Specifications Accessible
The Engineer shall furnish the Contractor with an adequate and reasonable number of
copies of all plans and specifications without expense to him and the Contractor shall keep
one (1) copy of the same constantly accessible on the work, with the latest revisions noted
thereon.
3.02 Ownership of Drawings
All drawings, specifications and copies thereof furnished by the Engineer shall not be
reused on other work, and, with the exception of the signed contract sets, are to be
returned to him on request, at the completion of the work. All models are the property
of the Owner.
3.03 Adequacy of Design
It is understood that the Owner believes it has employed competent engineers and
designers. It is therefore agreed that the Owner shall be responsible for the adequacy of
the design, sufficiency of the Contract Documents, the safety of the structure and the
practicability of the operations of the completed project provided that the Contractor has
complied with the requirements of the said Contract Documents, all approved
modifications thereof, and additions and alterations thereto approved in writing by the
Owner. The burden of proof of such compliance shall be upon the Contractor to show
that he has complied with the said requirements of the Contract Documents, approved
modifications thereof, and all approved additions and alterations thereto.
3.04 Right of Entry
The Owner reserves the right to enter the property or location at which the works herein
contracted for are to be constructed or installed, by such agent or agents as he may elect,
for the purpose of inspecting the work or for the purpose of constructing or installing such
collateral work as the Owner may desire.
3.05 Collateral Contracts
The Owner agrees to provide, by separate contract or otherwise, all labor and material
essential to the completion of the work specifically excluded from this contract, in such
manner so as not to unreasonably delay the progress of the work or damage the
Contractor, except where such delays are specifically mentioned elsewhere in the Contract
Documents. The Owner will attempt to coordinate the collateral work of utility
companies regulated by City franchises, but the City shall not be responsible for delays
or other damages to the Contractor which may result from their acts or omissions.
GC -13
3.06 Discrepancies and Omissions
The Contractor shall provide written notice to the Engineer of any omissions or
discrepancies found in the contract. It is further agreed that it is the intent of this contract
that all work must be done and all material must be furnished in accordance with
generally accepted practices for construction. In the event of any discrepancies between
the separate Contract Documents, the priority of interpretation defined under "Contract
Documents" shall govern. In the event that there is still any doubt as to the meaning and
intent of any portion of the contract, specifications or drawings, the Engineer shall define
what is intended to apply to the work.
3.07 Equipment, Materials and Construction Plant
The Contractor shall be responsible for the care, preservation, conservation, and protection
of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities,
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 entire work is completed and
accepted.
3.08 Damages
In the event the Contractor is damaged in the course of completion of the work by the act,
negligence, omission, mistake or default of the Owner or the Engineer, thereby causing
loss to the Contractor, the Owner agrees that he will reimburse the Contractor for such
loss. In the event the Owner is damaged in the course of the work by the act, negligence,
omission, mistake or default of the Contractor, or should the Contractor unreasonably
delay the progress of the work being done by others on the job so as to cause loss for
which the Owner becomes liable, then the Contractor shall reimburse the Owner for such
loss.
3.09 Protection Against Accident to Employees and the Public
The Contractor shall at all times exercise reasonable precautions for the safety of
employees and others on or near the work and shall comply with all applicable provisions
of federal, state, and municipal safety 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 the Associated General
Contractors of America, except where incompatible with federal, state, or municipal laws
or regulations. The Contractor shall provide such machinery guards, safe walkways,
ladders, bridges, gangplanks, and other safety devices. The safety precautions actually
taken and their adequacy shall be the sole responsibility of the Contractor, acting at his
discretion as an independent contractor.
In the event there is an accident involving injury to any individual on or near the work,
GC -14
the Contractor shall immediately notify the Owner and the Engineer of the event and shall
be responsible for recording the location of the event and the circumstances surrounding
the event through photographs, interviewing witnesses, obtaining of medical reports and
other documentation that defines the event. Copies of such documentation shall be
provided to the Owner and the Engineer for their records.
3.10 Performance and Payment Bonds
Unless otherwise specified, it is further agreed by the parties to the contract that the
Contractor will execute separate performance and payment bonds, each in the sum of one
hundred (100 %) percent of the total contract price, on standard forms for this purpose,
guaranteeing faithful performance of the work and the fulfillment of any guarantee
required, and further guaranteeing payment to all persons supplying labor and materials
or furnishing him any equipment in the execution of the contract. If the contract price
is $25,000.00 or less, no payment or performance bond shall be required. It is agreed that
the contract shall not be in effect until such performance and payment bonds are furnished
and approved by the Owner.
Unless otherwise specified, the cost of the premium for the performance and payment
bonds shall be included in the price bid by the Contractor for the work under this
contract, and no extra payment for such bonds will be made by the Owner.
Unless otherwise approved in writing by the Owner, the surety company underwriting the
bonds shall be licensed to write such bonds in the State of Texas.
3.11 Losses from Natural Causes
Unless otherwise specified, all loss or damage to the Contractor arising out of the nature
of the work to be done, or from the action of the elements, or from any unforeseen
circumstance in the prosecution of the same, or from unusual obstructions or difficulties
which may be encountered in the prosecution of the work, shall be sustained and borne
by the Contractor at his own cost and expense.
3.12 Protection of Adjoining Property
The said Contractor shall take proper means to protect the adjacent or adjoining property
or properties, in any way encountered, which might be injured or seriously affected by
any process of construction to be undertaken under this agreement, from any damage or
injury by reason of said process of construction; and he shall be liable for any and all
claims for such damage on account of his failure to fully protect all adjoining property.
The Contractor agrees to indemnify, save and hold harmless the Owner and the Engineer
against any claim or claims for damages due to any injury to any adjacent or adjoining
property, arising or growing out of the performance of the contract regardless of whether
or not it is caused in part by a party indemnified hereunder, but any such indemnity shall
GC -15
not apply to any claim of any kind arising solely out of the existence or character of the
work.
3.13 Protection Against Claims of Subcontractors, Laborers, Materialmen and
Furnishers of Machinery, Equipment and Supplies
The Contractor agrees that he will indemnify and save the Owner and the Engineer
harmless from all claims growing out the lawful demands of Subcontractors, laborers,
workers, mechanics, materialmen and furnishers of machinery and parts thereof,
equipment, power tools, and all supplies, including commissary, incurred in the
furtherance of the performance of this contract. When so desired by the Owner, the
Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove
designated have been paid, discharged or waived. If the Contractor fails to do so, then
the Owner may either pay directly any unpaid bills of which the Owner has written
notice, or may withhold from the Contractor's unpaid compensation a sum of money
deemed reasonably sufficient to liquidate any and all such lawful claims. When
satisfactory evidence is famished that all liabilities have been fully discharged, payments
to the Contractor shall be resumed in full in accordance with the terms of this contract,
but in no event shall the provisions of this sentence be construed to impose any obligation
upon the Owner by either the Contractor or his surety.
3.14 Protection Against Royalties or Patented 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 letter patent or copyright by suitable legal
agreement with the patentee or owner. The Contractor shall defend all suits or claims for
infringement of any patent or copyright rights and shall indemnify and save the Owner
and the Engineer harmless from any loss on account thereof, except that the 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 by the Owner; provided, however, if choice of
alternate design, device, material or process is allowed to the Contractor, then the
Contractor shall indemnify and save the Owner harmless form any loss on account
thereof. If the material or process specified or required by the Owner is known by the
Contractor to be an infringement, the Contractor shall be responsible for such loss unless
he promptly gives such information to the Owner.
3.15 Laws and Ordinances
The Contractor shall at all times observe and comply with all federal, state and local laws,
ordinance and regulations, which in any manner affect the contract or the work, and shall
indemnify and save harmless the Owner and the Engineer against any claim arising from
the violation of any such laws, ordinances, and regulations whether by the Contractor or
his employees, except where such violations are called for by the provisions of the
GC -16
Contract Documents. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Engineer in writing, and any necessary
changes shall be prepared as provided in the contract for changes in the work. If the
Contractor performs any work knowing it to be contrary to such laws, ordinances, rules
and regulations, and without such notice to the Engineer, he shall bear all costs arising
therefrom. In case the Owner is a body politic and corporate, 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 contract, shall be
controlling and shall be considered as part of this contract to the same effect as though
embodied herein.
3.16 Assignment and Subletting
The Contractor further agrees that he will retain personal control and will give his
personal attention to the fulfillment of this contract and that he will not assign by Power
of Attorney or otherwise, or sublet said contract without the written consent of the
Engineer, and that no part or feature of the work will be sublet to anyone objectionable
to the Engineer or the Owner. The Contractor further agrees that the subletting of any
portion or feature of the work, or materials required in the performance of this contract,
shall not relieve the Contractor from his full obligations to the Owner as provided by this
agreement.
3.17 Indemnification
The Contractor shall defend, indemnify and hold harmless the Owner and the Engineer
and their respective officers, agents and employees, from and against all damages, claims,
losses, demands, suits, judgements and costs, including reasonable attorneys' fees and
expenses, arising out of or resulting from the performance of the work, provided that any
such damage, claim, loss, demand, suit, judgment, cost or expense:
1. is attributable to bodily injury, sickness, disease or death of any person including
Contractor's employees and any Subcontractor's employees and any Sub -
subcontractor's employees, or to injury to or destruction of tangible property
including Contractor's property (other than the work itself) and the property of any
Subcontractor of Sub - subcontractor including the loss of use resulting therefrom;
and,
2. is caused in whole or in part by any intentional or negligent act or omission of the
Contractor, any Subcontractor, any Sub - subcontractor or anyone directly or
indirectly employed by any one of them or anyone for whose acts any of them
may be liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
GC -17
The obligation of the Contractor under this paragraph shall not extend to the liability of
the Engineer, his agents or employees arising out of the preparation of maps, plans,
reports, surveys, change orders, designs or specifications, or the approval of maps, plans,
reports, surveys, change orders, designs or specifications or the issuance of or the failure
to give directions or instructions by the Engineer, his agents or employees, provided such
is the sole cause of the injury or damage.
In any and all claims against the Owner or the Engineer or any of their agents or
employees by any employee of the Contractor, any Subcontractor, any Sub - subcontractor,
anyone directly or indirectly employed by any of them, or anyone for whose acts any of
them may be liable, the indemnification obligation under Paragraph 3.17 shall not be
limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for the Contractor or any Subcontractor or Sub - subcontractor under
workers' compensation acts, disability benefit acts or other employee benefit acts.
3.18 Insurance
The Contractor shall carry insurance as follows for the duration of this contract.
A. Statutory Workmen's Compensation.
Definitions:
Certificate of coverage ( "certificate ") - a copy of a certificate of insurance, a
certificate of authority to self - insure issued by the Texas Workers' Compensation
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 proiect - 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 providine services on the proiect ( "subcontractor" in .8 406,096) - includes
all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the Contractor and regardless of whether that person has employees.
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner- operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment
or materials, or providing labor, transportation, or other service related to a
GC -18
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, that 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. This coverage shall include the following terms:
(a) Employer's Liability limits of $100,000.00 for each accident is
required.
(b) "Texas Waiver of Our Right to Recover From Others"
Endorsement WC 42 03 04 shall be included in this policy.
( c)
Texas must appear in Item 3A of the Worker's Compensation
coverage or Item 3C must contain the following: "As States except
those listed in 3A and the States of NV, ND, OH, WA, WV, and
WY.
The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract.
If the coverage period shown on the Contractor's current certificate of coverage
ends during the duration of the project, the Contractor must, prior to the end of
the coverage period, file a new certificate of coverage with the governmental
entity showing that coverage has been extended.
The Contractor shall obtain from each person providing services on 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 (7) calendar 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.
The Contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
GC -19
The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) calendar 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 of filing of any coverage agreements, that
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:
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 ten (10) calendar days after the person
knew or should have known of any change that materially affects
(1)
GC -20
the provision of coverage of any person providing services on the
project; and
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.
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 workers' 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, and/or other civil actions.
The Contractor's failure to comply with any of these provisions is a breach of
contract by the contractor that entitles the governmental entity to declare the
contract void if the Contractor does not remedy the breach within ten (10)
calendar days after the receipt of notice of breach from the governmental entity.
B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of
$300,000 for each occurrence including like coverage for acts and omissions of
Subcontractors and contractual liability coverage.
(g)
C. Property Damage Insurance with minimum limits of $50,000 for each occurrence
including like coverage for acts and omissions of Subcontractors and contractual
liability coverage.
D. Automobile Liability Insurance for all owned, non - owned, and hired vehicles with
minimum limits for Bodily Injury of $100,000 for each person and $300,000 for
each occurrence and Property Damage minimum limits of $50,000 for each
occurrence. Contractor shall require Subcontractors to provide Automobile
Liability Insurance with same minimum limits.
The Contractor shall not commence work at the site under this contract until he has
obtained all required insurance and until such insurance has been approved by the Owner
and the Engineer. The Contractor shall not allow any Subcontractors to commence work
until all insurance required has been obtained and approved. Approval of the insurance
by the Owner and the Engineer shall not relieve or decrease the liability of the Contractor
hereunder.
GC -21
The required insurance must be written by a company licensed to do business in Texas
at the time the policy is issued. In addition, the company must be acceptable to the
Owner and all insurance (other than workers' compensation) shall be endorsed to include
the Owner as an additional insured thereunder.
The Contractor shall not cause any insurance to be cancelled nor permit any insurance to
lapse. All insurance certificates shall include a clause to the effect that the policy shall
not be cancelled or reduced, restricted or limited until ten (10) days after the Owner has
received written notice as evidenced by return receipt of registered or certified letter.
Certificates of insurance shall contain transcripts from the proper office of the insurer,
evidencing in particular those insured, the extent of the insurance, the location and the
operations to which the insurance applies, the expiration date, and the above - mentioned
notice of cancellation clause.
3.19 Final Clean -up
Upon the completion of the work and before acceptance and final payment will be made,
the Contractor shall clean and remove from the site of the work all surplus and discarded
materials, temporary structures and debris of every kind. He shall leave the site of the
work in a neat and orderly condition at least equal to that which originally existed.
Surplus and waste materials removed from the site of the work shall be disposed of at
locations satisfactory to the Engineer.
In the event the Contractor fails or refuses to clean and remove surplus materials and
debris as above provided, the Owner or the Engineer may do so, or cause same to be
done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from
the final payment.
3.20 Guarantee Against Defective Work
The Contractor warrants the materials and workmanship and that the work is in
conformance with the plans and specifications included in this contract for a period of one
year from the date of acceptance of the project. Said warranty binds the Contractor
to correct any work that does not conform with such plans and specifications or any
defects in workmanship or materials furnished under this contract which may be
discovered within the said one year period. The Contractor shall at his own expense
correct such defect within thirty (30) days after receiving written notice of such defect
from the Owner or the Engineer by repairing same to the condition called for in the
Contract Documents and plans and specifications. Should the Contractor fail or refuse
to repair such defect within the said thirty (30) day period or to provide acceptable
assurances that such repair work will be completed within a reasonable time thereafter,
the Owner may repair or cause to be repaired any such defect at the Contractor's expense.
GC -22
3.21 Testing of Materials
Unless otherwise specified, testing of all materials to be incorporated into the project will
be as directed by the Engineer at the expense of the Owner. All retesting for work
rejected on the basis of test results will be at the expense of the Contractor and the extent
of the retesting shall be determined by the Engineer. The Engineer may require additional
testing for failing tests and may require two (2) passing retests before acceptance will be
made by the Owner. The testing laboratory will be designated by the Owner.
All materials to be incorporated into the project must meet the requirements of these
specifications. For manufactured materials such as reinforcing steel, expansion joint
materials, concrete pipe, cement, miscellaneous steel, cast iron materials, etc., the
Contractor will be required to furnish a manufacturer's certificate stating that the material
meets the requirements specified for this project.
3.22 Wage Rates (Information From Chapter 2258 Texas Government Code Title 10)
2288.021. Duty of Government Entity to Pay Prevailing Wage Rates
a. The state or any political subdivision of the state shall pay a worker employed by it or
on behalf of it:
(1) not less than the general prevailing rate of per diem wages for work of
a similar character in the locality in which the work is performed; and
(2) not less than the general prevailing rate of per diem wages for legal
holiday and overtime work.
b. Subsection (a) does not apply to maintenance work.
c. A worker is employed on a public work for the purposes of this section if the worker
is employed by a contractor or subcontractor in the execution of a contract for the
public work with the state, a political subdivision of the state, or any officer or public
body of the state or a political subdivision of the state.
2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty
a. The contractor who is awarded a contract by a public body or a subcontractor of the
contractor shall pay not less than the rates determined under Section 2258.022 to a
worker employed by it in the execution of the contract.
b. A contractor or subcontractor who violates this section shall pay to the state or a
political subdivision of the state on whose behalf the contract is made, $60 for each
worker employed for each calendar day or part of the day that the worker is paid less
than the wage rates stipulated in the contract. A public body awarding a contract shall
specify this penalty in the contract.
c. A contractor or subcontractor does not violate this section if a public body awarding
a contract does not determine the prevailing wage rates, and specify the rates in the
contract as provided by Section 2258.022.
GC -23
d. The public body shall use any money collected under this section to offset the costs
incurred in the administration of this chapter.
e. A municipality is entitled to collect a penalty under this section only if the
municipality has a population of more than 10,000.
2258.051. Duty of Public Body to Hear Complaints and Withhold Payment
A public body awarding a contract, and an agent or officer of the public body, shall:
1. take cognizance of complaints of all violations of this chapter committed in the
execution of the contract; and
2. withhold money forfeited or required to be withheld under this Chapter from the
payments to the contractor under the contract, except that, the public body may not
withhold money from other than the final payment without determination by the public
body that there is good cause to believe that the contractor has violated this chapter.
WR1001 July 1997
Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS.
4. Prosecution and Progress
4.01 Time and Order of Completion
It is the meaning and intent of this contract, unless otherwise herein specifically provided,
that the Contractor shall be allowed to prosecute his work at such times and seasons, in
such order of precedence, and in such manner as shall be most conducive to economy of
construction; provided, however, that the order and the 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 proposal: provided, also, that when the Owner is having other work done, either by
contract or by his own force, the Engineer may direct the time and manner of constructing
the work done under this contract, so that conflict 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 Engineer,
schedules which shall show the order in which the Contractor proposes to carry on the
Work, with dates at which the Contractor will start the several parts of the work, and
estimated dates of completion of the several parts.
4.02 Extension of Time
Should the Contractor be delayed in the completion of the work by any act or neglect of
the Owner or the Engineer, or of any employee of either, or by other contractors employed
GC -24
by the Owner, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual
delays by common carriers, or unavoidable cause or causes beyond the Contractor's control,
or by any cause which the Engineer shall decide justifies the delay, then an extension of
time shall be allowed for completing the work, sufficient to compensate for the delay, the
amount of the extension to be determined by the Engineer; provided, however, that the
Contractor shall give the Engineer prompt notice in writing of the cause of such delay.
Adverse weather conditions will not be justification for extension of time on "Calendar
Days" contracts.
4.03 Hindrances and Delays
No claims shall be made by the Contractor for damages resulting from hindrances or delays
from any cause (except where the work is stopped by order of and for the convenience of
the Owner) during the progress of any portion of the work embraced in this contract. In
case said work shall be stopped by the act of the Owner, then such expense as in the
judgment of the Engineer is caused by such stoppage of said work shall be paid by the
Owner to the Contractor.
5. Measurement and Payment
5.01 Quantities and Measurements
No extra or customary measurements of any kind will be allowed, but the actual measured
and/or computed length, area, solid contents, number and weight only shall be considered,
unless otherwise specifically provided.
5.02 Estimated Quantities
This agreement, including the specifications, plans and estimate, is intended to show clearly
all work to be done and material to be furnished hereunder. Where the estimated quantities
are shown for the various classes of work to be done and material to be furnished under
this contract, they are approximate and are to be used only as a basis for estimating the
probable cost of the work and for comparing the proposals offered for the work. It is
understood and agreed that the actual amount of work to be done and material 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 such work done and material furnished.
Where payment is based on the unit price method, the Contractor agrees that he will make
no claim for damages, anticipated profits or otherwise on account of any differences which
may be found between the quantities of work actually done, the material actually furnished
under this contract and the estimated quantities contemplated and contained in the proposal;
provided, however, that in case the actual quantity of any major item should become as
much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated
GC -25
or contemplated quantity for such items, then either party to this agreement, upon demand,
shall be entitled to revised consideration upon the portion of the work above or below
twenty percent (20 %) of the estimated quantity.
A "Major Item" shall be construed to be any individual bid item incurred in the proposal
that has a total cost equal to or greater that five percent (5 %) of the total contract cost,
computed on the basis of the proposal quantities and the contract unit prices.
Any revised consideration is to be determined by agreement between the parties, otherwise
by the terms of this agreement, as provided under "Extra Work ".
5.03 Price of Work
In consideration of the furnishing of all the necessary labor, equipment and material, and
the completion of all work by the Contractor, and on the completion of all work and on the
delivery of all material embraced in this contract in full conformity with the specifications
and stipulations herein contained, the Owner agrees to pay the Contractor the prices set
forth in the proposal hereto attached, which has been made a part of this contract. The
Contractor hereby agrees to receive such prices in full for furnishing all material and all
labor required for the aforesaid work, also for all expense incurred by him, and for well
and truly performing the same and the whole thereof in the manner and according to this
agreement.
5.04 Partial Payments
On or before the first day of each month, the Contractor shall submit to the Engineer a
statement showing the total value of the work performed up to and including the 25th day
of the preceding month. The statement shall also include the value of all sound materials
delivered on the job site and to be included in the work and all partially completed work
whether bid as a lump sum or a unit item which in the opinion of the Engineer is
acceptable. The Engineer shall examine and approve or modify and approve such
statement.
The Owner shall then pay the Contractor on or before the 20th day of the current month
the total amount of the approved statement, less five percent (5 %) of the amount thereof,
which five percent (5 %) shall be retained until final payment, and further less all previous
payments and all further sums that may by retained by the Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion
and some unexpected and unusual delay occurs due to no fault or neglect on the part of the
Contractor, then the Owner may, upon written recommendation of the Engineer, pay a
reasonable and equitable portion of the retained percentage to the Contractor; or the
Contractor, at the Owner's option, may be relieved of the obligation to fully complete the
work and, thereupon, the Contractor shall receive payment of the balance due him under
the contract subject only to the conditions stated under "Final Payment ".
GC -26
5.05 Use of Completed Portions
The Owner shall have the right to take possession of and use any completed or partially
completed portions of the work, notwithstanding the time for completing the entire work
or such portions may not have expired. Such taking possession and use shall not be deemed
an acceptance of any work not completed in accordance with the Contract Documents. If
such prior use increases the cost or delays the work, the Contractor shall be entitled to such
extra compensation, extension of time, or both, as the Engineer may determine.
The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is
"substantially completed" and when so notifying the Engineer, the Contractor shall furnish
to the Engineer in writing a detailed list of unfinished work. The Engineer will review the
Contractor's list of unfinished work and will add thereto such items as the Contractor has
failed to include. The "substantial completion" of the structure or facility shall not excuse
the Contractor from performing all of the work undertaken, whether of a minor or major
nature, and thereby completing the structure or facility in accordance with the Contract
Documents.
5.06 Final Completion and Acceptance
Within ten (10) days after the Contractor has given the Engineer written notice that the
work has been completed, or substantially completed, the Engineer and the Owner shall
inspect the work and within said time, if the work is found to be completed in accordance
with the Contact Documents, the Engineer shall issue to the Owner and the Contractor his
Certificate of Completion, and thereupon it shall be the duty of the Owner to issue a
Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the
reason for non - acceptance.
5.07 Final Payment
Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make
final measurements and prepare final statement for the value of all work performed and
materials furnished under the terms of the agreement and shall certify same to the Owner,
who shall pay to the Contractor on or before 35th day after the date of the Certificate of
Completion, the balance due the Contractor under the terms of this contract; and said
payment shall become due in any event upon said performance by the Contractor. Neither
the Certificate of Acceptance nor the final payment, nor any provision in the Contract
Documents, shall relieve the Contractor of the obligation for fulfillment of any warranty
which may be required.
5.08 Payments Withheld
The Owner may, on account of subsequently discovered evidence, withhold or nullify the
whole or part of any certificate to such extent as may be necessary to protect himself from
GC -27
loss on account of:
a) Defective work not remedied or other obligations hereunder not done.
b) Claims filed or reasonable evidence indicating probable filing of claims.
c) Failure of the Contractor to make payments properly to Subcontractors or for
material or labor.
d) Damage to the Owner or another contractor's work, material or equipment.
e) Reasonable doubt that the work can be completed for the unpaid balance of the
contract amount.
f) Reasonable indication that the work will not completed within the contract time.
g) Other causes affecting the performance of the contract.
When the above grounds are removed or the Contractor provides a surety bond satisfactory
to the Owner, which will protect the Owner in the amount withheld, payment shall be made
for amounts withheld because of them.
5.09 Delayed Payments
Should the Owner fail to make payment to the Contractor of the sum named in any partial
or final statement, when payment is due, then the Owner shall pay to the Contractor, in
addition to the sum shown as due by such statement, interest thereon at the rate of six
percent (6 %) per annum, unless otherwise specified, from date due as provided under
"Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any
injury to the Contractor growing out of such delay in payment. It is expressly agreed that
delay by the Owner in making payment to the Contractor of the sum named in any partial
or final statement shall not constitute a breach of this contract on the part of the Owner nor
an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of
his obligations to fully and completely perform hereunder.
6. Extra Work and Claims
6.01 Change Orders
Without invalidating this agreement, the Owner may at any time or from time to time order
additions, deletions or revisions to the work; such changes will be authorized by change
order to be prepared by the Engineer for execution by the Owner and the Contractor. The
change order shall set forth the basis for any change in contract price, as hereinafter set
forth for extra work, and any change in contract time which may result from the change.
GC -28
In the event the Contractor shall refuse to execute a change order which has been prepared
by the Engineer and executed by the Owner, the Engineer may in writing instruct the
Contractor to proceed with the work as set forth in the change order and the Contractor
may make claim against the Owner for extra work involved therein, as hereinafter provided.
6.02 Minor Changes
The Engineer may authorize minor changes in the work not inconsistent with the overall
intent of the Contract Documents and not involving an increase in contract price. If the
Contractor believes that any minor change or alteration authorized by the Engineer involves
extra work and entitles him to an increase in the contract price, the Contractor shall make
written request to the Engineer for a written field order.
In such case, the Contractor by copy of his communication to the Engineer or otherwise
in writing shall advise the Owner of his request to the Engineer for a written field order
and that work involved may result in an increase in the contract price.
Any request by the Contractor for a change in contract price shall be made prior to
beginning the work covered by the proposed change.
6.03 Extra Work
It is agreed that the basis of compensation to the Contractor for work either added or
deleted by a change order or for which a claim for extra work is made shall be determined
by the unit prices upon which this contract was bid to the extent such work can be fairly
classified within the various work item descriptions and for work items that cannot be so
classified by one or more of the following methods:
Method (A)
By agreed unit prices; or
Method (B)
By agreed lump sum; or
Method (C)
If neither Method (A) nor Method (B) is agreed upon before the extra work
is commenced, then the Contractor shall be paid the "actual field cost" of the
work, plus fifteen percent (15 %).
In the event said extra work is performed and paid for under Method (C), then the
provisions of this paragraph shall apply and the "actual field cost" is hereby defined to
include the cost to the Contractor of all workmen, such as foremen, timekeepers, mechanics
and laborers, and materials, supplies, trucks, rentals on machinery and equipment, for the
time actually employed or used on such extra work, plus actual equipment, for the time
GC -29
actually employed or used on such extra work, plus actual transportation charges necessarily
incurred, together with all power, fuel, lubricants, water and similar operating expenses,
also all necessary incidental expenses incurred directly on account of such extra work,
including Social Security, Old Age Benefits and other payroll taxes, and a rateable
proportion of premiums on performance and payment bonds and maintenance bonds, public
liability and property damage and workers' compensation, and all other insurance as may
be required by any law or ordinance, or directed or agreed to by the Owner. The Engineer
may direct the form in which accounts of the "actual field cost" shall be kept and the
records of these accounts shall be made available to the Engineer. The Engineer or the
Owner 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 one hundred percent
(100 %), unless otherwise specified, of the latest schedule of Equipment Ownership Expense
adopted by the Associated General Contractors of America. Where practicable 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 the Contractor
shall cover and compensate him for his profit, overhead, general superintendence and field
office expense, and all other elements of cost and expense not embraced within the "actual
field cost" as herein defined, save that where the Contractor's camp or field office must be
maintained primarily on account of such extra work; then the cost to maintain and operate
the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by the
Engineer. In case any orders or instructions, either oral or written, appear to the Contractor
to involve extra work for which he should receive compensation or an adjustment in the
construction time, he shall make written request to the Engineer for 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 therefor, and the Engineer insists upon its
performance, the Contractor shall proceed with the work after making written request for
written order and shall keep an accurate account of the "actual field cost" thereof, as
provided under Method (C). The Contractor will thereby preserve the right to submit the
matter of payment to mediation or litigation.
6.04 Time of Filing Claims
It is further agreed by both parties hereto that all questions of dispute or adjustment
presented by the Contractor shall be in writing and filed with the Engineer within thirty
(30) days after the Engineer has given any directions, order or instruction to which the
Contractor desires to take exception. The Engineer shall reply within thirty (30) days to
such written exceptions by the Contractor and render his final decision in writing. In case
the Contractor should appeal from the Engineer's decision, any demand for mediation shall
be filed with the Engineer and the Owner in writing within ten (10) days after the date of
delivery to Contractor of the Engineer's final decision. It is further agreed that final
GC -30
acceptance of the work by the Owner and the acceptance by the Contractor of the final
payment shall be a bar to any claims by either party, except claims by Owner for defective
work or enforcement of warranties and except as noted otherwise in the Contract
Documents.
6.05 Continuing Performance
The Contractor shall continue performance of the contract during all disputes or
disagreements with the Owner. The production or delivery of goods, the furnishing of
services and the construction of projects or facilities shall not be delayed, prejudiced or
postponed pending resolution of any disputes or disagreements, except as the Owner may
otherwise agree in writing.
7. Abandonment of Contract
7.01 Abandonment by Contractor
In case the Contractor should abandon and fail or refuse to resume work within ten (10)
days after written notification from the Owner or the Engineer, or if the Contractor fails
to comply with the orders of the Engineer when such orders are consistent with the
Contract Documents, then and in that case, where performance and payment bonds exist,
the sureties on these bonds shall be notified in writing and directed to complete the work,
and a copy of said notice shall be delivered to the Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same,
together with any materials and equipment under contract for the work, may be held for
use on the work by the Owner or the surety on the performance bond, or another contractor
in completion of the work; and the Contractor shall not receive any rental or credit therefor
(except when used in connection with extra work, where credit shall be allowed as provided
for under Section 6 herein), 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.
Where there is no performance bond provided or in case the surety should fail to
commence compliance with the notice for completion hereinbefore provided for, within ten
(10) days after service of such notice, then the Owner may provide for completion of the
work in either of the following elective manners:
(1) The Owner may thereupon employ such force of men and use such
machinery, equipment, tools, materials and supplies as the Owner may deem
necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to the Contractor, and
expense so charged shall be deducted and paid by the Owner out of such
GC -31
monies 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 the 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 the Contractor, then the Contractor and/or his surety shall pay the amount
of such excess to the Owner, or
(2) The Owner, under competitive bids taken after notice published as required
by law, 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 there is 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 therefor. However, should the cost to complete any such
contract prove to be less than would have been the cost to complete under
this contract, the Contractor and/or his surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his surety shall
be so notified and Certificates of Completion and Acceptance, as provided in Paragraph
5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts,
certified by the Engineer as being correct, shall then be prepared and delivered to the
Contractor and his surety, whereupon the Contractor and /or his surety, or the Owner as the
case may be, shall pay the balance due as reflected by said statement within fifteen (15)
days after the date of such Certificate of Completion.
In the event the statement of accounts shows that the cost to complete the work is less than
that which would have been the cost to the Owner had the work been completed by the
Contractor under the terms of this contract, or when the Contractor and/or his surety shall
pay the balance shown to be due by them to the Owner, then all machinery, equipment,
tools, materials or supplies left on the site of the work shall be turned over to the
Contractor and/or his surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his surety fail to pay the amount due the Owner within the
time designated hereinabove, and there remains any machinery, equipment, tools, materials
or supplies on the site of the work, notice thereof, together with an itemized list of such
equipment and materials, shall be mailed to the Contractor and his surety at the respective
addresses designated in this contract; provided, however, that actual written notice given
in any manner will satisfy this condition. After mailing, or other giving of such notice,
such property shall be held at the risk of the Contractor and his surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15)
days from the date of said notice, the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the
Contractor and his surety. Such sale may be made at either public or private sale, with or
GC -32
without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies, which remain on the work, and belong to persons
other than the Contractor or his surety, to their proper owners. The books on all operations
provided herein shall be opened to the Contractor and his surety.
7.02 Abandonment by Owner
In case the Owner shall fail to comply with the terms of this contract, and should fail to
comply with said terms within ten (10) days after written notification by the Contractor,
then the Contractor may suspend or wholly abandon the work, and may remove therefrom
all machinery, tools and equipment, and all materials on the site of work that have not been
included in payments to the Contractor and have not been wrought into the work.
Thereupon, the Engineer shall make an estimate of the total amount earned by the
Contractor, which estimate shall include the value of all work actually completed by said
Contractor (at the prices stated in the attached proposal where unit prices are used), the
value of all partially completed work at a fair and equitable price, and the amount of all
extra work performed at the prices agreed upon, or provided for by the terms of this
contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion and which cannot be utilized. The Engineer shall
then make a final statement of the balance due the Contractor by deducting from the above
estimate all previous payments by the Owner and all other sums that may be retained by
the Owner under the terms of this agreement and shall certify same to the Owner who shall
pay to the Contractor on or before thirty (30) days after the date of the notification by the
Contractor the balance shown by said final statement as due the Contractor, under the terms
of this agreement.
8. Subcontractors
8.01 Award of Subcontracts for Portions of the Work
Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the
Contractor, as soon as practicable after the award of the contract, shall furnish to the
Engineer in writing for acceptance by the Owner and the Engineer a list of the names of
the Subcontractors proposed for the principal portions of the work. The Engineer shall
promptly notify the Contractor in writing if either the Owner or the Engineer, after due
investigation, has objection to any Subcontractor on such list and does not accept him.
Failure of the Owner or the Engineer to make objection promptly to any Subcontractor on
the list shall constitute acceptance of such Subcontractor.
The Contractor shall not contract with any Subcontractor or any person or organization
(including those who are to furnish materials or equipment fabricated to a special design)
proposed for portions of the work designated in the Contract Documents or in the
Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for
the principal portions of the work who has been rejected by the Owner and the Engineer.
GC -33
The Contractor will not be required to contract with any Subcontractor or person or
organization against whom he has a reasonable objection.
If the Owner or the Engineer refuses to accept any Subcontractor or person or organization
on a list submitted by the Contractor in response to the requirements of the Contract
Documents or the Instructions to Bidders, the Contractor shall submit an acceptable
substitute and the contract amount shall be increased or decreased by the difference in cost
occasioned by such substitution and an appropriate change order shall be issued; however,
no increase in the contract amount shall be allowed for any such substitution unless the
Contractor has acted promptly and responsively in submitting for acceptance any list or lists
of names as required by the Contract Documents or the Instructions to Bidders.
If the Owner or the Engineer requires a change of any proposed Subcontractor or person
or organization previously accepted by them, the contract amount shall be increased or
decreased by the difference in cost occasioned by such change and an appropriate change
order shall be issued.
The Contractor shall not make any substitution for any Subcontractor or person or
organization who has been accepted by the Owner and the Engineer, unless the substitution
is acceptable to the Owner and the Engineer.
8.02 Subcontractual Relations
All work performed for the Contractor by a Subcontractor shall be pursuant to an
appropriate written agreement between the Contractor and the Subcontractor (and where
appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions
that:
(1) preserve and protect the rights of the Owner and the Engineer under the
contract with respect to the work to be performed under the subcontract so
that the subcontracting thereof will not prejudice such rights;
(2) require that such work be performed in accordance with the requirements of
the Contract Documents;
(3)
require submission to the Contractor of the applications for payment under
each subcontract to which the Contractor is a party, in reasonable time to
enable the Contractor to apply for payment in accordance with this contract;
(4) require that all claims for additional costs, extensions of time, damages for
delays or otherwise with respect to subcontracted portions of the work shall
be submitted to the Contractor (via any Subcontractor or Sub - subcontractor
where appropriate) in sufficient time so that the Contractor may comply in
the manner provided in the Contract Documents for like claims by the
GC -34
(5)
Contractor upon the Owner;
obligate each subcontractor specifically to consent to the provisions of this
section.
A copy of all such subcontract agreements shall be filed by the Contractor with the
Engineer before the Subcontractor shall be allowed to commence work.
8.03 Payments to Subcontractors
The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an
amount directly based upon the value of the work performed and allowed to the Contractor
on account of such Subcontractor's work, less the percentage retained from payments to the
Contractor. The Contractor shall also require each Subcontractor to make similar payments
to his subcontractors.
If the Engineer fails to approve a payment for any cause which is the fault of the
Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the
Subcontractor on demand made at any time after the Certificate for Payment should
otherwise have been issued, for his work to the extent completed, less the retained
percentage.
The Engineer may, on request and at his discretion, furnish to any Subcontractor, if
practicable, information regarding percentages of completion certified to the Contractor on
account of work done by such Subcontractors.
Neither the Owner nor the Engineer shall have any obligation to pay or to see to the
payment of any monies to such Subcontractor except as may otherwise be required.
9. Separate Contracts
9.01 Owner's Right to Award Separate Contracts
The Owner reserves the right to award other contracts in connection with other portions of
the project under these or similar conditions of the contract.
When separate contracts are awarded for different portions of the project, the Contractor"
in the contract documents in each case shall be the contractor who signs each separate
contract.
9.02 Mutual Responsibility of Contractors
The Contractor shall afford other contractors reasonable opportunity for the introduction
and storage of their materials and equipment and the execution of their work, and shall
GC -35
properly connect and coordinate his work with theirs.
If any part of the Contractor's work depends for proper execution or results upon the work
of any other separate contractor, the Contractor shall inspect and promptly report to the
Engineer any apparent discrepancies or defects in such work that render it unsuitable for
such proper execution and results. Failure of the Contractor to so inspect and report shall
constitute an acceptance of the other contractor's work as fit and proper to receive his
work, except as to defects which may develop in the other separate contractor's work after
the execution of the Contractor's work.
Should the Contractor cause damage to the work or property of any separate contractor on
the project, the Contractor shall, upon due notice, settle with such other contractor by
agreement, if he will so settle. If such separate contractor sues the Owner or initiates an
proceeding allowed hereunder on account of any damage alleged to have been so sustained,
the Owner shall notify the Contractor who shall defend such proceedings at the Contractor's
expense, and if any judgment or award against the Owner arises therefrom the Contractor
shall pay or satisfy it and shall reimburse the Owner for all attorney's fees and court costs
or other costs which the Owner has incurred.
9.03 Cutting and Patching under Separate Contracts
The Contractor shall be responsible for any cutting, fitting and patching that may be
required to complete his work, except as otherwise specifically provided in the Contract
Documents. The Contractor shall not endanger any work of any other contractors by
cutting, excavating or otherwise altering any work and shall not cut or alter the work of any
other contractor except with the written consent of the Engineer.
Any costs caused by defective or ill -timed work shall be borne by the party responsible
therefor.
10. Protection of Persons and Property
10.01 Safety Precautions and Programs
The Contractor shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the work.
10.02 Safety of Persons and Property
The Contractor shall take all reasonable precautions for the safety of, and shall provide all
reasonable protection to prevent damage, injury, or loss to:
(1) all employees on the work and all other persons who may be affected
thereby:
GC -36
(2) all the work and all materials and equipment to be incorporated therein,
whether in storage or off the site, under the care, custody or control of the
Contractor or any of his Subcontractors or Sub - subcontractors; and
(3)
other property at the site or adjacent thereto, including trees, shrubs, lawns,
walks, pavements, fences, roadways, structures and utilities not designated
for removal, relocation or replacement in the course of construction.
The Contractor shall comply with all applicable laws, ordinances, rules, regulations and
lawful orders of any public authority having jurisdiction for the safety of persons or
property or to protect them from damage, injury or loss. He shall erect and maintain, as
required by existing conditions and progress of the work, all reasonable safeguards for
safety and protection, including posting danger signs and other warnings against hazards,
promulgating safety regulations and notifying owners and users of adjacent utilities.
When the use or storage of explosives or other hazardous materials or equipment is
necessary for the execution of the work, the Contractor shall exercise the utmost care and
shall carry on such activities under the supervision of properly qualified personnel.
All blasting, including methods of storing and handling explosives and highly inflammable
materials, shall conform to federal, state, local laws and ordinances. All city ordinances
shall be complied with even though some or all of the blasting is done outside the city
limits unless the applicable ordinance is in conflict with the law of the jurisdiction where
the action is being taken.
The following is a list of requirements in addition to federal, state, and local laws and
ordinances:
1. The Contractor shall furnish the City of Round Rock with a Certificate of
Blasting Insurance in the amount of $300,000.00 for each contract, at least
twenty -four (24) hours prior to using explosives. A blasting permit must be
obtained from the city at least five (5) days prior to use of explosives. If
blasting is covered under the Contractor's General Insurance Certificate for
each contract, a separate blasting certificate will not be required.
2. The following public utility companies and city departments will be notified
by the Contractor, on every occasion, at least twenty -four (24) hours prior
to the use of explosives: Water and Wastewater, Electric, Gas, Telephone
and the City Engineering Department.
3. Explosive materials to be used shall be limited to blasting agents and
dynamite, unless prior approval of other materials is obtained in writing
from the Engineering Department.
GC -37
4. During blasting, all reasonable precautions shall be taken to protect
pedestrians, passing vehicles, and public or private property. Blasting mats
or protective cover shall be used when required by the City Inspector, the
permit, or by safe blasting practices.
5. All explosives shall be stored in accordance with Chapter 5, Section 5.200,
of the City Code.
6. The Director of Engineering or his representative shall have the right to
limit the use of explosives and/or blasting methods which in his opinion are
dangerous to the public or nearby property of any kind.
7. The Contractor, at his expense, shall promptly repair or replace all items
known to be damaged as a result of blasting. All claims of damage shall be
investigated by the City of Round Rock or by consulting firms approved by
the city.
8. The Contractor shall maintain accurate records throughout the blasting
operations showing the type explosive used, number of holes, pounds per
hole, depth of hole, total pounds per shot, delays used, date and time of blast
and initials of the inspector. The Contractor is fully responsible for all
claims resulting from his blasting operation.
All damage or loss to any property referred to in this article caused in whole or in part by
the Contractor, any Subcontractor, any Sub - subcontractor, or anyone directly or indirectly
employed by any of them, or by anyone for whose acts any of them may be liable, shall
be remedied by the Contractor, except damage or loss attributable solely to faulty drawings
or specifications or solely to the acts or omissions of the Owner or the Engineer or anyone
employed by either of them, and not attributable in any degree to the fault or negligence
of the Contractor.
The Contractor shall designate a responsible member of his organization at the site whose
duty shall be the prevention of accidents. This person shall be the Contractor's
superintendent unless otherwise designated in writing by the Contractor to the Owner and
the Engineer.
10.03 Location and Protection of Utilities
Notwithstanding any other provision of this contract, the Contractor shall be solely
responsible for the location and protection of any and all public utility lines and utility
customer service lines in the work area. The Contractor shall exercise due care to locate
and to mark, uncover or otherwise protect all such lines in the construction zone and any
of the Contractor's work or storage areas. Upon request, the Owner shall provide such
information as it has about the location and grade of water, sewer, gas, and telephone and
GC -38
electric lines and other utilities in the work area but such information shall not relieve or
be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be
primary and nondelegable. Any such lines damaged by the Contractor's operations shall
be immediately repaired by the Contractor or he shall cause such damage to be repaired at
his expense.
GC -39
5.0 SPECIAL CONDITIONS
SECTION 01- INFORMATION
01-01 ENGINEER
The word "Engineer" in these Specifications shall be understood as referring
to the City of Round Rock, 221 East Main Street, Round Rock, Texas 78664,
Engineer of the Owner, or the Engineer's authorized representative to act in
any particular position for the Owner.
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
The Agreement will be prepared in not Tess than five (5) counterpart (original
signed) sets. Owner will furnish Contractor two (2) sets of conforming
Contract Documents and Specifications and four (4) sets of Plans free of
charge, and additional sets will be obtained from the Engineer at commercial
reproduction rates plus 20% for handling.
01-03 GOVERNING CODES
All construction as provided for under these Plans and Specifications shall be
governed by any existing Resolutions, Codes and Ordinances, and any
subsequent amendments or revisions thereto as set forth by the Owner.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME
The Contractor agrees that time is of the essence for this Contract and that the
definite value of damages which would result from delay would be incapable
of ascertainment and uncertain, so that for each day of delay beyond the
number of days herein agreed upon for the completion of the work herein
specified and contracted for, after due allowance for such extension of time
as is provided for under the provisions of Section 4.02 of the General
Conditions, the Owner may withhold permanently from the Contractor's total
compensation, not as penalty but as liquidated damages, the sum of $250.00
per calendar day.
01 -05 LOCATION
The location of work shall be as mentioned in the Notice to Bidders and as
indicated on Plans.
S -1
01-06 USAGE OF WATER
All water used during construction shall be provided by the City. The City
shall specify the location from which the Contractor is to procure water. The
Contractor shall be responsible for providing all apparatus necessary for
procuring, storing, transporting and using water during construction. The
Contractor shall strive to use that amount of water which is reasonable to
perform the work associated with this contract and shall endeavor to avoid
excessive waste. The Contractor will be required to pay for all water used if
it is found that unnecessary or excessive waste is occurring during
construction.
01-07 PAY ESTIMATES
speconthmstispecs
If pay estimates from the Contractor are not received by the Engineer on or
before the time specified in Section 5.04 of the General Conditions, then the
pay estimate will not be processed and will be returned to Contractor.
SECTION 02- SPECIAL CONSIDERATIONS
02-01 CROSSING UTILITIES
Prior to commencing the work associated with this contract, it shall be the
Contractor's responsibility to make arrangements with the Owners of such
utility companies to uncover their particular utility lines or otherwise confirm
their location. Certain utility companies perform such services at their own
expense, however, where such is not the case, the Contractor will cause such
work to be done at his own expense.
02 -02 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing his own utility services while
performing the work associated with this contract. No additional payment will
be made for this item.
02-03 GUARANTEES
SC -2
The Contractor warrants the materials and workmanship and that the work is
in conformance with the plans and specifications included in this contract for
the period that the Warranty Bond, as outlined in Section 04 of the Special
Conditions, is in effect. Upon notice from Owner, the Contractor shall repair
defects in all construction or materials which develop during specified period
and at no cost to Owner. Neither final acceptance, Certificate of Completion,
final payment nor any provision m Contract Documents relieves Contractor
of above guarantee. Notice of observed defects will be given with reasonable
promptness. Failure to repair or replace defect upon notice entitles Owner to
repair or replace same and recover reasonable cost thereof from Contractor.
02 -04 MINIMUM WAGE SCALE
Contractors are required to pay prevailing wage rates to laborers, workmen and
mechanics employed on behalf of the City engaged in the construction of
public works. The wage rate for these jobs shall be the general prevailing
wage rates for work of a similar character. This applies to Contractors and
Subcontractors. The Contractors and Subcontractors shall keep and make
available records of workers and their wages. Contractors and Subcontractors
shall pay the prevailing wage rates as adopted by the Owner. There is a
statutory penalty of $60.00 per worker per day or portion of a day that the
prevailing wage rate is not paid by the Contractor or any Subcontractor.
02 -05 LIMIT OF FINANCIAL RESOURCES
The Owner has a limited amount of financial resources committed to this
Project; therefore, it shall be understood by all bidders that the Owner may be
required to change and/or delete any items which he may feel is necessary to
accomplish all or part of the scope of work within its limit of fmancial
resources. Contractor shall be entitled to no claim for damages or anticipated
profits on any portion of work that may be omitted. At any time during the
duration of this contract, the Owner reserves the right to omit any work from
this contract. Unit prices for all items previously approved in this contract
shall be used to delete or add work per change order.
02 -06 CONSTRUCTION REVIEW
The Owner shall provide a project representative to review the quality of
SC -3
speconintst/speca
materials and workmanship.
02 -07 LIMITS OF WORK AND PAYMENT
It shall be the obligation of the Contractor to complete all work included in
this Contract, so authorized by the Owner, as described in the contract
documents and technical specifications. All items of work not specifically
paid for in the bid proposal shall be included in the unit price bids. Any
question arising as to the limits of work shall be left up to the interpretation of
the Engineer.
02 -08 PAYMENT FOR MATERIALS ON HAND
Owner will not pay for materials on hand. Payment will be made for work
completed in accordance with monthly estimate procedure stipulated in the
General Conditions of the Agreement.
02 -09 "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revisions on all of his copies of the
working drawings during the course of the Project as they occur. Upon
completion of the Project and prior to final acceptance and payment, the
Contractor shall submit to the Engineer one set of his working drawings, dated
and signed by himself and his project superintendent and labeled as "As-
Built", that shows all changes and revisions outlined above and that shows
field locations of all above ground appurtenances including but not limited to
valves, fire hydrants and manholes. These as -built drawings shall become the
property of the Owner. Each appurtenance shall be located by at least two (2)
horizontal distances measured from existing, easily identifiable, immovable
appurtenances such as fire hydrants or valves. Property pins can be used for
as- builts tie -ins provided no existing utilities as previously described are
available. Costs for delivering as-built drawings shall be subsidiary to other
bid items.
02 -10 LAND FOR WORK
Owner provides, as indicated on Drawings, land upon which work is to done,
right -of -way for access to same and such other lands which are designated for
use of Contractor. Contractor provides, at his expense and without liability of
Owner, any additional land and access thereto that may be required for his
SC-4
construction operations, temporary construction facilities, or for storage of
materials.
02 -11 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on Plans, present obstructions to
grade and alignment of proposed improvements immediately notify engineer,
who without delay, will determine if existing utilities are to be relocated, or
grade and alignment of proposed improvements changed. Where necessary to
move existing services, poles, guy wires, pipelines, etc., as determined by the
Engineer, the Contractor will make arrangements with the owner of the utility
to be moved and have it moved. The costs of any utility relocations will be at
the Contractor's sole expense. Owner will not be liable for relocations costs
or damages on account of delays due to changes made by owners of privately
owned utilities which hinder progress of the work.
02-12 CONSTRUCTION STAKING
All construction staking required to complete the work associated with this
contract shall be provided by the Contractor. The Contractor shall be
responsible for determining the layout and extent of staking necessary to
construct the improvements to the lines and grades shown in the Plans. This
item shall not be paid for separately and shall be considered subsidiary to other
bid items.
SECTION 03- TRAFFIC CONTROL
Access shall be provided for residents and emergency vehicles at all times.
When it becomes necessary to restrict access, the Contractor shall notify all
applicable agencies (ie. Fire Department, E.M.S., Public Works, etc.). At the
end of each day two lanes of traffic shall be opened to the public. The
Contractor shall be responsible for all maintenance, signing and safety
precautions necessary for traffic control. This item shall be considered
subsidiary to other bid items and no additional compensation shall be given for
complying with this Special Condition.
SECTION 04- WARRANTY BOND
Per City of Round Rock Ordinances, a two (2) year Warranty Bond naming
SC -5
the City of Round Rock as obligee will be required for public streets
constructed without lime stabilization of subgrade material when the Plasticity
Index of the subgrade is above 20. Warranty Bond shall remain in effect for
two (2) years from date of City of Round Rock acceptance of improvements.
Such bonds shall be from an approved surety company holding a permit from
the State of Texas to act as surety or other surety or sureties acceptable to the
Owner prior to final payment.
SC -6
SECTION 05- INSURANCE
Section 3.18 of the General Conditions of the Agreement is hereby amended
to include the following:
specondmst/specs
3.18 Insurance
Contractor shall carry insurance in the following types and amounts for the
duration of this Contract, which shall include items owned by Owner in care,
custody and control of Contractor prior and during construction and warranty
period, and furnish Certificates of Insurance along with copies of policy
declaration pages and all policy endorsements as evidence thereof:
a. Statutory Worker's Compensation and minimum $100,000 Employers
Liability Insurance.
b. Commercial General Liability Insurance with minimum limits of
$500,000 per occurrence and $1,000,000 Aggregate or $500,000 for
this designated project and $100,000 Fire Damage.
c. Automobile Liability Insurance for all owned, nonowned and hired
vehicles with minimum limits for Bodily Injury of $250,000 for each
person and $500,000 for each occurrence and Property Damage limits
of $100,000 or Combined Single Limit of $600,000.
d. On all new or remodeling building proiects: All Risk Builders Risk
Insurance for insurable building projects shall be insured in the amount
of the contract price for such improvements. Owner and Contractor
waive all rights against each other for damages caused by fire or other
perils to the extent covered by Builders Risk Insurance required under
this section, except as to such rights as they may have in the proceeds
of such insurance. Contractor shall require similar waivers by
Subcontractors and Sub - subcontractors.
e. Owner and Contractor's Protective Policy. The Contractor shall
provide and maintain during the life of this contract and until all work
under said contract has been completed and accepted by the Owner, an
Owner's and Contractor's Protective Policy which co- insures the Owner
and the Owner's agents and employees with the same Commercial
General Liability coverage as described above, entitled "Commercial
General Liability Insurance."
SC -7
When offsite storage is permitted, policy will be endorsed for transit and off
site storage in amounts sufficient to protect property being transported or
stored.
This insurance shall include, as insured, City of Round Rock, Contractor,
Subcontractors and Sub - subcontractors in the work, as their respective interest
may appear.
If insurance policies are not written for amount specified in b. and c. above,
Contractor is required to carry an Excess Liability Insurance Policy for any
difference in amounts specified.
Contractor shall be responsible for deductibles and self insured retentions, if
any, stated in policies. Any self insured retention shall not exceed ten percent
of minimum required limits. All deductibles or self insured retentions shall be
disclosed on Certificate of Insurance required above.
Contractor shall not commence work at site under this Contract until he has
obtained required insurance and until such insurance has been reviewed by
Owner's Contract Administration Office. Contractor shall not allow any
Subcontractors to commence work until insurance required has been obtained
and approved. Approval of insurance by Owner shall not relieve or decrease
liability of Contractor hereunder.
Insurance to be written by a company licensed to do business in the State of
Texas at the time policy is issued and acceptable to owner.
Contractor shall produce an endorsement to each effected policy:
1. Naming City of Round Rock, 221 East Main Street, Round Rock,
Texas 78664 as additional insured (except Workers' Compensation and
Builders Risk).
2. That obligates the insurance company to notify Joanne Land, City
Secretary, City of Round Rock, 221 East Main Street, Round Rock,
Texas 78664 of any and all changes to policy 30 days prior to change.
3. That the "other" insurance clause shall not apply to Owner where City
of Round Rock is an additional insured shown on policy. It is intended
that policies required in this agreement, covering both Owner and
Contractor, shall be considered primary coverage as applicable.
SC -8
specond.nestispecs
Contractor shall not cause any insurance to be canceled nor permit any
insurance to lapse during term of this Contract or as required in the Contract.
If Contractor is underwritten on a claim -made basis, the retroactive date shall
be prior to, or coincident with, the date of this Contract and the Certificate of
Insurance shall state that coverage is claims made and also the retroactive date.
Contractor shall maintain coverage for duration of this Contract and for two
years following completion of this Contract.
Contractor shall provide the City annually a Certificate of Insurance as
evidence of such insurance. It is further agreed that Contractor shall provide
Owner a 30 day notice of aggregate erosion, an advance of the retroactive date,
cancellation and/or renewal.
It is also agreed that Contractor will invoke the tail option at request of Owner
and the Extended Reporting Period (ERP) premium shall be paid by
Contractor.
Owner reserves the right to review insurance requirements of this section
during effective period of the Contract and to make reasonable adjustments to
insurance coverages and their limits when deemed necessary and prudent by
Owner based upon changes in statutory law, court decisions or the claims
history of the industry as well as Contractor.
Owner shall be entitled, upon request, and without expense, to receive copies
of policies and all endorsements thereto and may make any reasonable
requests for deletion or revision or modification of particular policy terms,
conditions, limitations or exclusions, except where policy provisions are
established by law or regulation binding upon either of the parties hereto or the
underwriter on any of such policies.
Actual losses not covered by insurance as required by the section shall be paid
by Contractor.
SC -9
SECTION 06- WAGE RATES
General Decision Number TX000043
Superseded General Decision No. TX990043
State: TEXAS
Construction Type:
HEAVY
HIGHWAY
County(ies):
BELL CORYELL TRAVIS
BEXAR GUADALUPE WILLIAMSON
BRAZOS HAYS
COMAL MCLENNAN
Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include building
structures in rest area projects). *NOT TO BE USED FOR WORK ON SEWAGE OR WATER
TREATMENT PLANTS OR LIFT/PUMP STATIONS IN BET .T., CORYELL, McLENNAN AND
WILLIAMSON COUNTIES.
Modification Number Publication Date
0 02/11/2000
County(ies):
BELL CORYELL TRAVIS
BEXAR GUADALUPE WILLIAMSON
BRAZOS HAYS
COMAL MCLENNAN
SUTX2042A 03/26/1998
Rates
AIR TOOL OPERATOR 8.08
ASPHALT HEATER OPERATOR 11.00
ASPHALT RAKER 8.00
ASPHALT SHOVELER 7.97
BATCHING PLANT WEIGHER 11.00
CARPENTER 10.80
CONCRETE FINISHER -PAVING 9.57
CONCRETE FINISHER- STRUCTURES 8.83
CONCRETE RUBBER 8.52
ELECTRICIAN 16.25
SC -10
Fringes
Rates
FLAGGER 6.86
FORM BUILDER - STRUCTURES 8.77
FORM LINER - PAVING & CURB 8.00
FORM SETTER -PAVING & CURB 8.68
FORM SETTER - STRUCTURES 8.73
LABORER-COMMON 7.12
LABORER - UTILITY 7.99
MECHANIC 12.15
OILER 11.40
SERVICER 8.
PAINTER- STRUCTURES 10.00
PIPE LAYER 8.27
ASPHALT DISTRIBUTOR OPERATOR 9.70
ASPHALT PAVING MACHINE 9.26
BROOM OR SWEEPER OPERATOR 7.12
BULLDOZER 9.28
CONCRETE CURING MACHINE 7.79
CONCRETE FINISHING MACHINE 11.00
CONCRETE PAVING SAW 9.79
SLIPFORM MACHINE OPERATOR 11.15
CRANE, CLAMSHELL, BACKHOE,
DERRICK, DRAGLINE, SHOVEL 10.12
FOUNDATION DRILL OPERATOR
TRUCK MOUNTED 15.00
FRONT END LOADER 8.86
HOIST - DOUBLE DRUM & LESS 10.81
MIXER 7.12
MIXER - CONCRETE PAVING 11.00
MOTOR GRADER FINE GRADE 12.37
MOTOR GRADER 11.14
PAVEMENT MARKING MACHINE 8.31
PLANER OPERATOR 15.75
ROLLER, STEEL WHEEL PLANT -MIX
PAVEMENTS 7.73
ROLLER, STEEL WHEEL OTHER
FLATWHEEL OR TAMPING 7.33
ROLLER, PNEUMATIC, SELF PROPELLED 7.17
SCRAPERS 8.38
TRACTOR-CRAWLER TYPE 9.40
TRAVELING MIXER 7.92
TRENCHING MACHINE, HEAVY 9.92
WAGON - DRILL/BORING MACHINE 8.00
SC -11
Fringes
Rates
REINFORCING STEEL SETTER PAVING 14.50
REINFORCING STEEL SETTER
STRUCTURES 10.61
STEEL WORKER - STRUCTURAL 11.73
SPREADER BOX OPERATOR 8.55
WORK ZONE BARRICADE 8.29
SIGN INSTALLER 7.97
TRUCK DRIVER -SINGLE AXLE LIGHT 8.32
TRUCK DRIVER -SINGLE AXLE HEAVY 7.954
TRUCK DRIVER - TANDEM AXLE SEMI
TRAILER 8.02
TRUCK DRIVER - LOWBOY/FLOAT 10.12
WELDER 11.02
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
SC -12
Fringes
Unlisted classifications needed for work not included within the scope of the classifications listed may
be added after award only as provided in the labor standards contract clauses (29 CFR 15.5(a)
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can be:
• an existing published wage determination
• a survey underlying a wage determination
• a Wage and Hour Division letter setting forth a position on a wage determination
matter
• a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys, should be
with the Wage and Hour Regional office for the area in which the survey was conducted
because those Regional offices have responsibility for the Davis -Bacon survey program. If the
response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should
be followed.
With regard to any other matter not yet ripe for the formal process described here, initial contact
should be with the Branch of Construction Wage Determinations. Write to:
2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action)
can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part
1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
The request should be accompanied by a full statement of the interested party's position and by any
information (wage payment data, project description, area practice material, etc.) that the requestor
considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the
Administrative Review Board (formerly the Wage Appeals Board). Write to:
4.) All decisions by the Administrative Review Board are final.
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
END OF GENERAL DECISION
SC -13
CLASSIFICATION
Rate
Health
Pension
Vacation
Total Wage
ASBESTOS WORKER
$8.78
$0.00
$0.00
$0.00
$8.78
CARPENTER
$15.52
$1.57
$0.97
$0.00
$18.06
CARPET LAYER/FLOORING INSTALLER
$8.00
$0.00
$0.00
$0.00
$8.00
CONCRETE FINISHER
$10.27
$0.00
$0.00
$0.00
$10.27
DATA COMMUNICATION/TELECOM INSTALLER
$12.08
$0.76
$0.50
$0.05
$13.39
DRYWALL INSTALLER/CEILING INSTALLER
$10.91
$0.00
$0.00
$0.00
$10.91
ELECTRICIAN
$17.44
$2.16
$1.05
$1.05
$21.70
ELEVATOR MECHANIC
$16.75
53.85
$2.19
$1.50
$24.29
FIRE PROOFING INSTALLER
$8.00
$0.00
$0.00
$0.00
$8.00
GLAZIER
$13.60
$2.24
$1.15
$0.54
$17.53
HEAVY EQUIPMENT OPERATOR
$10.56
$0.00
$0.00
$0.00
$10.56
INSULATOR
$13.75
$1.16
$0.92
$0.03
$15.86
IRON WORKER
$12.18
$0.00
$0.00
$0.00
$12.18
LABORER/HELPER
$7.48
$0.02
$0.00
$0.00
$7.50
LATHER/PLASTERER
$12.50
$0.00
$0.00
$0.00
$12.50
LIGHT EQUIPMENT OPERATOR
$7.75
$0.00
$0.00
$0.00
$7.75
MASON
$16.00
$0.00
$0.00
$0.00
$16.00
METAL BUILDING ASSEMBLER
$11.00
$0.62
$0.00
$0.34
$11.96
MILLWRIGHT
$15.91
$1.63
$1.00
$0.00
$18.54
PAINTER/WALL COVERING INSTALLER
88.00
$0.00
80.00
$0.00
$8.00
PIPEFITTER
$18.10
$1.42
$1.80
$0.00
$21.32
PLUMBER
$12.68
$0.00
$0.00
$0.00
$12.68
ROOFER
$10.00
$0.00
$0.00
$0.00
$10.00
SHEET METAL WORKER
$18.40
$2.39
$2.55
$0.33
$23.67
SPRINKLER FITTER
$18.25
$3.40
$2.20
$0.00
$23.85
TERRAZZO WORKER
$0.00*
$0.00
$0.00
$0.00
$0.00*
TILE SETTER
$15.00
$0.32
$0.00
$0.00
$15.32
WATERPROOFER/CAULKER
$10.64
$0.00
$0.00
$0.00
$10.64
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
COUNTY NAME: WILLIAMSON
PREVAILING WAGE RATE DETERMINATION
BUILDING CONSTRUCTION TRADES
SC-14
Date Printed: April 15,1997
*$0.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this
classification. Government Code Title 10, Sec. 2258.023, paragraph C state: "A contractor or subcontractor does
not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify
the rates in the contract as provided in Section 2258.022.
(Property of General Services Commission, Based on 1996 Survey results)
6.0 TECHNICAL SPECIFICATIONS
ITEM 1 GENERAL DESCRIPTION
1.01 SCOPE OF WORK
TECHSPEC.- ph2.wpcWc
The work covered by these Specifications consists of furnishing all labor,
equipment, appliances, materials and performing all operations in connection
with the street maintenance improvements, complete in accordance with the
Plans, and subject to the terms and conditions of the Contract Documents.
1.02 GOVERNING TECHNICAL SPECIFICATIONS
STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS
The current City of Austin Standard Specifications as adopted and amended
by the City of Round Rock and the current City of Austin Erosion and
Sedimentation Control Manual are hereby referred to and included in this
contract as fully and to the same extent as if copied at length herein and they
shall be applied to this project except as modified in these Specifications and
on the Plans.
Wherever the term "City of Austin" is used in the Austin Specifications, it
shall be construed to mean the City of Round Rock.
Wherever the term "Engineer" is used in the Austin Specifications, it shall be
construed to mean the City of Round Rock.
Copies of the City of Austin Standard Specifications that pertain most to the
work contemplated under this project are attached at the end of this section for
ease of reference.
TS -1
ITEM 2 CONTROL OF WORK
2.01 CLEAN -UP
2.01.1 CONSTRUCTION SITE
During construction the Contractor shall keep the site free and clean from all
rubbish and debris and shall clean-up the site promptly when notified to do so
by the Engineer.
The Contractor shall, at his own expense, maintain streets, roads and drives
free from dust, mud, excess earth or debris which constitutes a nuisance or
danger to the public using said facilities, or the occupants of adjacent
properties.
Care shall be taken to prevent spillage on streets and roads over which hauling
is done, and any such spillage or debris deposited on said facilities, due to the
Contractor's operations, shall be immediately removed.
2.01.2 BACKWORK
2.02 GRADING
The Contractor shall coordinate his operations in such a manner as to prevent
the amount of clean-up and completion of back works from becoming
excessive. Should such a condition exist, the Engineer may order all or
portions of the work to cease and refuse to allow any work to commence until
the back work is done to the Engineer's satisfaction.
The Contractor shall do such grading in and adjacent to the construction area
associated with this contract as may be necessary to leave such areas in a neat
and satisfactory condition approved by the Engineer.
EcHSPEc. -ah2• TS -2
ITEM 3 EXAMINATION AND REVIEW
3.01 EXAMINATION OF WORK
The work covered under this Contract shall be examined and reviewed by the
Engineer, representatives of all governmental entities which have jurisdiction,
and the Owner's authorized representative. The quality of material and the
quality of installation of the improvements shall be to the satisfaction of the
Engineer. It shall be the Contractor's responsibility for the construction
methods and safety precautions in the undertaking of this Contract.
3.02 NOTIFICATION
The Engineer and Owner must be notified a minimum of 24 -hours in advance
of beginning construction, testing, or requiring presence of the Engineer,
project representative, or Owner's representative.
3.03 CONSTRUCTION STAKING
The Engineer shall furnish the Contractor reference points and benchmarks
that, in the Engineer's opinion, provide sufficient information for the
Contractor to perform construction staking.
3.04 PROTECTION OF STAKES. MARKS. ETC.
All engineering and surveyor's stakes, marks, property corners, etc., shall be
carefully preserved by the Contractor, and in case of destruction or removal
during the course of this project, such stakes, marks, property corners, etc.,
shall be replaced by the Contractor at the Contractor's sole expense.
rECHSPEC.- phzwpdAC
TS -3
ITEM 4 PROTECTION AND PRECAUTION
4.01 WORK IN FREEZING WEATHER
Portions of the work may continue as directed by the Engineer.
4.02 PROTECTION OF TREES. PLANTS AND SHRUBS
The Contractor shall take necessary precautions to preserve all existing trees,
plants and shrubs but where it is justifiable and necessary the Contractor may
remove trees and plants for construction right -of -way but only with approval
of the Engineer.
4.03 TRAFFIC CONTROL MEASURES AND BARRICADES
Traffic control measures and barricades shall be installed in accordance with
the Texas Manual of Uniform Traffic Control Devices and in other locations
deemed necessary by the Engineer, for the protection life and property. Under
no circumstances will any existing road be permitted to remain closed
overnight. No separate pay will be made for this item. Costs for this item
shall be subsidiary to other items of work. Engineered / Sealed Traffic
Control Plan must Be Submitted.
4.04 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the protection, reference and resetting
of property corner monuments if disturbed.
4.05 DISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense, make arrangement for the disposal
of surplus material, such as rock, trees, brush and other unwanted backfill
materials.
4.06 CONTRACTOR'S USE OF PREMISES
The Contractor shall, at his own expense, provide additional space as
necessary for his operations and storage of materials.
TECHSPEC.- ph2.wpol&
TS-4
ITEM 5 MATERIALS
5.01 TRADE NAMES
Except as specified otherwise, wherever in the specifications an article or class
of material is designated by a trade name or by the name or catalog number of
any maker, patentee, manufacturer, or dealer, such designations shall be taken
as intending to mean and specify the articles described or another equal thereto
in quality, finish, and serviceability for the purpose intended, as may be
determined and judged by the Engineer in his sole discretion.
5.02 MATERIALS AND WORKMANSHIP
No material which has been used by the Contractor for any temporary purpose
whatever is to be incorporated in the permanent structure without the written
consent of the Engineer. Where materials or equipment are specified by a
trade or brand name, it is not the intention of the owner to discriminate against
an equal product of another manufacturer, but rather to set a definite standard
of quality for performance, and to establish an equal basis for the evaluation
of bids. Where the words "equivalent ", "proper" or "equal to" are used, they
shall be understood to mean that the item referred to shall be "proper ", the
"equivalent" of, or "equal to some other item, in the opinion or judgement of
the Engineer. Unless otherwise specified, all materials shall be the best of
their respective kinds and shall be in all cases fully equal to approved samples.
Notwithstanding that the words "or equal to" or other such expressions may
be used in the specifications in connection with a material, manufactured
article or process, the material, article or process specifically designated shall
be used, unless a substitute is approved in writing by the Engineer, and the
Engineer will have the right to require the use of such specifically designated
material, article or process.
TECHSPEC.- ph2.wpalk
TS -5
ITEM 6 GRADING. RESTORATION. REVEGETATION, AND EROSION
CONTROL MEASURES
This item shall govern the furnishing, placing, maintaining and removal of all
erosion control measures, site work, restoration work, grading, shaping,
seeding and sodding for all disturbed areas and in accordance with the plans.
EROSION CONTROL
Temporary erosion control measures shall include but not be limited to: Silt
Fences, Rock Berms, Land Grading and Storm Inlet Sediment Traps.
The Contractor is alerted to the fact that his construction operations may cause
undue sedimentation at various locations and erosion of the land in and around
the construction area. Such areas of erosion and sedimentation are difficult to
predict and are best determined in the field as construction progresses. The
Contractor should be aware that such areas of erosion and sedimentation
generally include but are not limited to: drainage outlets, steep slopes and in
areas where vegetation has been removed. The Contractor should be prepared
to take remedial measures and to install erosion and sedimentation control
devices as necessary to correct all adverse erosion and sedimentation.
The extent and location of erosion control measures shall be as determined in
the field by the Engineer or his designated representative. The Contractor
shall be responsible for providing all materials, labor and equipment necessary
for the construction of erosion control measures. The Contractor shall
maintain all erosion control measures until final acceptance and shall remove
them after final acceptance of the project.
This item will not be measured and paid for separately. Costs for this item
shall be subsidiary to other items of work.
RESTORATION AND REVEGETATION
Unless otherwise directed by the Engineer:
All unpaved areas disturbed during construction shall be graded and shaped to
conform to the topography existing prior to construction. Said areas shall then
TecHSPEc. -Pra.•vdAk TS-6
ITEM 7 CONSTRUCTION AND TRAFFIC CONTROL WITHIN HIGHWAY
RIGHT -OF -WAY
All construction performed, all traffic controls and all warning signs within
any right -of -way of the State of Texas shall be in accordance with any rules,
regulations and policies of the State Department of Highways and Public
Transportation.
TECHSPEC.- ph2.wpdAk
be restored by providing topsoil and vegetation or by providing surface
material that existed prior to construction (i.e. peagravel, flexible base, etc.).
The type of vegetation or surface material provided shall equal or exceed the
type of vegetation or surface material which existed prior to construction
unless otherwise requested by the property owner. This item will not be
measured and paid for separately, costs for this item shall be subsidiary to
other items of work.
EXISTING SHRUBS AND TREES
It is the intent of the Owner to preserve as many existing trees and shrubs
within the construction area as possible. The Contractor shall not remove, trim
or otherwise disturb existing trees and shrubs unless otherwise directed by the
Engineer. The Contractor, at his sole expense and without compensation from
the Owner, shall be responsible for replacing all trees and shrubs cLamoged
where in the opinion of the Engineer, such damage was avoidable.
When directed by the Engineer, the Contractor shall carefully excavate
existing shrubs that conflict with proposed construction and properly re -plant
said shrubs within the right -of -way in a location determined by the Engineer
after he has conferred with the respective property owner. The Contractor will
not be responsible for guaranteeing the success of the re- planted shrubs
provided he has exercised proper care and followed appropriate re- planting
procedures. No separate pay will be made for this item.
Costs for this item shall be subsidiary to other items of work. All shrubs
unduly damaged during excavation or re- planting shall be replaced at the
Contractor's sole expense without compensation from the Owner.
TS -7
ITEM 8 MAIL BOXES
The Contractor shall temporarily relocate all mail boxes that are in conflict
with construction activities. Mail boxes that are temporarily relocated shall
be erected in an upright position and shall be sufficiently anchored to prevent
them from being easily tipped or blown over, lifted or removed. The
temporary location of all mail boxes shall be outside the construction area and
shall be readily accessible for mail delivery and retrieval. The temporary
location of mail boxes and the means and methods of installation shall be
subject to the approval of the Engineer.
As soon as practical during or after construction, all mail boxes temporarily
relocated shall be permanently reinstalled. Mail boxes shall be installed in the
same respective location that they were in prior to construction, unless
otherwise requested by the property owner. However, all mail boxes shall be
installed according to postal regulations regardless of the installation prior to
construction.
The City of Round Rock may allow the various property owners the option of
replacing their existing mail boxes. In such cases, the property owner will be
responsible for purchasing and providing a new mail box to the Contractor
who will permanently install the new box and will be responsible for
discarding the old box. Property owners exercising such option shall provide
a new mail box that requires installation, in the opinion of the Engineer, that
is similar to that of the mail box it is intended to replace.
TECHSPEC.- ph2.wpda
Mail boxes damaged by the Contractor shall be repaired or replaced as
directed by the Engineer and at the Contractor's sole expense without
additional compensation from the Owner.
Temporary relocation and installation of existing mail boxes, discarding of old
mail boxes (where applicable), and permanent installation of existing or new
mail boxes (where applicable), will not be measured and paid for separately.
Costs for these items shall be subsidiary to other items of work.
TS -8
ITEM 9 MICRO - SURFACING (POLYMER MODIFIED)
9.01 COMPOSITE MICRO - SURFACING (POLYMER MODIFIED) MIXTURE
The composite micro - surfacing (polymer modified) shall be costructed as per
Tx Dot Special Specification Item 3138, a copy of which is attached at the end
of this section for ease of reference.The micro - surfacing mixture shall be
applied at the rate of 25 pounds per square yard and the aggregate shall be
Grade 2.
9.02 FINAL SWEEPING
9.03 CONSTRUCTION METHODS
All'' 'A inch plus cracks, holes and depressions shall be sealed and patched prior
to micro - surfacing. Material used for sealing and patching shall be hot mix,
hot lay asphaltic concrete or other asphaltic materials as approved by the
Engineer. Holes and depressions will be patched and paid for under bid item
for "Hot Mix Asphaltic Concrete type D, spot fill and level -up ". No separate
payment will be made for sealing ''A inch plus cracks with liquid asphalt as
this will be considered subsidiary work pertaining to the various bid items.
Prior to placing the micro - surfacing, all loose dirt, gravel, weeds, grass,
existing traffic buttons and other material deemed objectionable by the
Engineer shall be removed from the existing roadway surface and lip of
gutter /pavement interface.
Building paper or other approved materials shall be spread on all manholes,
valve boxes, junction boxes, concrete valley gutters, other concrete surfaces,
etc. to protect them from being covered with asphaltic materials. Asphaltic
materials spilled, tracked, sprayed or otherwise deposited on surfaces,
structures, etc., other than existing roadway surfaces intended to be treated
under this contract, shall be cleaned up by the Contractor at his sole expense.
TECHSPEC.- ph2.wpdItk
Prior to final acceptance of the project, the Contractor shall remove all loose
material from the right of way utilizing a vacuum type sweeper only and post
a one year warranty bond in the amount of one hundred percent (100 %) of the
contract price.
TS -9
9.04 TRAFFIC CONTROL FACILITIES
The Contractor shall notify all abutting residents and owners along the street
a minimum of 24 hours prior to the micro- surfacing operation.
tacwspEc.-pn2.wpd/tk
TS-10
1993 Specifications
1. Description. This Item shall consist of a micro - surfacing system
which shall be a mixture of cationic polymer modified asphalt
emulsion, mineral aggregate, mineral filler, water and other
additives mixed and placed on the paved surface in accordance with
these specifications and to the dimensions as shown on the plans.
2. Materials.
SPECIAL SPECIFICATION
ITEM 3138
MICRO - SURFACING (POLYMER MODIFIED)
(1) Asphaltic Material.
The asphalt materials, designated as CSS -1P, shall be a
cationic slow setting emulsion modified with an approved
polymer. The polymer shall be incorporated by blending with
the base asphalt prior to emulsification or it shall be co-
milled with the asphalt to produce the finished emulsion. The
distillation residue of the modified emulsion shall contain a
minimum of 3.0 percent polymer by mass, as determined by an
analytical method approved by the Department. The emulsion
supplier shall furnish the Department samples of the base
asphalt and polymer used in the finished emulsion.
In addition, the emulsion shall be homogeneous, shall show no
separation of polymer and shall comply with the following
requirements:
Min Max
Viscosity, Saybolt Furol at 77 F, Sec. 20 100
Storage stability test, one day, percent - 1
Particle charge test Positive
Sieve test, percent - 0.1
*Distillation:
Oil distillate, by volume of emulsion, percent - 1/2
Residue, percent 62 -
Tests on Residue from Distillation:
Penetration, 77 F, 100 g, 5 seconds 55 90
Ductility, 77 F, 5 cm /min, cm 70 -
Solubility in trichloroethylene, percent 97 -
Softening Point, R. & B., F 135 -
*The standard distillation procedure shall be modified as
follows:
The temperature on the lower thermometer shall be brought
slowly to 350 F plus or minus 10 F and maintained at this point
for 20 minutes. Complete the total distillation in 60 minutes
plus or minus 5 minutes from the first application of heat.
(2) Mineral Aggregate.
1 -9 3138.000
3 -99
(a) Description. The mineral aggregate shall all be generated
by crushing operations from a single source and shall be
composed of clean, tough and durable particles of 100%
crushed aggregates approved by the Engineer. A sand
equivalent of 70 or higher is required when tested in
accordance with Test Method Tex -203 -F unless otherwise
shown on the plans. The aggregate shall show a maximum
weighted loss of 30 percent when subjected to five (5)
cycles of conditioning using magnesium sulfate solution in
accordance with Test Method Tex - 411 -A. The test shall be
performed on the gradation to be used on the project.
The polish value for the aggregate shall not be less than
the value shown on the plans when tested in accordance
with Test Method Tex - 438 -A. The polish value test shall
be performed on the parent rock. The Engineer may waive
the polish value requirement for aggregates with known
satisfactory performance history based on Department skid
values.
(b) Grades. When tested by Test Method Tex - 200 -F, Part II,
Washed Sieve Analysis, the gradation requirements shall be
as follows:
Grade 1 Percent Aggregate
(Fine Graded Surface Course) By Mass
Retained on 3/8" sieve 0
Retained on No. 4 sieve 0 -2
Retained on No. 8 sieve 10 -25
Retained on No. 16 sieve 25 -50
Retained on No. 30 sieve 50 -70
Retained on No. 50 sieve 65 -82
Retained on No. 100 sieve 79 -90
Retained on No. 200 sieve 85 -95
3. Paving Mixture.
Retained on 1/2" sieve
Retained on 3/8" sieve
Grade 2 Percent Aggregate
(Coarse Graded Surface Course) By Mass
Retained on No.
Retained on No.
Retained on No.
Retained on No.
Retained on No.
Retained on No.
Retained on No.
2 -9
4 sieve
8 sieve
16 sieve
30 sieve
50 sieve
100 sieve
200 sieve
(3) Water. The water shall be
soluble salts.
(4) Other Additives. With the
approved by the emulsion m
emulsion mix or to any of
control of the mix time in
Test Method Tex -240 -F Part IV
Test Method Tex -200 -F
Test Method Tex -203 -F
Test Method Tex -411 -A
Test Method Tex -240 -F Part I
0
0 -1
6 -14
35 -55
54 -75
65 -85
75 -90
82 -93
85 -95
3138.000
3 -99
(c) Mineral Filler. Mineral filler shall be non - air - entrained
Portland cement which is free of lumps or foreign matter,
meeting the requirements of Item 524, "Hydraulic Cement ".
Hydrated lime meeting the requirements of Item 264, "Lime
and Lime Slurry" may also be used when approved by the
Engineer.
potable and shall be free of harmful
approval of the Engineer, additives
anufacturer may be added to the
the component materials to provide
the field.
(1) Mixture Design.
The mixture design, or job mix formula shall be supplied by the
Contractor. The following shall be required in the mix design
provided by the Contractor.
75 g /sq.ft Loss Max.
Washed Gradation
Sand Equivalent 70 Min.
Soundness 30% Max.
Mix Compatibility
Controlled to 120 sec.
The mix design shall show the percent asphalt emulsion and
mineral filler, to be included in the mix as a percent of the
dry aggregate mass. These mix design requirements are subject
to verification by testing of laboratory produced mixes or
trial batch material prior to placement of project material.
(2) Composition of Mixture. The polymer modified micro - surfacing
shall consist of a uniform mixture of aggregate, emulsion,
mineral filler, water and field control additive as required.
The emulsion and aggregate must be compatible so that a
Residual Asphalt
Mineral Filler
(Portland Cement
or Hydrated Lime)
Field Control Additive
3 -9 3138.000
3 -99
complete, uniform coating of the aggregate will be obtained in
the mixing process. The mixture must have sufficient working
life to allow for proper placement at the existing ambient
temperature and humidity.
When the paving mixture is placed with the relative humidity at
not more than 50 percent and ambient air temperature of at
least 75 F, it must cure sufficiently that uniformly moving
traffic can be allowed in one hour with no damage to the
surface. Locations subject to sharp turning or stopping and
starting traffic may require additional curing.
The job mix formula shall meet with the approval of the
Engineer; and the proportions to be used shall be within the
following limits:
- 6.0 to 9.0 percent by mass of dry
aggregate
- 0.5 to 3.0 percent by mass of dry
aggregate
- As required to provide control of
break and cure
Water - As required to provide proper
consistency
The mixture shall be designed so that the mineral aggregate
will produce a gradation which conforms to the limitations for
the master grading for the type specified herein. The
gradation will be determined in accordance with Test Method
Tex -200 -F (Washed Sieve Analysis) and shall be based upon
aggregate and mineral filler.
(3) Determination of Mixture Composition and Tolerances:
Determination of aggregate gradation may be based on sieve
analysis of representative samples taken from the stockpile at
the job site. The amount of mineral filler added to the mix
shall be included in determining the total minus No. 200
aggregate fraction. The asphalt content may be determined in
accordance with Test Method Tex - 228 -F, Test Method Tex -236 -E or
by asphalt meter readings.
When mix samples are required, mix sample shall be taken from
the mixing unit discharge in a manner such that the complete
discharge stream is included in the sample. Mix samples shall
be dried to constant mass at 230 F plus or minus 10 F prior to
determination of asphalt content and aggregate gradation. The
aggregate portion of the paving mixture produced shall not vary
from the design gradation by more than the tolerances which
follow. The material passing the No. 200 sieve is further
4 -9 3138.000
3 -99
restricted to conform to the limitations for the master grading
for the type specified. The residual asphalt content of the
paving mixture shall not vary from the design amount by more
than the allowed tolerance and is also restricted to conform to
the master limits.
Allowable Tolerance,
Percent by Mass or
Volume as Applicable
Passing 3/8" sieve, retained on No. 4 sieve Plus or minus 5
Passing No. 4 sieve, retained on No. 8 sieve Plus or minus 5
Passing No. 8 sieve, retained on No. 16 sieve Plus or minus 3
Passing No. 16 sieve, retained on No. 30 sieve Plus or minus 3
Passing No. 30 sieve, retained on No. 50 sieve Plus or minus 3
Passing No. 50 sieve, retained on No. 100 sieve Plus or minus 3
Passing No. 100 sieve, retained on No. 200 sieve Plus or minus 3
Passing No. 200 sieve Plus or minus 3
Residual Asphalt Content Plus or minus 0.5
percent by mass
(4) Equipment. 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 is subject to the approval
of the Engineer. Any equipment found to be defective and
potentially affecting the quality of the paving mixture shall
be replaced. All scales used in weighing aggregate and
emulsion shall conform to the requirements of Item 520,
"Weighing and Measuring Equipment ".
The material shall be mixed by a self - propelled micro - surfacing
mixing machine, which shall be a continuous flow mixing unit,
able to accurately deliver and proportion the aggregate,
emulsified asphalt, mineral filler, field control additive and
water to a revolving multi -blade mixer and discharge the mixed
product on a continuous flow basis. The machine shall have
sufficient storage capacity for aggregate, emulsified asphalt,
mineral filler, field control additive and water to maintain an
adequate supply to the proportioning controls. The machine
shall be equipped with self loading devices which provide for
the loading of all materials while continuing to lay micro -
surfacing, thereby minimizing construction joints. The machine
shall be equipped with opposite side driving stations to
optimize longitudinal alignment. The machine shall be equipped
to allow the mix operator to have full hydrostatic control of
the forward and reverse speed during application of the micro -
surfacing material. The material placed on ramps and other
short sections of total length not to exceed one truck load may
be placed using a single batch type lay down machine that meets
all of the other requirements described above.
Individual volume or mass controls for proportioning each
5 -9 3138.000
3 -99
material to be added to the mix shall be provided. Each
material control device shall be calibrated and properly
marked. The aggregate feed to the mixer shall be equipped with
a revolution counter or similar device so that the amount of
aggregate used may be determined at any time. The emulsion
pump shall be a positive displacement type and shall be
equipped with a revolution counter or similar device so that
the amount of emulsion used may be determined at any time.
The mixing machine shall be equipped with a water pressure
system and nozzle type spray bar to provide a water spray
immediately ahead of and outside the spreader box. It also
shall be equipped with an approved fines feeder that shall
provide a uniform, positive, accurately metered, predetermined
amount of the specified mineral filler.
4. Stockpiling and Storage.
(1) Aggregate Storage. If the mineral aggregates are stored or
stockpiled, they shall be handled in such a manner as to
prevent segregation, mixing of the various materials or sizes,
and contamination with foreign materials. The grading of
aggregates proposed for use and as supplied to the mixing plant
shall be uniform. Suitable equipment of acceptable size shall
be furnished by the Contractor to work the stockpiles and
prevent segregation of the aggregates. The aggregate shall be
passed over a scalping screen prior to transfer to the micro -
surfacing mixing machine to remove oversize material.
(2) Storage of Asphaltic Materials. The asphaltic material storage
shall be ample to meet the requirements of the plant. 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 be no
contamination with foreign matter.
5. Construction Methods.
(1) General. It shall be the responsibility of the Contractor to
produce, transport, and place the specified paving mixture in
accordance with these specifications and as approved by the
Engineer. The finished micro- surfacing shall have a uniform
texture free from excessive scratch marks, tears or other
surface irregularities. The cured mixture shall adhere fully
to the underlying pavement.
(2) Weather Limitations. The material shall be spread only when
the atmospheric temperature is at least 50 F and rising and the
weather is not foggy or rainy and there is no forecast of
temperatures below 32 F within 24 hours after mix placement.
(3) Surface Preparation. The area to be surfaced shall be
6_9 3138.000
3 -99
thoroughly cleaned of all vegetation, loose aggregate and soil.
Water used in pre - wetting the surface ahead of and outside the
spreader box shall be applied at a rate to dampen the entire
surface without any free flowing water ahead of the spreader
box.
(4) Spreading Equipment. The paving mixture shall be spread
uniformly by means of a mechanical type spreader box attached
to the mixer, equipped with paddles or other devices to agitate
and spread the materials throughout the box. The spreader box
must be capable of lateral movement or have side shift
abilities to insure proper alignment with the road. The
spreader box used must be capable of obtaining the desired
lines and grade as shown on the plans.
A front seal shall be provided to insure no loss of the mixture
at the road contact surface. The rear seal shall act as a
strike -off and shall be adjustable. A secondary strike -off
shall be provided to improve surface texture. The secondary
strike -off shall have the same adjustments as the rear seal.
The mixture shall be spread to fill cracks and minor surface
irregularities and leave a uniform skid resistant application
of aggregate and asphalt on the surface. The spreader box and
rear strike -off shall be so designed and operated that a
uniform consistency is achieved to produce a free flow of
material to the rear strike -off. The seam where two spreads
join shall be neat appearing and uniform.
Ruts. When required on the plans, before the final surface
course is placed, preliminary micro - surfacing material shall be
required to fill ruts, utility cuts, depressions in the
existing surface, etc. Ruts of 1/2 inch or greater depth shall
be filled independently with a rut filling spreader box, at
least 5 foot in width. For irregular or shallow rutting less
than 1/2 inch depth, a full -width scratch coat pass may be used
as directed by the Engineer. Each individual rut fill,
utilizing a rut filling spreader box shall be crowned to
compensate for traffic compaction. Ruts that are in excess of
1 -1/2 inches in depth may require multiple placements with the
rut filling spreader box to restore the original cross section.
(6) Workmanship. Micro - surfacing material required to repair
deficiencies due to unsatisfactory workmanship shall not be paid
for but shall be entirely at the Contractor's expense.
(5)
(a) Finished Surface
The finished micro - surfacing shall have a uniform texture
free from excessive scratch marks, tears or other surface
irregularities. Level up courses or scratch coats that will
be covered by a final course are exempted from this
requirement. Tear marks are considered excessive if there
is:
7 -9 3138.000
3 -99
More than one mark that is 1/4 inch wide or wider and 10
feet in length in any 100 feet of machine pull or, more than
three marks that are 1/2 inch wide or wider and more than 6
inches in length in any 100 feet of machine pull or, any
mark that is 1 inch or wider and more than 4 inches in
length.
(b) Joints /Seams
The longitudinal and transverse joints shall be neat
appearing and uniform. No excessive buildup, uncovered
areas or unsightly appearance will be permitted on
longitudinal or transverse joints. Longitudinal joints
shall be placed on lane lines when possible. Gaps between
applications will not be permitted. Joints without gaps
will be considered acceptable if no more than a 1/2 inch
vertical space exists between the pavement surface and a 4
foot straight edge placed perpendicular on the longitudinal
joint nor 1/4 inch vertical space for a transverse joint.
(c) Edges
The edges of the micro- surfacing shall be uniform and neat
appearing along the roadway centerline, lane lines, shoulder
or curb lines. The edge shall vary no more than plus or
minus 1 inch from a 100 foot straight line on a straight
section or from a 100 foot arch of the design curve on a
curved section.
(d) Areas which cannot be reached with the mixing machine shall
be surfaced using hand tools to provide complete and uniform
coverage. The area to be handworked shall be lightly
dampened prior to mix placement. Care shall be exercised in
areas that require handwork so that the finished surface is
uniform in texture, dense and of overall good appearance
comparable to that produced by the spreader box.
6. Measurement. This Item will be measured by the ton of 2000 pounds
of the composite "Micro - Surfacing (Polymer Modified) ". The
composite micro - surfacing (polymer modified) mixture is hereby
defined as the asphalt emulsion, aggregate and mineral filler.
(1) Aggregate. The quantity of aggregate used in the accepted
portions of the work shall be measured by net ticket mass of
each individual load of aggregate shipped to the project based
on dry mass of aggregate. The aggregate will be weighed at the
Contractor's stockpile site. The weighing equipment can be
either a suspended hopper or a belt scale meeting the
requirements of Item 520. The mass of mineral filler used
shall be calculated and included in the total aggregate mass.
(2) Polymer Modified Asphalt Emulsion. The quantity of polymer
modified asphalt emulsion in the accepted portion of the work
shall be measured by tons of material based on the accepted
load tickets issued from the manufacturer. At the completion
8 -9 3138.000
3 -99
of the project any unused emulsion shall be weighed back and
that quantity deducted from the accepted asphalt emulsion
quantity delivered.
7. Payment. The work performed and materials furnished in accordance
with this Item and measured as provided under "Measurement" will be
paid for at the unit price bid for "Micro- surfacing (Polymer
Modified) ", of the grade specified. This price shall be full
compensation for furnishing all materials and performing all
operations necessary to complete the work.
9 -9 3138.000
3 -99
VISCOSITY GRADE
Test
AC -3
AC -5
AC -10
AC -20
AC-40
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Viscosity
140 F
Poises
300 ± 100
500 ± 100
1000 ± 200
2000 ± 400
4000 ± 800
Viscosity
275 F stokes
1.1
—
1.4
—
1.9
—
2.5
—
3.5
—
Penetration 77F
100g, 5 sec.
210
—
135
—
85
—
55
—
35
—
Flash Point,
C.O.C.F
425
—
425
—
450
—
450
—
450
—
1
1
1
1
1
I When tested according to State Department of Highways and Public Transportation Test Methods, the
various materials shall meet the applicable requirements of this specification.
1
1
1
1
1
1
1
1
1
1
1
1
1
301.1 Description
This item shall consist of the requirements for oil asphalts, cut -back asphalts, road oils, emulsified
asphalts, asphalt cement and other miscellaneous asphaltic materials.
301.2 Materials
ITEM NO. 301
ASPHALTS, OILS, AND EMULSIONS
(1) Asphalt Cement
The material shall be homogeneous, free from water, shall not foam when heated to 350 F and
shall meet the following requirements:
301 4/17/86 Page 1 Asphalts, Oils and Emulsions
VISCOSITY GRADE (CONTINUED)
Test
AC -3
AC -5
AC -10
AC -20
AC-40
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Solubility in
trichloroethylene,
percent
99.0
—
99.0
—
99.0
—
99.0
—
99.0
—
Tests on
residues from
the film oven:
viscosity 140 F
stokes
—
900
—
1500
—
3000
—
6000
—
12000
Ductility 77 F
5 cms per min,
cms
100
—
100
—
70
—
50
—
30
—
Spot test
Negative for all grades
(2) Latex Additive
A minimum of 2 percent by weight, latex additive (solids basis) shall be added to AC -5 Asphalt
when indicated. The latex additive shall conform to the following:
The latex is to be an anionic emulsion of butadiene - styrene low- temperature copolymer in water,
stabilized with fatty -acid soap so as to have good storage stability, and possessing the following
properties:
Monomer ratio, B/S 70/30
Minimum solids content 67%
Solids content per gal at 67% 5.3 lbs.
Coagulum on 80 -mesh screen 0.1% maximum
Type Anti -oxidant staining
Mooney Viscosity of Polymer (M /L 4 at 212 F)1 100 minimum
pH of Latex 9.4 – 10.5
Surface tension 28 – 42 dynes /cm
Brookfield Viscosity of Latex 1200 ps maximum at 67%
solids
The finished latex- asphalt blend shall meet the following requirements:
Viscosity at 140 F stokes 1500 maximum Ductility at 39.2 F,1 cm per min, cm 100 minimum
301 4/17/86 Page 2 Asphalts, Oils and Emulsions
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CUTBACK ASPHALT
RAPID CURING TYPE CUTBACK ASPHALT
Type -Grade
RC -250
RC-800
RC -3000
Properties
Min.
Max.
Min.
Max.
Min.
Max.
Water, percent
—
0.2
—
0.2
—
0.2
Flash Point, T.O.C., F
80
—
80
—
80
—
Kinematic vis. @ 140F,
CST
250
400
800
1600
3000
6000
Distillation Test:
Distillate, percentage by
volume of total distillate to
680 F
to 437 F
to 500 F
to 600 F
40
65
85
75
90
—
35
55 .
80
70
85
—
20
45
70
55
75
—
Residue from Distillation
Volume Percent
70
—
75
—
82
—
Tests of Distillate Residue
Penetration, 100g
5 sec., 77 F
100
150
100
150
100
150
Ductility, 5 cm /min.
77 F, cm
100
—
100
—
100
—
Solubility in
trichloroethylene, %
99.0
—
99.0
—
99.0
—
Spot Test
ALL NEGATIVE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(3)
Cutback Asphalt
Cutback Asphalt shall conform to the following table:
301 4/17/86
Page 3
Asphalts, Oils and Emulsions
MEDIUM CURING TYPE CUTBACK ASPHALT
Type -Grade
MC -30
MC -70
MC -250
MC-800
MC -3000
Properties
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Min.
Max.
Water, %
—
0.2
—
0.2
—
0.2
—
0.2
—
0.2
Flash Point,
T.O.C., F
100
—
100
—
150
—
150
—
150
—
Kinematic vis. @
140 F. cst
30
60
70
140
250
500
800
1600
3000
6000
The Distillate, expressed as percent by volume to total distillate o 680 F, shall be as follows:
Off at 437 F
—
25
—
20
—
10
—
—
—
—
Off at 500 F
40
70
20
60
15
55
—
35
—
15
Off at 600 F
75
93
65
90
60
87
45
80
15
75
Residue from 680 F Distillation
Volume Percent
50
—
55
—
67
—
75
—
80
—
Tests on Distillation Residue:
Penetration at 77
F 100g, 5 sec.
120
250
120
250
120
250
120
250
120
250
Ductility at 77 F 5
cm/min, cros
100*
—
100*
—
100*
—
100*
—
100*
—
Solubility in
trichloroethylene,
ok
99.0
—
99.0
—
99.0
—
99.0
—
99.0
—
Spot Test
ALL NEGATIVE
* If penetration of residue is more than 200 and ductility at 77 F is less than 100 cm, the material will be
acceptable if its ductility at 60 F is more than 100
301
4117186 Page 4
Asphalts, Oils and Emulsions
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AE -P CUTBACK ASPHALT
Type -Grade
AE -P
Properties
Minimum
Maximum
Viscosity @ 122 F, SF, sec
15
150
Sieve Test, %
MS -1
0.1
Demulsibility, 50 ml 0.1 N CaCl , %
Min
70
Storage Stability, 24 hr., %
Max
1.0
TEST ON RESIDUE FROM CUTBACK DISTILLATION TO
680 F USINET RESIDUE FROM 500 F DISTILLATION %
40
Max
Total Oils* from Distillation, %
20
35
Float @ 122 F on Residue from Cutback Distillation
50
200
Solubility in Trichloroethylene, T
97.5
—
`Cumulative total from 500 °F distillation of emulsion and distillation of residue by cutback distillation to
680 °F.
ANIONIC EMULSIONS
Rapid Setting
Medium Setting
Slow Setting
Type -Grade
RS -2
RS -2h
MS -2
MS -2h
MS -1
SS -1
Properties
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Furol Viscosity at 77
F, sec.
—
—
—
—
—
—
—
—
30
100
30
100
Furol Viscosity, at
122 F, sec.
150
400
150
400
100
300
100
300
—
—
—
—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(4) Emulsions
The material shall be homogenous. It shall show no separation of asphalt after thorough mixing
and shall meet the viscosity requirements at any time within 30 days after delivery.
301
4/17/86
Page 5
Asphalts, Oils and Emulsions
ANIONIC EMULSIONS (CONTINUED)
Rapid Setting
Medium Setting
Slow Setting
Type -Grade
RS -2
RS -2h
MS -2
MS -2h
MS -1
SS -1
Properties
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Residue by
Distillation, %
65
—
65
—
65
—
65
—
60
—
60
—
Oil Portion of
Distillate, %
—
2
—
2
—
2
—
2
—
2
—
2
Sieve Test, %
—
0.1
—
0.1
—
0.1
—
0.1
—
0.1
—
0.1
Miscibility (Standard
test)
—
—
—
—
—
—
—
—
Passing
Passing
Coating
—
—
—
—
—
—
—
—
Passing
—
Cement Mixing, %
—
—
—
—
—
—
—
—
—
—
—
2.0
Demulsibility 50 cc
of N /10 CaCl2, %
—
—
—
—
—
—
—
—
—
70
—
—
Demulsibility 35 cc
of N /50 CaCl %
60
—
60
—
—
30
—
30
—
—
—
—
Storage Stability 1
day, %
—
1
—
1
—
1
—
1
—
1
—
1
Freezing Test, 3
Cycles*
—
—
—
—
Passing
Passing
Passing
Passing
Tests of Residue:
Penetration at 77 F,
100g, 5 sec.
120
60
80
110
120
160
80
110
120
160
120
160
Solubility in Tri-
chloroethylene, %
97.5
—
97.5
—
97.5
—
97.5
—
97.5
—
97.5
—
Ductility at 77 F
cm/min, cms
100
—
100
—
100
—
100
—
100
—
100
—
• Applies only when Engineer designates material for winter use.
301 4/17/86
Page 6
Asphalts, Oils and Emulsions
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CATIONIC EMULSIONS
Rapid Setting
Medium Setting
Slow Setting
CRS -2
CRS -2h
CMS -2
CMS -2h
CSS -1
CSS -1h
Type -Grade
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Viscosity, Saybolt
Furol at 77 F sec
—
—
—
—
—
—
—
—
20
100
20
100
Viscosity, Saybolt
Furol at 122 F sec
150
400
150
400
100
100
300
100
100
300
—
—
Storage stability test,
1 day %
—
1
—
1
—
1
—
1
—
1
—
1
Demulsibility, * 35 ml
0.8% sodium dioctyl
sulfosuccinate %
40
—
40
—
—
—
—
—
—
—
—
—
Coating, ability &
water resistance:
Coating, dry
aggregate
Coating, after
spraying
Coating, wet
aggregate
—
—
—
—
—
—
—
—
—
—
—
—
good
fair
fair
good
fair
fair
—
—
—
—
—
—
—
—
—
—
—
—
Coating, after
spraying
—
—
—
—
fair
fair
—
—
—
Particle charge test
Positive
Positive
Positive
Positive
Positive
Positive
Sieve test %
—
0.10
—
0.10
—
0.10
—
0.10
—
0.10
—
0.10
Cement mixing test,
—
—
—
—
—
—
—
—
—
2.0
—
2.0
Distillation:
Oil distillate, by
volume of emulsion,
%
—
3
—
3
—
12
—
12
3
—
—
3
Residue, %
65
—
65
—
65
—
65
—
60
—
60
—
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
301 4/17/86
Page 7
Asphalts, Oils and Emulsions
CATIONIC EMULSIONS (CONTINUED)
Type -Grade
Rapid Setting
Medium Setting
Slow Setting
CRS -2
CRS -2h
CMS -2
CMS -2h
CSS -1
CSS -1h
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Min
Max
Tests on Residue from Distillation Test:
Penetration, 77 F,
100 g 5 sec.
120
160
80
110
120
200
80
110
120
160
80
110
Ductility, 77 F, 5
cm/min, cm
100
—
100
—
100
—
100
—
100
—
100
—
Solubility in
trichloroethylene, %
97.5
—
97.5
—
97.5
—
97.5
—
97.5
—
97.5
—
" The demulsibility test shall be made within 30 days from date of shipment.
Properties
Minimum
Maximum
Water, %
—
0.2
Kinematic Viscosity at 140 F, cst
60
120
Flash Point, C.O.C., F
200
—
Loss on Heating, 50g, 5 hrs at 325 F, %
—
5
Asphalt Content of 85 to 115 penetration by
vacuum distillation weight
25
—
Pour Point, F
—
60
(5) Fluxing Material
Fluxing material shall be free from foreign matter and shall conform to the following:
301 4/17/86 Page 8 Asphalts, Oils and Emulsions
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Properties
Minimum
Special
Precoat Material
Maximum
Water, %
—
0.2
Flash Point, C.O.C., F
200
—
Kinematic Viscosity at 140 F, cst
300
500
Distillation to 680 F:
Initial Boiling point, F
500
—
Residue by weight, %
70
—
Penetration residue, 77 F,
100g, 5 sec
200
300
HIGH FLOAT EMULSIONS
Type -Grade
Properties
Rapid Setting
Medium Setting
HFRS -2
AES -300
Minimum
Maximum
Minimum
Maximum
Furol Viscosity at 77 F, sec.
—
—
75
400
Furol Viscosity at 122 F, sec
150
400
—
—
Residue by Distillation, %
65
—
65
—
Oil Portion of Distillate, %
—
2
—
7
Sieve Test, %
—
0.1
—
0.1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
301
(6) Precoat Material
Precoat material may consist of any 1 of the various types of asphaltic materials listed in this
specification, approved by the Engineer, including "Special Precoat Material ".
(7) High Float Emulsions
4/17/86
Page 9
Asphalts, Oils and Emulsions
HIGH FLOAT EMULSIONS (CONTINUED)
Type -Grade
Properties
Rapid Setting
Medium Setting
HFRS -2
AES -300
Minimum
Maximum
Minimum
Maximum
Coating
—
—
Passing
Demulsibility 35 cc of N /50 CaC12, %
50
—
—
—
Storage Stability Test, 1 day, %
—
1
—
1
Tests on Residue:
Penetration at 77 F, 100 g, 5 sec.
100
140
300
—
Solubility in Trichloroethylene, %
97.5
—
97.5
—
Ductility at 77.5 cm /min, cms
100
—
—
—
Float Test at 140 F, sec.
1200
—
1200
—
Type -Grade
68-88 Pen
38 -45 Pen
Minimum
Maximum
Minimum
Maximum
Penetration, 77 F, 100g, 5 sec
68
88
38
45
Penetration, 32 F, 200g, 60 sec
38
—
—
—
Penetration, 115 F, 50 g, 5 sec
—
160
—
—
Softening Point, R & B, F
175
200
185
200
Flash, C.O.C., F
500
—
500
—
Ductility, 77 F, 5 cm /min, cms
5
—
3
—
301
(8)
Catalytically -Blown Asphalt Joint and Crack Sealer
Catalytically -blown asphalt shall be uniformly blended with 10 percent diatomaceous earth filler
which passes the No. 325 sieve. It shall form a suitable joint and crack sealer which may be
melted to pouring consistency in the regular asphalt kettle at a temperature of approximately 450
F to 475 F. The material shall meet the following requirements:
4/17/86
Page 10
Asphalts, Oils and Emulsions
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Type -Grade
Application and
Mixing Recommended
Range, F
Allowable, F
Heating and
Storage
Maximum, F
AC- 5,10,20,40
275
375
350
AC-3
220 -300
350
350
AE -P
100 -140
140
140
RC-250
125 -180
200
200
RC -800
170 -230
260
260
RC -3000
215 -275
285
285
MC -30
70 -150
175
175
MC -70
125 -175
200
200
MC -250
125 -210
240
240
MC -800
175 -260
275
275
Type -Grade
68 -88 Pen
38-45 Pen
Minimum
Maximum
Minimum
Maximum
Flow, 140 F, cm
—
0.5
—
0.5
Ash, Weight, %
8
—
8
—
Settlement Ratio
—
1.02
—
1.02
Brittleness Test, 32 F
No Cracking
No Cracking
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
301.3 Storage, Heating and Application Temperatures
Asphaltic materials should be applied at the temperature which provides proper and uniform distribution
and with practical limits avoiding higher temperatures than necessary. Satisfactory application usually
should be obtained within the recommended ranges shown below. No material shall be heated above the
following maximum temperatures:
301
4/17/86
Page 11
Asphalts, Oils and Emulsions
Type -Grade
Application and
Mixing Recommended
Range, F
Allowable, F
Heating and
Storage
Maximum, F
MC -3000
225 -275
290
290
Cat. Blown Asph
425 -475
500
500
Special Precoat Material
125 -250
275
275
SS -1, MS -1, CSS -1, CSS -1h
50 -130
140
140
RS -2, RS -2h, MS -2, MS -2h,
CRS -2, CRS -2h, CMS -2, CMS -
2h, HFRS -2, AES -300
110 -160
170
170
NOTE: Heating of asphaltic materials (except emulsions) constitutes a fire hazard to various degrees.
Proper precautions should be used in all cases and especially with RC cutbacks.
End
Warning to Contractors
Attention is called to the fact that asphaltic materials are very flammable. The utmost care shall be
taken to prevent open flames from coming in contact with the asphaltic material or the gases of
same. The Contractor shall be responsible for any fires or accidents which may result from
heating the asphaltic materials.
301.4 Measurement and Payment
All asphaltic materials included in this specification will be measured and paid for conforming to the
governing specifications for the items of construction in which these materials are used.
301 4/17/86 Page 12 Asphalts, Oils and Emulsions
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Temperature of Surface, F.
40° - 70°
Over 70°
RS -2
MS -2
RS -2H
MS -2H
RC -250
MC -70
CRS -2
CMS -2
CRS-21
CMS -2H
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
307.1 Description
This item shall consist of an application of asphaltic material on the completed base course after the prime
coat has sufficiently cured, existing pavement, bituminous surface, bridge deck, slab or on a prepared
surface as indicated and as directed by the Engineer.
307.2 Materials
ITEM NO. 307
TACK COAT
(1) Asphalt Materials
The asphalt material for "Tack Coat" shall meet the requirements for Cutback Asphalt or
Emulsified Asphalt, Item No. 301, "Asphalts, Oils and Emulsions" as listed below. Cutback asphalt
shall be 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. The type
of material shall be selected from the following table:
(2) Water
Water shall be furnished by the Contractor and shall be clean and free from industrial wastes and
other objectionable matter.
307 4/17/66 Page 1 Tack Coat
Sieve
Size
Percent Retained by
Weight Natural Sand
No. 8
0
No. 16
0-40
No. 30
25 -65
No. 50
65 -85
No. 100
85 -98
No. 200
98 -100
(3) Sand
Sand may be Grade 1 conforming to Item No. 403, "Concrete Structures" or washed sand, largely
siliceous, with the following gradation:
There shall not be more than 50 percent of the aggregate retained between any 2 sieves listed above and
not more than 25 percent of the aggregate retained between No. 50 and No. 100 sieve.
307.3 Construction Methods
1
1
1
1
1
1
1
1
1
1
1
Tack coat shall not be applied when the air temperature is below 60 F and falling, but it may be applied
when the air temperature is above 50 F and rising, the air temperature being taken in the shade and away
from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion
of the Engineer, are not suitable.
Before the tack coat is applied, the surface shall be cleaned thoroughly to the satisfaction of the Engineer.
The asphaltic material shall be applied on the clean surface by an approved type of self - propelled pressure
distributor, so operated as to distribute the tack coat at a rate not to exceed 0.10 gallon per square yard of
surface, evenly and smoothly under a pressure for proper distribution. Where the pavement 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 cleaned
thoroughly and painted with a thin uniform coat of the asphaltic material used for tack coat. The tack coat
shall be rolled with a pneumatic tire roller to distribute the asphaltic material uniformly over the tacked
area. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement,
curb and gutters or structures. The Contractor shall clean splattered areas.
The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and
satisfactory record of such calibration. After beginning of the work, should the yield on the asphaltic
material applied appear in error, the distributor shall be calibrated in a manner satisfactory to the Engineer
before proceeding with the work.
307 4/17/86 Page 2 Tack Coat 1
1
The Contractor shall be responsible for the maintenance of the surface until the HMAC is placed over the
tack coat or the work is accepted by the Engineer. No traffic, hauling or placement of any subsequent
courses shall be permitted over the freshly applied prime coat unless it is blotted by the application of sand
as directed by the Engineer.
All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic
material shall be kept clean and in good operating condition at all times and they shall be operated in such
a manner that there will be no contamination of the asphaltic material with foreign material. It shall be the
responsibility of the Contractor to provide and maintain in good working order a recording thermometer at
the storage heating unit at all times.
The Engineer will select the temperature of application based on the temperature - viscosity relationship that
will permit application of the asphalt within the limits recommended in Item No. 301, "Asphalts, Oils and
Emulsions ". The recommended range for the viscosity of the asphalt is 100 to 125 centistokes. The
Contractor shall apply the asphalt at a temperature within 15 F of 160 F.
307.4 Measurement
The asphaltic material for "Tack Coat" will be considered subsidiary to Item 340, "Hot Mix Asphaltic
Concrete Pavement" unless included as a separate pay item in the contract. When included for payment,
"Tack Coat" shall be measured at point of delivery on the project in gallons at the applied temperature. The
quantity to be paid for shall be the number of gallons used.
307.5 Payment
The work performed and materials furnished as prescribed by this item, when included as a contract pay
Item, will be paid for at the unit price bid per gallon for "Tack Coat ", which price shall be full compensation
for cleaning the area to receive the "Tack Coat"; for fumishing, heating, hauling and distributing the tack
coat specified; for all freight involved and for all manipulations, labor, tools, equipment and incidentals
necessary to complete the work.
Payment, when included as a contract pay item, will be made under:
Pay Item No. 307: Tack Coat - Per Gallon.
End
Ref.: 301, 340, 403
307 4117186 Page 3 Tack Coat
ITEM NO. 315
MILLING ASPHALTIC CONCRETE PAVEMENT
315.1 Description
This item shall consist of scarifying and/or planing the existing asphaltic concrete pavement to depths
indicated, including removing and disposing or stockpiling the scarified materials at the locations
designated by the Engineer.
315.2 Equipment
The equipment for removing the pavement surface shall be a power operated planing machine or grinder
capable of removing in one pass, asphaltic concrete pavement of a thickness of 1 inch and any required
thickness less than 1 inch, in a minimum 3 foot width. Machines capable of removing, in one pass, a depth
greater than 1 inch will be permitted. The equipment shall be self propelled with sufficient power, traction
and stability to maintain accurate depth of cut.
The machine shall be equipped with an integral loading and reclaiming means to immediately remove
material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one
operation. Adequate backup equipment (mechanical street sweepers, loaders, water truck, etc.) and
personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed
from the street surface daily. Stockpiling of planed material will not be permitted on the project site. The
machine shall be equipped with means to control dust created by the cutting action and shall have a
system providing for uniformly varying the depth of cut while the machine is in motion, thereby making it
possible to cut flush to all inlets, manholes, valves or other obstructions within the area to be milled.
Any machine that is incapable, in the opinion of the Engineer, of meeting these requirements will not be
permitted to be used. Various machines may be permitted to make trial runs to demonstrate the
capabilities of that machine and to determine the acceptability of that machine to the Engineer.
315.3 Construction Methods
The pavement surface shall be removed to a depth of 1 inch below the lip gutter transitioning to the
existing surface in 3 feet or as indicated for resurfacing operations. When milling is used for leveling
without the addition of asphalt, the milled surface shall be free of ridges deeper than 3/16 inch.
The loose material resulting from the operation shall be disposed of at the Townview Yard (630 Harold
Court) or other areas designated by the Engineer in writing. Unless otherwise specified, the material shall
remain the property of the City of Austin.
Temporary pavement markings shall conform to Item No. 864 Abbreviated Pavement Markings.
315 4/17/86 Page 1 Milling Asphaltic Concrete Pavement
315.4 Measurement
Work prescribed by this item will be measured by the square yard of surface area based on the neat
dimensions indicated or by the linear feet of the specified width.
Measurement will be made only one time regardless of the number of passes required to be made by the
machine in order to secure the depth desired.
315.5 Payment
The work performed as prescribed by this item, measured as provided under "Measurement ", will be paid
for at the unit price bid per square yard or per linear foot for "Milling Asphaltic Concrete Paving" which
price shall be full compensation for minimizing the dust escaping to the atmosphere, removing all materials
to the depth shown, loading, hauling, unloading and satisfactorily storing or disposing of the material and
for all labor, tools, equipment, manipulation, temporary pavement markings and incidentals to complete the
work.
No payment will be made for work done by any machine on a trial run to demonstrate its ability to meet this
specification unless the work performed is acceptable under this specification.
Payment will be made under the following:
Pay Item No. 315 - Milling Asphaltic Concrete Pavements - Per Square Yard
Pay Item No. 315 - _ Inch Milling Asphaltic Concrete Pavement - Per Linear Foot
End
Ref.: 864
0
315 4/17/86 Page 2 Milling Asphaltic Concrete Pavement
ITEM NO. 340
HOT MIX ASPHALTIC CONCRETE PAVEMENT
340.1 Description
This item shall govem for base, level -up, and surface courses composed of a compacted mixture of
aggregate and asphaltic cement mixed hot in a mixing plant. The hot mix asphaltic concrete pavement
shall be constructed on a previously completed and approved subgrade, base material, concrete slab or
existing pavement.
340.2 Materials
The Contractor shall furnish materials to meet the requirements specified herein and shall be solely
responsible for the quality and consistency of the product delivered to the Project.
(1) Aggregate: The aggregate shall be composed of course aggregate, a fine aggregate and, if
required or allowed, a mineral filler and may include reclaimed asphalt pavement (RAP). RAP use
will be allowed in all mixtures except as specifically excluded herein or on the Drawings.
Aggregates shall meet the quality requirements of Table 1 and other requirements as specified
herein. The aggregate contained in RAP will not be required to meet Table 1 requirements unless
otherwise shown on the Drawings.
(a) Coarse Aggregate: Coarse aggregate is defined as that part of the aggregate retained on
the No. 10 sieve and shall consist of clean, tough, durable fragments of crushed stone or
crushed gravel of uniform quality throughout.
Gravel from each source shall be so crushed as to have a minimum of 85% of the particles
retained on the No. 4 sieve with two or more mechanically induced crushed faces as
determined by TxDOT Test Method TEX- 460 -A(Part I). The material passing the No. 4 sieve
and retained on the No. 10 sieve must be the product of crushing aggregate that was
originally retained on the No. 4 sieve.
(b) Reclaimed Asphalt Pavement (RAP): RAP is defined as a salvaged, milled, pulverized,
broken or crushed asphaltic pavement. The RAP to be used in the mix shall be crushed or
broken to the extent that 100 percent will pass the 2 inch sieve.
The stockpiled RAP shall not be contaminated by dirt or other objectionable materials. Unless
otherwise shown on the Drawings, stockpiled, crushed RAP must have either a decantation
of no more than 5 percent or a plasticity index of no more than 8, when tested in accordance
with TxDOT Test Method Tex - 406 -A, Part I, or Test Method Tex - 106 -E, respectively.
RAP will be permitted to be used in a surface course provided not more than 10% RAP is
used.
340 8123/96 Page 1 Hot Mix Asphaltic Concrete Pavement
MATERIAL
PERCENT BY WEIGHT
Passing the 318 inch sieve
100
Passing the No. 10 sieve
70 -100
Passing the No. 200 sieve
0 -15
(c) Fine Aggregate: Fine aggregate is defined as that part of the aggregate passing the No. 10
sieve and shall be of uniform quality throughout. A maximum of 15 percent of the total
aggregate may be field sand or other uncrushed fine aggregate.
Screenings shall be supplied from sources whose coarse aggregate meets the abrasion and
magnesium sulfate soundness loss requirements shown in Table 1.
(1) Unless otherwise shown on the Drawings, stone screenings are required and shall be the
product of a rock crushing operation and meet the following gradation requirements
when tested in accordance with TxDOT Test Method Tex- 200-F, Part I.
(2) Crushed gravel screenings may be used with, or in lieu of, stone screenings only when
shown on the Drawings. Crushed gravel screenings must be the product of crushing
aggregate that was originally retained on the No. 4 sieve and must meet the gradation for
stone screenings shown above.
(d) Mineral Filler. Mineral filler shall consist of thoroughly dried stone dust, portland cement, fly
ash, lime or other mineral dust approved by the Engineer. The mineral filler shall be free from
foreign matter.
Portland cement manufactured in a cement kiln fueled by hazardous waste as defined in 30
Texas Administrative Code, Section 335.1, shall be prohibited. This applies to any other
specification concerning the use of cement materials. Contractor shall maintain a record of
source for each batch. Supplier shall certify that no hazardous waste is used in the fuel mix or
raw materials.
Fly ash obtained from a source using a process fueled by hazardous waste as defined in 30
Texas Administrative Code, Section 335.1, shall be prohibited. This applies to any other
specification conceming the use of fly ash. Contractor shall maintain a record of source for
each batch. Supplier shall certify that no hazardous waste is used in the fuel mix or raw
materials.
The addition of baghouse fines or other collected fines will be permitted if the mixture quality
is not adversely affected in the opinion of the Engineer. In no case shall the amount of
material passing the No. 200 sieve exceed the tolerances of the job -mix formula or the
master gradation limits.
340 8/23/96 Page 2 Hot Mix Asphaltic Concrete Pavement
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE 1
AGGREGATE QUALITY REQUIREMENTS *
PERCENT BY WEIGHT
Requirement
Test Method
Passing No. 80 sieve, not less than
Amount
COARSE AGGREGATE
55
Deleterious Material, percent, maximum
Tex- 217 -F, I
1.5
Decantation, percent, maximum
Tex - 217 -F, II
1.5
Los Angeles Abrasion, percent, maximum
Tex -410 -A
40
Magnesium Sulfate Soundness Loss 5 cycle,
percent, maximum
Tex -410 -A
30
FINE AGGREGATE
Linear Shrinkage, maximum
Tex - 107 -E, II
3
COMBINED AGGREGATES
Sand Equivalent Value, minimum
Tex -203 -F
45
* - Aggregates, without added mineral filler or additives, combined as used in the job -mix formula (Plant
Corrected).
MATERIAL
PERCENT BY WEIGHT
Passing No. 30 inch sieve
95 -100
Passing No. 80 sieve, not less than
75
Passing No. 200 sieve, not less than
55
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
When tested by TEX- 200 -F(Part I or Part III, as applicable), the mineral filler shall meet the
following gradation requirements. Baghouse fines are not required to meet the gradation
requirements.
1 (2) Asphaltic Material
(a) Paving Mixture. Asphalt cement for the paving mixture shall conform to the requirements of
Item 301, "Asphalts, Oils and Emulsions ", for AC -20 unless otherwise indicated in the Project
Documents.
340 8/23/96 Page 3 Hot Mix Asphaltic Concrete Pavement
(b) RAP Paving Mixture. When more than 20 percent RAP is used in the produced mixture, the
asphalt in the RAP shall be restored to the properties indicated below. Restoration will be
made by adding asphalt recycling agent and /or virgin asphalt cement meeting the
requirements of Item 301, "Asphalts, Oils and Emulsions ".
The mixture design will include recovery of asphalt from the RAP in accordance with TxDOT
Test Method Tex - 211 -F. The recovered asphalt shall be blended in the laboratory with the
amount of asphalt cement and /or asphalt recycling agent selected for the Project. The
following test shall be performed on the laboratory blend by the producer of the asphaltic
concrete.
(1) Viscosity, 140 F, poises - Test Method Tex -528 -C
(2) Thin Film Oven Aging Test - Test Method Tex -510 -C
(3) Viscosity, 140 F, poises, on residue from the Thin Film Oven Aging Test -Test Method
Tex - 528 -C
(4) Penetration at 77 F, 100 g, 5 sec, on residue from the Thin Film Oven Aging Test - Test
Method Tex -502 -C
The viscosity in poises equivalent to the residue penetration at 77 F shall be calculated as set
forth in TxDOT Test Method Tex - 535 -C. The viscosity index of the residue shall then be
calculated as follows:
Residue Viscosity Index
Residue Viscosity, poises,
equivalent to Penetration at 77 F
Residue Viscosity, 140 F poises
The aging index of the laboratory blended asphalt shall be determined as follows:
Aging Index = Residue Viscosity. 140 F. poises
Original Viscosity, 140 F poises
The laboratory blended asphalt shall meet the following requirements:
Residue Viscosity Index, maximum 1500
Aging Index, maximum 3.0
Samples of asphalt recovered from plant produced mixture shall show the asphalt to meet the
following requirements when tested in accordance with TxDOT Test Methods Tex -211 -F and
Tex - 502 -C:
Penetration, 77 F, 100 g, 5 sec - - 30 min. and 55 max.
(c) Tack Coat: Tack Coat shall conform to Item 307, °Tack Coat ".
340 8/23/96 Page 4 Hot Mix Asphaltic Concrete Pavement
(3) Additives: Additives to facilitate mixing and/or improve the quality of the asphaltic mixture or tack
coat may be used with the authorization of the Engineer. The Contractor may choose to use
either lime or a liquid antistripping agent to reduce moisture susceptibility of the aggregate.
(4) Temporary Pavement Markings: Temporary pavement markings shall conform to Item 864,
°Abbreviated Pavement Markings °.
340.3 Paving Mixtures
An asphalt mixture design is a laboratory process which includes the determination of the quality and
quantity of the asphalt and the individual aggregates, and the testing of the combined mixture (Laboratory
Design).
The job mix formula (JMF) shall list the quantity of each component to be used in the mix after the
laboratory design has been adjusted by running it through a particular plant (Plant Corrected). The JMF will
be the standard to which the Acceptance Plan will be applied. The JMF of one drum or batching unit shall
not be used for another unit.
The Contractor shall submit to the Engineer on forms provided by the Engineer, an asphalt mixture design
reviewed, signed and sealed by a Texas Registered Professional Engineer or certified by a TxDOT Level!!
Certified Asphalt Technician. The asphalt mixture design shall be submitted every two (2) years. Mix
designs older than one year will not be accepted without a review of current test data of the proposed
materials to ensure that the materials meet specification requirements.
The JMF (Plant Corrected) shall be submitted to the Engineer on a form provided by the Engineer through
the Inspector of the Project for review, for each individual Project, a minimum of three (3) working days
before the mixture is to be placed. Under no circumstances will a mixture be placed before its use is
reviewed by the Engineer.
Performance of the mix design shall remain the responsibility of the Contractor.
(1) Mixture Design: The mix shall be designed in TxDOT Construction Bulletin C-14 and Test
Method Tex -204F to conform with the requirements herein. The master grading limits of the
appropriate type and the JMF will be plotted on a graduated chart with sieve sizes raised to the
0.45 power and be submitted to the Engineer with the asphalt mixture design.
The Bulk Specific Gravity of aggregates in RAP will be determined on extracted aggregates.
(2) Types: The blend of coarse aggregate, fine aggregate, and mineral filler, if allowed, shall conform
to the master gradation shown in Table 2 for the type of mixture specified in conformance to
TxDOT Test Method Tex- 200-F, Dry Sieve Analysis. The voids in the mineral aggregate (VMA)
will be determined as a mixture design requirement only, in accordance with TxDOT Test Method
Tex - 207 -F, and shall not be less than the value indicated in Table 2.
340 8/23/96 Page 5 Hot Mix Asphaltic Concrete Pavement
TABLE 2
Master Grading
Percent Passing by Weight or Volume
Sieve Size
Type
A
Coarse
Base
B
Fine
Base
C
Coarse
Surface
D
Fine
Surface
F
Fine
Mixture
1'/2"
100
11/2"
95 -100
1"
100
7/8"
70 -90
95 -100
100
5/8"
75 -95
95 -100
y
50 -70
100
3/8"
60 -80
70 -85
85 -100
100
%.
95 -100
No. 4
30 -50
40 -60
43 -63
50 -70
No. 10
20 -34
27-40
30-40
32-42
32-42
No. 40
5 -20
10 -25
10 -25
11 -26
9-24
No. 80
2 -12
3 -13
3 -13
4 -14
3 -13
No. 200
1 -6*
1-6*
1 -6*
1 -6*
1-6*
VMA % minimum
11
12
13
14
15
Rec. Min. Lift
3"
2"
13/4"
1"
' /,"
* 2 - 8 when Test Method Tex - 200 -F, Part II (Washed Sieve Analysis) is used.
340 8/23/96 Page 6 Hot Mix Asphaltic Concrete Pavement
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
SIEVES
OPTIMUM
LABORATORY
DENSITY ( %)
LABORATORY
DENSITY (%)
STABILITY
Min.
Max.
Local Streets Surface Courses
96
94.5
97.5
35 Min.
Collectors & Arterials Surface Courses
96
94.5
97.5
40 - 55
All Base Courses
96
94.5
97.5
35 Min.
SIEVES
PERCENT BY WEIGHT
2" Sieve through No. 10 Sieve
±5.0
No. 40 through No. 200 Sieve
± 3.0
Asphalt Content
1-0.5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(3) Tolerances: Fluctuations in the gradation and asphalt content of the Job Mix Formula shall not
vary by more than the following but shall be limited to the range of the master gradation as
determined by TEX- 210 -F.
(4) Stability and Density: The mixture shall be designed at or near optimum density as indicated.
The laboratory mixture shall be molded in accordance with TxDOT Test Method TEX -206 -F and
the Bulk Specific Gravity determined in accordance with TxDOT Test Method TEX -207 -F with the
following percent of Maximum Theoretical Density as measured by TxDOT Test Method TEX -227-
F and Stability conforming to TxDOT Test Method TEX- 208 -F:
Job Mix Formula Field Adjustments: The Contractor shall produce a mixture of uniform
composition closely conforming to the reviewed JMF within the limits of the tolerances given
above and the Acceptance Plan.
If it is determined by the City's laboratory that adjustments to the JMF are necessary to achieve
the specified requirements, the Engineer may allow adjustments of the JMF within the following
limits without a laboratory redesign of the mixture. The adjusted JMF shall not exceed the master
grading for the type of mixture specified nor shall the adjustments exceed 5 percent on any one
sieve, '/z inch size and larger, or 3 percent on the sieve size below the Yz inch sieve of the JMF
(Plant Corrected) reviewed for the Project.
When the considered adjustments exceed either the 5 or 3 percent limits, and the Engineer
determines that the impact of these changes may adversely affect pavement performance, a new
laboratory mixture design will be required.
340 8/23/96 Page 7 Hot Mix Asphaltic Concrete Pavement
(5)
(5)
340.4 Equipment
All equipment used for the production, placement and compaction of the mixture shall be maintained in
good repair and operating conditions to the satisfaction of the Engineer. All equipment shall be made
available for inspection. Any equipment shall not be used until it is repaired to the satisfaction of the
Engineer.
Mixing Plants: Plants may be of the weigh -hatch or drum -mix type equipped with suitable
material conveyers, aggregate proportioning devices, dryers, bins, dust collectors and sensing
and recording devices as appropriate for the mixing plant type.
(2) Spreading and Finishing Paving Machine: The paving machine shall be self- propelled and
equipped with a heated screed capable of producing a finish surface meeting the requirements of
the street cross - section specified on the Drawings and all surface tests. Extensions to the screed
shall have the same heating and vibratory capabilities as the primary unit. The paving machine
shall be equipped with an automatic dual longitudinal screed control system and a transverse
screed control system. The longitudinal controls shall be capable of operating from any
longitudinal grade reference including a stringline, ski, mobil stringline or matching shoe. Unless
otherwise shown on the Drawings, the Contractor may use any one of these grade references.
The Contractor shall fumish all labor and equipment required for grade reference.
(3) Rollers: The Contractor shall select rollers conforming to Item 230, "Rolling (Flat Wheel)" and
Item 232, "Rolling (Pneumatic Tire) ". Rollers not conforming to these requirements shall be
immediately removed from the Project.
(4) Motor Grader: A self - propelled motor grader may be used only when its use is approved by the
Engineer. It shall have a blade of not less than 12 feet and a wheelbase of not less than 16 feet.
Smaller graders may be used for small irregular areas when approved by the Engineer.
Material Transfer Equipment: Equipment to transfer mixture from the hauling units or the
roadbed to the spreading and finishing machine will be allowed unless otherwise shown on the
Drawings.
Windrow pick -up equipment, if permitted, shall be constructed in such a manner that substantially
all of the mixture deposited on the roadbed is picked up and loaded into the spreading and
finishing machine. The loading equipment shall be designed so that it does not interfere with the
spreading and finishing machine in obtaining the required line, grade and surface without
resorting to hand finishing.
(6) Straightedge: The Contractor shall provide a ten foot straightedge acceptable to the Engineer for
surface testing.
(
The asphalt content may be adjusted as concurred by the Engineer to maintain desirable
laboratory density near the optimum value while achieving other mix requirements. However,
increasing the asphalt content of the mixture in order to reduce pavement air voids will not be
allowed. Also, if the percent air voids is determined to be less than 4 percent, adjustments shall
be made to the plant production by the Contractor, within the tolerances as outlined above so that
an adequate air void level results.
340 8123196 Page 8 Hot Mix Asphaltic Concrete Pavement
340.5 Stockpiling Aggregates
Aggregates shall be stockpiled to facilitate blending. If the aggregate is not stockpiled on a hard, non -
contaminant base, the bottom six inch layer of the stockpiles shall not be used. Where space is limited,
stockpiles shall be separated by walls or other appropriate barriers. Aggregate shall be stockpiled and
protected from the weather a minimum of 24 hours prior to use to minimize free moisture content. When
stockpiles are too large to protect from the weather, accurate and continuous means acceptable to the
Engineer shall be provided to monitor aggregate moisture. Aggregates shall be stockpiled and handled
such that segregation and contamination are minimized. No stockpile shall contain aggregate, including
RAP, from more than one source.
340.6 Mixture Temperature
The Contractor shall select a target temperature for discharge from the mixer between 250 F and 350 F for
the mixture suitable to weather and Project conditions. The target temperature shall be reported to the
Engineer daily and recorded in the Daily Progress Report. The mixture temperature shall not vary by more
than 25 F from the target temperature upon discharge from the mixer. No mixture cooler than 50 F from
target temperature shall be accepted or placed on the Project.
340.7 Mixture Storage
A surge - storage system may be used to minimize production interruptions during the normal days
operations. When approved by the Engineer, overnight storage in insulated storage bins may be used
provided that material temperature and physical properties are not adversely affected. Mixtures with
hardened lumps shall not be used. Stored mixtures shall not be exempt of any requirements provided in
this specification.
When a surge- storage system is used, it shall be equipped with a device such as a gob hopper or other
device approved by the Engineer to prevent segregation in the surge- storage bin.
340.8 Mixture Moisture Content
Mixture produced from any plant shall not have a moisture content in excess of ah percent by weight when
discharged from the mixer. The moisture content shall be determined in accordance with TxDOT Test
Method Tex - 212 -F, Part II, except that the sample shall be left in the oven a total of not less than four (4)
hours.
340.9 Construction Methods
(1) General: The Contractor shall be responsible for the production, transportation, placement and
compaction of the specified paving mixture to the requirements of this specification. The
Contractor shall also be responsible for providing a safe environment for inspection personnel to
inspect the equipment and to take samples.
340 8/23/96 Page 9 Hot Mix Asphaltic Concrete Pavement
Any material delivered to the Project that by visual inspection can reasonably be expected not to
meet specification requirements (i.e. segregated or bumed material, deficient or excess asphalt,
low mixing temperature, visible contaminants, etc.), as determined by the Engineer, shall not be
used or left in place.
Equipment shall be inspected prior to use and, if found to be defective or in an operating condition
that could potentially affect the quality of the finished pavement, as determined by the Engineer,
its use shall not be allowed. Leakage of fuels, oils, grease, hydraulic or brake fluids or other
contaminants onto the prepared surface or newly -laid mat will not be allowed.
The paving mixture, when placed with a spreading and finishing machine, shall not be placed
when the air temperature is below 50 F and is falling, but it may be placed when the air
temperature is above 40 F and rising. The paving mixture, when used as a level -up course or
when placed with a motor grader, shall not be placed when the air temperature is below 60 F and
is falling, but it may be placed when the air temperature is 50 F and rising. Mat thickness of 1
inches and less shall not be placed when the temperature of the surface on which the mat is to be
placed is below 50 F. The temperature shall be taken in a shaded area away from artificial heat.
Surfaces to be paved shall be finished, primed, cured, broomed and tacked, as appropriate, to the
satisfaction of the Engineer. If the surface on which the first course of the paving mixture is to be
placed is a flexible base course, and a cut -back asphalt is to be used as a prime coat, the flexible
base shall have been primed and cured a minimum of 24 hours before the paving mixture may be
placed. The 24 hour restriction will not apply to a flexible base that has been primed with material
other than a cut -back. However, the surface on which the tack coat and /or paving mixture Is to be
placed shall be in a dry condition.
Pavement shall be opened to traffic as soon as possible after temporary pavement markings or
permanent markings are in place as indicated or as directed by the Engineer. Construction traffic
allowed on pavements open to the public will be subject to all laws governing traffic on streets and
highways.
(2) Tack Coat: The surface upon which the tack 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 as
governed by Item 307, 'Tack Coat". The tack coat shall be applied with an approved sprayer at a
rate not to exceed 0.05 gallons per square yard. Where the paving 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, castings and structures shall be painted with a thin
uniform application of tack coat.
Whenever cut -back asphalts are used as a tack coat, the tack coat shall be rolled with a
pneumatic roller.
During the application of tack coat, care shall be taken to prevent splattering of adjacent
pavement, curb and gutter and structures. All splatter shall be removed by the Contractor at his
expense before the Work can be accepted.
(3) Transporting Asphaltic Concrete: The asphaltic mixture shall be hauled to the Work site in tight
vehicles previously cleaned of all foreign material. In cool weather or for long hauls, covering of
the truck bodies is required.
340 8/23196 Page 10 Hot Mix Asphaltic Concrete Pavement
(4) Placing: Placing of the asphaltic mixture shall be done without tearing, shoving, gouging or
segregating the mixture and without producing streaks in the mat. Unloading into the finishing
machine shall be controlled so that bouncing or jarring the spreading and finishing machine shall
not occur and the required lines and grades shall be obtained without resorting to hand finishing
except as permitted below in this Section.
Unless otherwise shown on the Drawings, dumping of the asphaltic material in a windrow and
then placing the mixture in the finishing machine with windrow pick -up equipment will be permitted
provided the temperature of the asphaltic mixture does not drop more than 50 F below the target
temperature before being placed by the finishing machine.
Under no circumstances will the asphaltic material be permitted to be dumped on or near the job
site and then reloaded for hauling to the site of placement. Exceptions may be allowed if approved
by the Engineer.
When approved by the Engineer, level -up courses may be spread with a motor grader meeting
the requirements of this specification.
The spreading and finishing machine shall be operated at a uniform forward speed consistent with
the plant production rate, hauling capability and roller train capacity to result in a continuous
operation. Stopping of the spreading and finishing machine between trucks is to be held to a
minimum. If, in the opinion of the Engineer, delivery of material is adversely affecting the mat
(excessive stopping of the spreading and finishing machine, loss of mixture temperature, etc.), the
Engineer may require paving operations to cease until acceptable methods are provided to
minimize starting and stopping of the spreading and finishing machine.
The hopper gates of the spreading and finishing machine shall be adjusted to provide an
adequate and consistent flow of material. This shall result in enough material being delivered to
the augers so that they are operating approximately 85 percent of the time or more. The augers
shall provide means to supply adequate flow of material to the center of the paver. Augers shall
supply an adequate flow of material for the full width of the mat being placed. Augers should be
kept approximately one -half to three- quarters full of mixture at all times during the paving
operation.
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
permitted by the Engineer.
The paving material adjacent to castings and curb and gutter shall be finished uniformly high so
that when compacted, it will be slightly above but not more than 1/8 inch above the edge of the
casting or gutter hp.
Longitudinal joints in the mat shall be placed to coincide with lane lines. Transverse joints shall be
offset a minimum of five (5) Feet.
(5) Compacting: The pavement shall be compacted thoroughly and uniformly to obtain the
compaction and cross section meeting the requirements of the Drawings and specifications.
Regardless of the method used for compaction, all rolling for compaction shall cease before the
mixture drops below 175 F.
340 8/23/96 Page 11 Hot Mix Asphaltic Concrete Pavement
Rolling with a pneumatic tire roller to seal the surface shall be provided. Rolling with a tandem or
other steel -wheel roller shall be provided if required to iron out any roller marks. Vibratory rollers
shall not be allowed in the vibrating mode on mats with a plan depth of less than 11/2 inches.
340.10 Sampling and Testing
The asphalt mixture shall be tested daily at the Project site for conformance to specification requirements.
The Engineer shall determine sample locations based on the Contractor's anticipated production and the
random number method of TxDOT Test Method Tex - 225 -F. Each days anticipated production shall be
sectioned into three (3) equal single -pass, sub -area lots. Each day's sample locations shall be equally
distributed over the three (3) sub - areas. If, due to the weather or plant malfunctions, the Contractor's daily
anticipated production is not made, the random locations will not be recalculated. Also, no more than one
location of the three (3) sub -areas is to be located in an irregular shaped area such as a cul-de -sac.
Unless otherwise approved by the Engineer, a minimum of three bag samples and three correlating cores
will be obtained from each days production. Bag samples shall be taken during lay -down operations. The
primary sampling point for the bag samples shall be from the windrow if a windrow elevator is used. If a
windrow elevator is not used, the sample shall be taken from the middle of the paving machine hopper.
This will require stopping the paving machine in order for the Inspector to safely secure a sample by
digging into the hopper. Gradation, asphalt content and stability shall be reported for each of the bag
samples. The stability value reported for each of the bag samples shall be the average of three (3) tests
per bag. Pavement thickness and density shall be determined by 6 -inch cores. One core shall be taken for
every 2,000 single -pass square yards with a minimum of three (3) cores for all projects. One core shall be
taken at the same station and pass sampled for each of the bag samples. For each day's placement,
density of cores for which no corresponding bag samples were taken shall be determined by using the
average Maximum Theoretical Density of the day's three (3) bag samples or as may otherwise be
determined by the Engineer. The Engineer may alter, increase or waive the testing schedule to ensure
material and workmanship compliance with specificatioh requirements. Acceptability of the completed
pavement shall be based on the average of test results for the Project as defined in Article 340.11,
"Acceptance Plan ".
For total areas of less than 500 square yards, a total of only two bag samples and two correlating cores will
be obtained. If the Contractor desires additional testing, it shall be at his entire expense.
When, in the opinion of the Engineer, test results appear unrepresentative, additional testing may be
authorized. The retesting will be at the expense of the Contractor and the results of the retesting shall be
averaged with the results of the original testing. If the results of retesting indicate that the original testing
was erroneous, the original test results will be discarded. Pavements with low density results may be
recored; but, the pavement shall not receive any additional compactive effort.
Cores shall be taken by the City's laboratory within 48 hours of paving unless otherwise authorized by
Engineer. Pavements that will not or can not be cored within 48 hours shall be closed to both public and
construction traffic.
340 8/23/96 Page 12 Hot Mix Asphaltic Concrete Pavement
340.11 Acceptance Plan
For the purpose of the Acceptance Plan only, the 'Project' shall be defined as follows: The Project is the
quantity of each of the specified mixture types as determined by the Engineer before the paving operation
begins. Considerations for defining the Project shall include paving operation staged due to traffic
considerations, changes to the Job Mix Formula, phasing of large projects, or other factors affecting the
consistency in the production, lay- down /compaction, use of completed portions, and /or aging of in -place
material. Acceptability of the completed pavement shall be based on the average of a minimum of three
tests per Project for each of the mixture types specified.
Pay adjustments for two or more acceptance factors shall be accumulative. Pay adjustments of 100% unit
price reduction shall require removal and replacement of the Work. Replacement materials shall be subject
to all requirements of this specification. Altematively, the Engineer may allow the Work to remain In place
without payment provided that the Work is warranted for an extended period and under conditions as
determined by the Engineer. The decision of the Engineer as to the removal and replacement of the Work
shall be the final authority.
(1) Non - Pay - Adjustment Acceptance Factors:
(a) Surface Characteristics: Unless otherwise directed by the Engineer, all pavements shall be
tested for smoothness. Surfaces shall be tested with a 10 foot straightedge parallel to the
roadway centerline and perpendicular to the centerline on flat, cross -slope sections.
Maximum allowable deviation in 10 feet shall be 1/8 inch parallel to the centerline and % inch
perpendicular to the centerline. Sections exceeding these maximums shall be corrected to
the satisfaction of the Engineer. The completed surface must meet the approval of the
Engineer for surface smoothness, finish and appearance.
If the surface ravels, ruts or deteriorates in any manner prior to the end of the warranty
period, it will be the Contractor's responsibility to correct this condition at his expense to the
satisfaction of the Engineer and in conformance with the requirements of this specification.
For HMAC rehabilitation and overlay projects, if cracks develop in the pavement surface
within the one year warranty period, the Contractor shall seal the cracks in accordance with
Item 313, "Rubber Asphalt Joint and Crack Sealer". Payment for this work will be measured
and paid for as Mobilization (LS) and Crack Sealing (LF).
For new HMAC roadways constructed in accordance with the Drawings and specifications, if
cracks Tess than Y inch in width develop in the pavement surface within the one year
warranty period the Contractor shall seal the cracks in accordance with Item 313, "Rubber
Asphalt Joint and Crack Sealer". Payment for this Work will be measured and paid for as
Mobilization (LS) and Crack Sealing (LF). If cracks equal to or greater than ' /4 inch in width
develop in the pavement surface within the one year warranty period, the cracking shall be
reviewed and evaluated by the Engineer before corrective action is taken.
340 8fP3 /96 Page 13 Hot Mix Asphaltic Concrete Pavement
GRADATION ACCEPTANCE SCHEDULE (TEX- 210 -F)
SIEVE
DEVIATION FROM JOB MIX
FORMULA
PERCENT CONTRACT UNIT
PRICE REDUCTION
Total retained on No. 10
± 5.0
5.1±
0
10
Passing No. 200
±3.0
3.1±.
0
5
(b) Stability: Stability test results shall be used as indicators of potential problems. Where
stability test results fall outside the range specified in this specification, additional tests shall
be taken as directed by the Engineer for further evaluation and monitoring of the paving
mixture. This additional stability testing will be at the expense of the Contractor. When, in the
opinion of the Engineer, the stability is deemed unacceptable for the intended use of the
pavement, the paving mixture shall be removed and replaced to the limits indicated by test
results or may be left in place on conditions acceptable to the Engineer. When the paving
mixture is removed and replaced, it shall be at the sole expense of the Contractor.
(c) Laboratory Density: Laboratory density results as determined by TxDOT Test Method Tex -
207-F shall be used as indicators of potential problems. Where laboratory density test results
are less than 94.5% or more than 97.5 %, additional tests shall be taken as directed by the
Engineer for further evaluation and monitoring of the paving mixture. This additional
laboratory density testing will be at the expense of the Contractor. When, in the opinion of the
Engineer, the laboratory density is deemed unacceptable for the intended use of the
pavement, the paving mixture shall be removed and replaced to the limits indicated by test
results.
Paving mixtures that are removed and replaced shall be at the sole expense of the
Contractor.
(d) Limited Areas: Irrespective of an acceptable overall Project average for any or all of the
Pay- Adjustment Acceptance Factors, limited substandard portions of the Work, as
determined by the Engineer, shall be remedied or removed and replaced to the satisfaction of
the Engineer at the expense of the Contractor.
(2) Pay- Adjustment Acceptance Factors: Contract unit prices shall be adjusted for paving mixtures
that fail to meet acceptance criteria for gradation, asphalt content, density and mat thickness in
accordance with the following:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
340 8123/96 Page 14 Hot Mix Asphaltic Concrete Pavement 1
1
ASPHALT CONTENT ACCEPTANCE SCHEDULE (TEX- 210 -F)
Deviation from the Job Mix
Formula
Percent Contract Unit Price Reduction
Local Streets*
All Others
± 0.5
0
0
±0.51 to ±0.60
15
25
+0.61 to +0.70
25"
100; Remove and Replace
-0.61 to -0.70
100; Remove and Replace
100; Remove and Replace
Over ±0.70
100: Remove and Replace
100; Remove and Replace
"A local or residential street that serves as access to residence or other abutting property.
*if the street has an ADT of 500, or less, with 1%, or less, of truck traffic, plus a 2 year warranty;
otherwise, Remove and Replace
DENSITY ACCEPTANCE SCHEDULE (TEX- 207- FfTEX- 227 -F)
`PERCENT DENSITY
Percent Contract Unit Price Reduction
1 - Thickness or Greater
Less than 1%" Thickness
Above 96
100; Remove and Replace
100; Remove and Replace
91 to 96
0
0
90.9 to 88.1
0.625 per 0.10% deficiency in
density
0.50 per 0.10% deficiency in
density
Less than 88.1
100: Remove and Replace
100; Remove and Replace
`Core bulk density divided by max. theoretical density
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
340 8/23/96 Page 15 Hot Mix Asphaltic Concrete Pavement
THICKNESS ACCEPTANCE SCHEDULE
VARIANCE PERCENT
OF THICKNESS
PERCENT CONTRACT UNIT PRICE REDUCTION
0 -10
0
10.1 - 16
20
16.1 - 25
50
Over 25
100; Remove and Replace or mill /overlay 1" minimum
The Density Acceptance Schedule will not apply to parking lots and other irregular shaped areas
in which it is difficult to properly compact. It will apply to utility trenches 4 feet or wider.
Core thicknesses greater than Drawing requirements shall be factored into calculation at Drawing
required thickness. If total thickness of lift(s) proves to be less than required, the Contractor may
remove and replace the overlay deficient areas as agreed to by the Engineer. Overlays to correct
thickness deficiencies shall be not less than one (1) inch thick. Overlays shall require milling of the
asphalt in order to prevent a "featheredge" of the overlaying pavement.
The extent of the area to be overlaid or removed and replaced shall be determined by additional
cores meeting the required thickness. All additional coring to determine the area shall be paid for
by the Contractor.
340.12 Measurement
Work performed and material placed shall be measured under one of the following methods. When
Drawing quantity measurement is specified, adjustment of quantity may be made as follows. If the quantity
measured as outlined vary from those shown on the Drawings by more than 5 %, either party to the
Contract may request in writing and adjustment of the quantity by each separate bid item. The party to the
Contract which requests the adjustment shall present to the other one copy of measurements and
calculations showing the revised quantity in question. This revised quantity, when approved by the
Engineer, shall constitute the final quantity for which payment will be made. However, no adjustment will
be made for any quantity which exceeds the Drawing required thickness.
Method A: Asphaltic concrete pavement shall be measured by the ton (2,000 pounds) of the type actually
used in completed and accepted Work in accordance with the Drawings and specifications.
The measurement shall be made on approved truck scales that meet the requirements of the National
Institute of Standards and Technology Handbooks 44 and 112 except that the required accuracy shall be
0.4 percent of the load being weighed. The Contractor shall furnish a report of calibration from a scale
mechanic licensed by the Texas Department of Agriculture certifying that the scales meet this requirement.
340 8/23/96 Page 16 Hot Mix Asphaltic Concrete Pavement
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Method B: Asphaltic concrete pavement shall be measured by the square yard of specified total thickness
of the type of paving mixture actually used in completed and accepted Work in accordance with Drawings
and specifications. Multiple lifts of the same type shall be considered as one for square yard measurement
purposes.
Method C: Asphaltic concrete pavement shall be measured by the linear foot of specified total thickness of
the type of paving mixture actually used in completed and accepted Work in accordance with Drawings
and specifications. Multiple lifts of the same type shall be considered as one for linear foot measurement
purposes.
340.13 Payment
Work performed and materials fumished as prescribed by this item and measured as provided under
"Measurement" will be paid for at the unit prices bid or pay adjusted unit price for HOT MIX ASPHALTIC
CONCRETE PAVEMENT, of the types and thicknesses specified, which prices shall be full compensation
for fumishing all labor, equipment, time, materials and incidentals necessary to complete the Work.
Tack coat, sawcutting and temporary pavement markings will not be measured or paid for directly but shall
be considered subsidiary to ITEM 340, "HOT MIX ASPHALTIC CONCRETE PAVEMENT'.
Payment for Work meeting specifications will be made under one of the following:
Pay Item No. 340 - Hot Mix Asphaltic Concrete Pavement, Type - Per Ton
Pay Item No. 340 - Hot Mix Asphaltic Concrete Pavement, _ inches, Type _ - Per Square
Yard.
End
Pay Item No. 340 Hot Mix Asphaltic Concrete Pavement, _ Inches, Type _ - Per Linear
Foot.
Pay Item No. 340 - PQ: Hot Mix Asphaltic Concrete Pavement, _ Inches, Type - Per
Drawing Quantity.
Pay Item No. 340 - Hot Mix Asphaltic Concrete Pavement, _ in., Type _ - Level -up Course.
Pay Item No. 340 - Crack Sealing Mobilization, Lump Sum.
Pay Item No. 340 Crack Sealing, per Linear Foot.
Ref: 230, 232, 301, 307, 313, 864, 1804
340 8/23/96 Page 17 Hot Mix Asphaltic Concrete Pavement
ITEM NO. 430
CONCRETE CURB AND GUTTER
430.1 Description
This item shall consist of Portland Cement concrete curb or curb and gutter with reinforcing steel as
required, constructed on an approved subgrade and base in accordance with this specification and in
conformity with the lines, grades, section and details indicated or as established by the Engineer.
430.2 Materials
(1) Concrete
Concrete shall conform to Class A Concrete as indicated in Item No. 403, "Concrete for
Structures" or Item No. 360, "Concrete Pavement" when the curb and gutter in place integral with
the pavement.
(2) Reinforcing Steel
Reinforcing steel shall conform to Item No. 406, "Reinforcing Steel ".
(3) Expansion Joint Materials
Expansion joint materials shall conform to Item No. 408, "Expansion Joint Materials ".
(4) Membrane Curing Compound
Membrane curing compound shall conform to Item No. 409, "Membrane Curing ".
(5) Flexible Base
Aggregate shall conform to Item No. 210, "Flexible Base ".
430.3 Construction Methods
Subgrade for curb and gutter shall be excavated and prepared to required depth and width including a
minimum of 12 inches behind the curb, unless a greater width is indicated, to construct the work to grades
and dimensions indicated. A minimum of 4 inches of flexible base shall be spread, wetted and thoroughly
compacted under curb and gutter as specified in Item No. 210, "Flexible Base ". If dry, the base shall be
sprinkled with water lightly before concrete is deposited thereon.
Forms shall be of metal or well seasoned wood. The length of the forms shall be not Tess than 10 feet.
Flexible or curved forms shall be used for curves of 100 foot radius or less. Wood forms for straight
sections shall be not less than 2 inches in thickness. Forms shall be clean, straight, free from warp and
oiled with a light form oil. All forms shall be securely staked to line and grade and maintained in a true
position during the depositing of concrete.
430 4117186 Page 1 Concrete Curb and Gutter
The reinforcing steel shall be placed in position as shown on the typical section. Care shall be exercised to
keep all steel in its proper location.
Expansion joint material, % inch in thickness, shall be provided at intervals not to exceed 40 feet and shall
extend the full width and depth of the concrete. Weakened plane joints shall be made % inch deep at 10
foot intervals. All joint headers shall be braced perpendicular and at right angles to the curb.
Two round smooth dowel bars, % inch in diameter and 24 inches in length, shall be installed at each
expansion joint. Sixteen inches of one end of each dowel shall be thoroughly coated with hot oil, asphalt or
red lead, so that it will not bond to the concrete. The dowels shall be installed with a dowel sleeve on the
coated end as indicated or equivalent as directed by the Engineer.
Concrete shall be placed in the forms, rodded and tamped to exclude all air and honeycomb. Not more
than 1 hour after the concrete has been placed, a thin coating not more than % inch nor less than % inch
thick of finish mortar, composed of 1 part Portland Cement to 2 parts fine aggregate, shall be worked into
the exposed faces of the curb and gutter by means of a "mule ". After the concrete has become sufficiently
set, the exposed edges shall be rounded by the use of an edging tool to the radii indicated. The entire
exposed surface of the curb and gutter shall be floated to a uniform smooth surface, then finished with a
camel hair brush to a gritty texture. The forms shall remain in place a minimum of 24 hours unless
approved otherwise by the Engineer. After removal of the forms, any minor honeycombed surfaces shall
be plastered with a mortar mix as described above. Excessively honeycombed curb and gutter, as
determined by the Engineer, shall be completely removed and replaced when directed.
The finished concrete, while still plastic, shall be stamped with an impression having the Contractor's name
and the month and year. The stamp shall be of approved design and impressions shall be made on the
face of the curb at or near street intersections and not exceeding 350 feet apart or as directed by the
Engineer.
Immediately after finishing the curb, concrete shall be protected by a membrane curing conforming to Item
No. 409, "Membrane Curing ".
After a minimum of 3 days curing and before placing the final course base, the curb shall be backfilled to
the full height of the concrete, tamped and sloped as directed by the Engineer. The top 4 inches of backfill
shall be of clean topsoil, free of stones and debris conforming to Item No. 604, "Seeding for Erosion
Control" when turf is to be established.
430.4 Measurement
Accepted work as prescribed by this item will be measured by the linear foot of concrete curb and gutter,
complete in place.
430.5 Payment
The work performed as prescribed by this item will be paid for at the unit price bid per linear foot for
"Concrete Curb and Gutter", which price shall be full compensation for all work as set forth and described
under payment Method A, B, C or D.
430 4/17/86 Page 2 Concrete Curb and Gutter
End
Method A (Pay Item No. 430 -A)
This payment method includes all the work performed for "Concrete Curb complete, at the unit
price bid, which price shall be full compensation for excavation, preparing the subgrade, for
fumishing and placing all base material, reinforcing steel, dowels, expansion joint material, curing
material, backfilling and for all other materials, manipulations, labor, tools, equipment and
incidentals necessary to complete the work.
Method B (Pay Item No. 430 -B)
This payment method includes all the work performed for "Concrete Curb and Gutter", complete,
at the unit price bid, which price shall be full compensation for fine grading, for furnishing and
placing reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all
other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the
work.
Method C (Pay Item No. 430 -C)
This payment method includes all the work performed for "Concrete Curb" complete, at the unit
price bid, which price shall be full compensation for fine grading, for furnishing and placing
reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other
materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work.
Method D (Pay Item No. 430 -D)
This payment method includes all the work performed for "Concrete Curb" complete, at the unit
price bid, which price shall be full compensation for excavation, preparing the subgrade, for
finishing placing all base material, reinforcing steel,c dowels, expansion joint material, curing
material, backfilling and for other materials, manipulations, labor, tools, equipment and incidentals
necessary to complete the work.
Payment will be made under one of the following:
Pay Item No. 430 -A: Concrete Curb and Gutter - Per Linear Foot.
Pay Item No. 430 -B: Concrete Curb and Gutter - Per Linear Foot.
Pay Item No. 430 -C: Concrete Curb - Per Linear Foot.
Pay Item No. 430 -D: Concrete Curb - Per Linear Foot.
430 4117/86 Page 3 Concrete Curb and Gutter
ITEM NO. 432S
CONCRETE SIDEWALKS
432S.1 Description
This item shall govem the construction of Portland cement concrete sidewalks (Standard Detail No. 432 -
1/432S-1), as herein specified, on an approved subgrade and in conformance with the lines, grades and
details indicated on the Drawings or as established by the Engineer or designated representative.
This specification is applicable for projects or work involving either inch -pound or SI units. Within the text
inch -pound units are given preference followed by SI units shown within parentheses.
4325.2 Materials
(1) Portland Cement Concrete
Portland cement concrete shall be Class A conforming to Specification Item No. 403/403S,
"Concrete for Structures" or Specification Item No. 407/407S, "Fibrous Concrete ".
(2) Reinforcement
Reinforcement shall conform to Specification Item No. 406/406S, "Reinforcing Steel" or
Specification Item No. 407/407S, "Fibrous Concrete ".
(3) Expansion Joint Materials
Expansion joint materials shall conform to Specification Item No. 408/408S, "Expansion Joint
Materials ".
(4) Membrane Curing Compound
Membrane curing compound shall conform to Specification Item No. 409/409S, "Membrane
Curing ".
432S.3 Construction Methods
The subgrade shall be excavated in accordance with Specification Item No. 111S, "Excavation ", prepared
in accordance with Specification Item No. 201/201S, "Subgrade Preparation", shaped to the lines, grades
and cross section as indicated on the Drawings or as directed by the Engineer or designated
representative and thoroughly compacted in accordance with Specification Item No. 201/201S. A granular
cushion of a minimum thickness of 2 inches (50 mm), composed of crusher screenings, gravel and sand,
crushed rock or coarse sand, shall be spread, wetted thoroughly, tamped and leveled. The granular
cushion shall be moist at the time the Portland cement concrete is placed.
If the subgrade is undercut by more than 4 inches (100 mm) or the elevation of the natural ground is more
than 4 inches (100 mm) below "top of subgrade", then a necessary backfill/embankment layer of an
approved material shall be placed and compacted with a mechanical tamper. Hand tamping will not be
permitted.
432S 04/05/99 Page 1 Concrete Sidewalks
Where the subgrade is rock or gravel, 70 percent of which is rock; the 2 inch (50 mm) cushion need not be
used. The Engineer or designated representative will determine if the subgrade meets the above
requirements.
Sidewalk forms shall be constructed of metal or well seasoned -wood not less than 2 inches (50 mm) in
thickness, with a section satisfactory to the Engineer or designated representative. The forms shall be
clean, straight, and free from warp with a depth equal to the thickness of the finished work. All forms shall
be securely staked to line and grade and maintained in a true position during the depositing of Portland
cement concrete. Before p.c. concrete is placed, the forms shall be thoroughly oiled with a light form oil.
Expansion joint material 3/4 inch (19 mm) thick, shall be provided where the new construction abuts an
existing structure, sidewalk or driveway. Similar expansion material shall be placed around all obstructions
protruding through the sidewalk. The expansion joint material shall be placed vertically and shall extend
the full depth of the p.c. concrete. Maximum spacing of expansion joints shall be 40 feet (12 meters) as
indicated on the Drawings or as directed by the Engineer or designated representative. Weakened plane
joints shall be spaced at 5 feet (1.5 meters) on center. Normal dimensions of the weakened plane joints
shall be 1/4 inch wide and 3/4 inch deep (6 mm wide and 19 mm deep). All joints shall be constructed
perpendicular (90 degrees) to the centerline of walk and shall match any previously placed concrete joints.
Reinforcement for sidewalks shall consist of polypropylene fibrillated fibers, 1 layer of 6 x 6 - W1.4 x W1.4
(152 x 152 — MW9 x MW9) wire fabric or #3 (10M) bars, placed not more than 18 inches (450 mm) on
center both directions. All reinforcement shalt be placed equidistant from the top and bottom of the p.c.
concrete. Care shall be exercised to keep all steel in its proper position during placement of the p.c.
concrete. Splices in wire fabric shall overlap sufficiently to allow two pairs of transverse wires to be tied
together and no splice of Tess than 6 inches (150 mm) will be permitted. Splices in the #3 (10M) bars shall
have a minimum lap of 12 inches (300 mm).
Where driveways cross sidewalks, additional reinforcing shall be placed in the sidewalk as indicated on the
Drawings.
Portland cement concrete shall be placed in the forms and spaded, tamped and thoroughly consolidated
until it entirely covers the surface and has a monolithic finish. The top surface shall be floated and
troweled to a uniform smooth surface; then finished with a broom or wood float to a gritty texture unless
otherwise indicated. The outer edges and joints shall be rounded with approved tools to a 1/4 inch (6 mm)
radius. Care will be exercised to prevent loss of dummy joints or rounded edges when applying the brush
finish.
Concrete sidewalk ramps shall be stamped or formed to produce a finished surface with detectable
warnings in accordance with the requirements of the American Disabilities Act and Texas Accessibility
Standards (TAS), including Sections 4.7.7. and 4.29.2. The sidewalk ramps shall be constructed in
accordance with appropriate City of Austin Standard Details (Standard Details 432S-3, 432S -3A through
432S -F, 432S -5, 432S -5A, 432S -5B, etc.).
Detectable waming for the ramps shall consist of raised truncated domes with a diameter of nominal 0.9
inch (23 mm), a height of nominal 0.2 inch (5 mm) and center -to -center spacing of nominal 2.35 inches (60
mm) and shall contrast visually with adjoining surfaces, either light -on -dark, or dark -on- light. The material
used to provide contrast shall be an integral part of the walking surface.
The finished concrete, while still plastic, shall be stamped with an impression having the Contractor's
name, month and year (Standard Detail No 432- 6/432S -6). The stamp shall be of approved design and
impressions shall be placed at or near street intersections at a distance which does not exceed 350 feet
(100 meters) or as directed by the Engineer or designated representative.
432S 04/05/99 Page 2 Concrete Sidewalks
At the proper time after finishing, the surface shall be protected by a membrane compound curing agent or
by wetted cotton or burlap mats, conforming to Item No.409/409S, "Membrane Curing ". The sides of the
p.c. concrete shall be cured in the forms. If the forms are removed during the curing process, the curing
shall be continued by the placement of fill against the exposed concrete edges or by other procedures
conforming to Item No. 410/410S, "Concrete Structures ". The top 4 inches (100 mm) of fill shall be clean
topsoil conforming to Item No. 604/604S, "Seeding for Erosion Control".
All necessary excavation, filling and grading of the slopes adjacent to the completed concrete sidewalks
will be considered incidental work pertaining to this item and will not be paid for directly. The adjacent
excavation and grading of the slopes shall be done in a manner acceptable to the Engineer or designated
representative.
432S.4 Measurement
Accepted work performed as prescribed by this item will be measured by the square foot (square meter. 1
square meter is equal to 10.764 square feet) of surface area of "Concrete Sidewalk ". Accepted work
performed as prescribed by "Sidewalk Ramps" will be measured per each for the type of ramp indicated.
432S.5 Payment
The work performed as prescribed by this item will be paid for at the unit bid price per square foot for
"Concrete Sidewalk" or per each for "Concrete Sidewalk Ramps ". The unit bid price shall include full
compensation for preparing the subgrade; for furnishing and placing all materials including cushion
material, all reinforcement, joints, expansion joint materials and for any other materials, manipulations,
labor, tools, equipment, finishing, curing and incidentals necessary to complete the work.
Payment will be made under one of the following:
End
S idewalks
Pay Item 432S -4:
Pay Item 432S-5:
Pay Item 432S -6:
Pay Item 432S-7:
am s
Pay Item 4325 -3F -R:
Pay Item 432S -5-R:
Pay Item 432S -5A -R:
Pay Item 432S -5B -R:
Concrete
Concrete
Concrete
Concrete
Sidewalks, 4 Inch -
Sidewalks, 5 Inch -
Sidewalks, 6 Inch -
Sidewalks, 7 Inch
Per Square Foot.
Per Square Foot.
Per Square Foot.
- Per Square Foot.
Sidewalk Curb Ramp with Pavers Per Each
Sidewalk Curb Ramp with Pavers (Type I) Per Each
Sidewalk Curb Ramp with Pavers (Type IA) Per Each
Sidewalk Curb Ramp with Pavers (Type IB) Per Each
432S 04/05/99 Page 3 Concrete Sidewalks
SPECIFIC CROSS REFERENCE MATERIALS
Specification 432S, "CONCRETE SIDEWALKS"
City of Austin Technical Specifications
Designation Description
ttem No. 111S
item No. 201/2015
item No. 403/403S
Item No. 406/4065
Item No. 4071407S
Item No. 408/408S
item No. 409/409S
Item No. 410/410S
Item No. 604/604S
Excavation
Subgrade Preparation
Concrete for Structures
Reinforcing Steel
Fibrous Concrete
Expansion Joint Materials
Membrane Curing
Concrete Structures
Seeding for Erosion Control
City of Austin Standard Details
Designation Description
432- 1/432S -1 Sidewalk
432S -3F Combined Sidewalk Curb Ramp with Pavers
432S -5 Sidewalk Curb Ramp With Pavers (type I)
432S -5A Sidewalk Curb Ramp With Pavers (type IA)
432S -513 Sidewalk Curb Ramp With Pavers (type IB)
432- 6/432S -6 Concrete Stamp
American Disabilities Act, Federal Register; Volume 56, No. 144; July 26, 1991
ADA Accessibility Guidelines For Building And Facilities
Designation Description
Section 4.7.7 Detectable Warnings
Section 4.29 Detectable Wamings
Architectural Barriers; Texas Civil Statutes, Article 9102; June 14, 1995
Texas Accessibility Standards (TAS)
Designation Description
Section 4.7.7 Detectable Wamings
Section 4.29 Detectable Warnings
RELATED CROSS REFERENCE MATERIALS
Specification 432S, "CONCRETE SIDEWALKS"
City of Austin Standard Contract Documents
Designation Description
00700 General Conditions
01500 Temporary Facilities
01550 Public Safety and Convenience
City of Austin Utilities Criteria Manual
Designation Description
Section 5.2.3 Utility Adjustments For Roadway Construction Projects
4325 04/05/99 Page 4 Concrete Sidewalks
RELATED CROSS REFERENCE MATERIALS - Continued
Specification 432S, "CONCRETE SIDEWALKS"
City of Austin Technical
Designation
t em No. 102/102S
t em No. 104/1045
t em No. 110/110S
t em No. 132/1325
tem No. 203/203S
tem No. 204/204S
tem No. 230/230S
tem No. 232/232S
tem No. 234/234S
tem No. 236/236S
tem No. 360/360S
tem No. 375/375S
tem No. 402/402S
tem No. 404/404S
tem No. 405/405S
tem No. 411/411S
tem No. 436/436S
tem No. 602/602S
tem No. 610/6105
tem No. 642/642S
City of Austin Standard Details
Designation Description
432S -3 Intersection Curb Ramps
432S -3A
432S -3B
432S -3C
432S -3D
432S -3E
432 - 10/4325 -10
433- 1/433S -1
433- 2/433S -2
433-3/4338-3
436- 2/436S -2
4705 -1
1000- 8(A) /1000S -8(A)
1000- 8(B)I1 000S -8(B)
1000- 10/1000S -10
1000 -11 (1) /1000S -11(1)
1000 -11 (2)/1000S -11(2)
1000 -12 (1)/10005 -12(1)
1000 -12 (2)/1000S -12(2)
1000 -13 (1)/1000S -13(1)
1000- 13(2)/1000S -13(2)
1000 - 14/10005 -14
432S 04/05/99
Specifications
Description
Clearing and Grubbing
Removing Concrete
Street Excavation
Embankment
Lime Treatment for Materials In Place
Portland Cement Treatment for Materials In Place
Rolling (Flat Wheel)
Rolling (Pneumatic Tire)
Rolling (Tamping)
Rolling (Proof)
Concrete Pavement
Concrete Pavers for Sidewalk Ramps
Controlled Low Strength Material
Pneumatically Placed Concrete
Concrete Admixtures
Surface Finishes for Concrete
Concrete Valley Gutters
Sodding for Erosion Control
Preservation of Trees and Other Vegetation
Silt Fence
Curb Ramps at T -Type Intersections
Intersection Curb Ramps with Retumed Curb
Curb Ramps with Retumed Curb at T Intersections
Combined Curb Ramps
Combined Curb Ramp at T type Intersection
Mailbox Placement
Type I Driveway
Type II Driveway
Temporary Driveway
Concrete Valley Gutter
Curb Cut for Ramp or Driveway (Optional)
Typical ROW and Front Lot Utility Assignments
Typical Utility Assignment Details (TV,W,WW)
Local Street Sections
Residential and Neighborhood collector Street Sections
Industrial and Collector Street Sections
Primary Collector Street Sections
Primary Arterial Street Sections
Minor Arterial Street Sections (4 Lanes)
Minor Arterial Street Sections- (4 Lanes
Major Arterial Street
Page 5
divided)
Concrete Sidewalks
Item No. 100
Item No. 110
Item No. 112
Item No. 132
Item No. 164
Item No. 204
Item No. 210
Item No. 211
Item No. 213
RELATED CROSS REFERENCE MATERIALS - Continued
Specification 432S, "CONCRETE SIDEWALKS"
Texas Department of Transportation: Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges
Designation Description
Preparing Right of Way
Excavation
Subgrade Widening
Embankment
Seeding for Erosion Control
Sprinkling
Rolling (Flat Wheel)
Rolling (Tamping)
Rolling (Pneumatic Tire)
American Disabilities Act, Federal Register; Volume 56, No. 144; July 26, 1991
ADA Accessibility Guidelines For Building And Facilities
Designation Description
Section 4.3 Accessible Route
Section 4.3.6 Surface Texture
Section 4.3.7 & 4.7.2 Slope
Section 4.3.8 & 4.5.2 Changes in Levels
Section 4.7 Curb Ramps
Section 4.8 Ramps
Architectural Barriers; Texas Civil Statutes, Article 9102; June 14, 1995
Texas Accessibility Standards (TAS)
Designation Description
Section 4.3 Accessible Route
Section 4.3.6 Surface Texture
Section 4.3.7 & 4.7.2 Slope
Section 4.3.8 & 4.5.2 Changes in Levels
Section 4.7 Curb Ramps
Section 4.8 Ramps
432S 04!05/99 Page 6 Concrete Sidewalks
ITEM NO. 433
CONCRETE DRIVEWAYS
433.1 Description
This item shall consist of concrete driveways, composed of Portland Cement concrete, constructed as
herein specified on an approved subgrade, in conformity to the lines, grades and details indicated or as
established by the Engineer /Architect.
433.2 Materials
(1) Concrete
Concrete shall be Class A and conform to Item No. 403, "Concrete for Structures."
(2) Reinforcing Steel
Reinforcing steel and welded wire fabric shall conform to Item No. 406, "Reinforcing Steel ".
(3) Expansion Joint Materials
Expansion joint materials shall conform to Item No. 408, "Expansion Joint Materials ".
(4) Membrane Curing Compound
Membrane curing compound shall conform to Item No. 409, "Membrane Curing ".
(5) Cushion
The Cushion shall be crusher screenings, gravel or coarse sand.
433.3 Construction Methods
All forms and forming, placement of reinforcement, placement of concrete, form removal, finishing and
curing shall conform to Item No. 410, "Concrete Structures".
The subgrade shall be excavated and shaped to the lines, grades and cross sections indicated or as
directed by the Engineer /Architect and shall be thoroughly compacted in accordance with Item No. 201,
"Subgrade Preparation ". A 2 -inch minimum compacted thickness cushion shall be spread, wetted
thoroughly, tamped and leveled. The cushion shall be moist at the time the concrete is placed.
If the subgrade is undercut or natural ground is below top of subgrade the necessary backfill shall be made
with an approved material and compacted with a mechanical tamper. Hand tamping will not be permitted.
Where the subgrade is gravel or 70 percent of which is rock, the 2 inch cushion need not be used. The
Engineer /Architect will determine if the subgrade meets the above requirements.
433 5/16194 Page 1 Concrete Driveways
Forms shall be metal of a section satisfactory to the Engineer /Architect or wood not Tess than 2 inches
nominal thickness for straight runs and 1 inch nominal thickness for radius of a section satisfactory to the
Engineer, clean, straight, free from warp and of a depth equal to the thickness of the finished work. All
forms shall be securely staked to line and grade and maintained in a true position during the depositing of
concrete. Before concrete is placed, forms shall be thoroughly oiled with a light form oil.
Expansion joint material, ° inch thick, shall be provided where the new construction abuts the existing
sidewalks or driveways or as directed by the Engineer /Architect. The expansion joint material shall be
placed vertically and shall extend the full depth of the concrete. Similar expansion material shall be placed
around all obstructions protruding through the driveway. Weakened plane joints shall be on 10 foot centers
or as directed by the Engineer /Architect. Normal dimensions of the weakened plane groove joints shall be
% inch wide and' Inch deep.
Reinforcement for Type I driveways shall consist of 1 layer of 6 x 6 W 1.4 x W 1.4 wire fabric or No. 3 bars
placed not more than 18 inches on center, both directions. Reinforcement for Type II driveways shall
consist of 1 layer of 6 x 6 W 2.9 x W 2.9 wire fabric or No. 3 bars placed not more than 18 inches on
center, both directions. All reinforcements shall be placed equidistant from the top and bottom of the
concrete. Care shall be exercised to keep all steel in its proper position during the depositing of concrete.
Splices in wire fabric shall overlap sufficiently to allow two pairs of transverse wires to be tied together and
no splice of less than 6 inches will be permitted. Splices in the No. 3 bars shall have a minimum lap of 12
inches.
Concrete shall be placed in the forms and spaced, tamped and thoroughly compacted until it entirely
covers the surface and has a monolithic finish. The top surface shall be floated and troweled to a uniform
smooth surface, then finished with a broom or wood float to a gritty texture unless otherwise indicated. The
outer edges and joints shall be rounded with approved tools to a ' inch radius. Care shall be exercised to
prevent loss of dummy joints or rounded edges when applying the broom finish.
At the proper time after finishing, the surface shall be protected by a membrane compound curing agent or
by wetting cotton or burlap mats. Either method shall be subject to approval by the Engineer /Architect.
Traffic shall be barricaded from using the driveway for a minimum of 4 days after initial placing and may be
opened to traffic only with approval of the Engineer /Architect.
All necessary excavation, filling and grading of the slopes, adjacent to the completed driveways, will be
considered incidental work pertaining to this item and will not be paid for directly. The adjacent excavation
and grading of the slopes shall be done with topsoil conforming to Item No. 604, "Seeding for Erosion
Control ", in a manner acceptable to the Engineer /Architect
433.4 Measurement
Accepted work performed as prescribed by this item will be measured by the square foot of surface area of
concrete.
433 5/16/94 Page 2 Concrete Driveways
433.5 Payment
The work performed as prescribed by this item will be paid for at the unit price bid per square foot for
"Concrete Driveways ", which price shall be full compensation for preparing the subgrade; for fumishing
and placing all materials, including cushion, all reinforcing steel and expansion joint materials and for any
other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work.
Payment will be made under:
Pay Item No. 433: Concrete Driveways -Per Square Foot.
End
Ref.: 201, 403, 406, 408, 409, 410, 604
433 5/16/94 Page 3 Concrete Driveways
861.2 General Characteristics
ITEM NO. 861
THERMOPLASTIC PAVEMENT MARKINGS
861.1 Description
This item shall consist of the materials, composition, application, sampling, testing, measurement and
payment of pavement markings of the color, length, thickness and width as indicated or as directed by the
Engineer.
It is the object of this specification to insure the installation of tightly adherent, defect -free, pavement
markings of quality, visibility and performance to either asphaltic or Portland cement concrete road
surfaces.
Markings to be placed may be on roadways either free of traffic or open to traffic. On roadways already
open to traffic, the markings shall be placed under traffic conditions that exist with a minimum of
interference to the operation of the facility. Traffic control shall be as indicated or as directed by the
Engineer. All markings placed under traffic shall be protected from traffic damage and disfigurement.
When placed on the roadway in the form of marking, these markings shall not be slippery when wet, lift
from pavement under normal weather conditions nor inhibit a tacky, exposed surface. Cold ductility of the
material shall be such as to permit normal movement with the road surface without chipping or cracking.
These markings shall retain their original color, dimensions and placement under normal traffic conditions
at road surface temperatures of 70 C (158 F) and below.
When applied 1/8 inch thick, the setting to traffic time shall not exceed a characteristic straight -line curve;
the lower limits of which are 4 minutes at 15 C (59 F) road surface temperature; the upper limits of which
are 10 minutes at 32 C (90 F) road surface temperature; both temperatures measured at a maximum
relative humidity of 90 percent and according to SDHPT Test Method Tex - 829 -B.
These markings shall essentially have a uniform cross - section. The density and quality of the marking shall
be uniform throughout their thickness. The applied markings shall be 95 percent free of holes and voids
and free of blisters for a minimum of 30 days after application of all pavement markings is complete.
The markings in place on the roadway shall be completely reflectorized both intemally and extemally. The
marking, when observed in accordance with SDHPT Test Method Tex - 838 -B, shall show that the
retrodirective reflectance of the marking is uniform and the marking shall definitely and distinctively exhibit
retroreflective characteristics.
861 12/3/86 Page 1 Thermoplastic Pavement Markings
861.3 Material Requirements
A. General
At temperatures up to and including 230 C (446 F), materials shall not give off fumes which are
toxic or otherwise injurious to persons, animals or property. The material shall not break down or
deteriorate when held at 205 C (401 F). The temperature versus viscosity characteristics of the
material in the plastic state shall remain constant throughout up to four reheatings to 205 C (401
F) and from batch to batch. The material shall not be adversely altered by contract with sodium
chloride, calcium chloride or other similar chemicals on or used on the roadway surface or
because of the oil content of pavement materials or from oil dropping from traffic.
The material shall not soften at 180 F when tested by the Ball and Ring Method, American Society
of Testing Materials (ASTM) Method E28 -58T.
B. Material Composition
The material shall consist of binder, prime pigment or pigments, filler pigment and glass traffic
beads in a uniform blend so that any 90 to 100 gram sample shall be representative of lot, batch
or mix sampled.
A minimum of 90 percent of the binder shall be hydrocarbon resins. The total binder content of the
pavement marking material shall be not less than 25 percent nor more than 30 percent by weight.
A minimum of 98 percent of the prime and filler pigments used in the formulation, when wash free
of resins by solvent washing, shall pass a U.S. Standard Sieve No. 230 (0.0024 inch opening).
The prime pigment of the white pavement marking material shall be titanium dioxide and shall be
a minimum of 12 percent by weight of total material.
The prime pigment or pigments of the yellow pavement marking material shall be medium chrome
yellow or other approved yellow pigments ranging from 10 to 15 percent by weight of total
material.
The filler pigment of both white and yellow pavement marking material shall be calcium carbonate
of at least 95 percent purity.
The glass traffic beads shall be uniformly incorporated into the pavement marking material at a
rate of not less than 30 nor more than 45 percent by weight of the pavement marking material.
Total silica used in formulation shall be in the form of glass traffic beads. Glass traffic beads used
in the formulation and applied to the surface of the markings shall not be affected (such as
surface etching or degradation) when subjected to concentrated hydrochloric acid for one hour at
room temperature, 25 C (77 F).
The glass traffic beads used in the formulation and applied to the surface of the marking to obtain
the initial retrodirective reflective characteristics of the marking shall have a refractive index
between 1.50 and 1.53 when tested by the liquid immersion method at 25 C; shall consist of 70
percent minimum true spheres, by weight, that are lustrous, clear and transparent, free of air
inclusions, surface scores and pits and milkiness and shall meet the following gradation
requirements:
861 12/3f86 Page 2 Thermoplastic Pavement Markings
U.S. Sieve Number
1
2
3
4
Brightness
18
x
y
x
y
x
y
x
y
Y
white
.290
.315
.310
.295
.350
.340
.330
.360
min. 70
yellow
.470
.455
.510
.489
.490
.432
.537
.482
45 - 60
U.S. Sieve Number
Percent Passing
30
80
-100
50
18
-35
100
0 -4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
C. Color
The color of the marking materials as specified, when in place and dry, shall be free from dirt and
shall appear uniform. Its CIE Chromaticity Coordinate, when determined in accordance with
SDHPT Test Method Tex - 839 -B, shall fall within an area having the following corner points and
shall meet the following brightness requirements:
The white and yellow pavement marking materials shall meet the above specified color
requirements, for each color respectively, before and after 70 hours of exposure in a Weather -O-
Meter (Atlas, Sunshine -Type) fitted with an 18 -102 (18 minutes of sunshine and rain and 102
minutes of sunshine) cyclic gear. Panels for testing shall be prepared with pavement marking
material as supplied to the project.
861.4 Equipment
The pavement marking material may be either spray applied or extruded hot to the pavement surface
unless application method is specified on the plans.
The equipment shall be constructed to provide continuous mixing and agitation of the material. It shall be
equipped with an automatic cut -off device (with manual operating capabilities) to provide clean, square
marking ends and to provide a method of applying broken line in a stripe - to-gap ratio of 15 to 25. The
length of the stripe shall not be less than 15 feet nor longer than 15.5 feet. The total length of the stripe -
gap cycle shall not be less than 39.5 feet nor longer than 40.5 feet in variance from one cycle to the next
nor shall the average total length of a cycle for a road mile of broken Tine exceed 40.5 feet or be less than
39.5 feet. The shaping die or spray gun shall be equipped with a cut -off device remotely controlled to
provide clean, square, marking ends and to provide a method for applying "skip" lines. The use of pans,
aprons or similar appliances which the die overruns shall not be permitted under this specification.
861 12/3/86 Page 3 Thermoplastic Pavement Markings
Equipment used to place 4 inch continuous or "skip" line shall be capable of placing a minimum of 60,000
linear feet of marking per working day. Equipment used for placing markings in widths of other than 4
inches shall have capabilities similar to 4 inch marking equipment. Equipment used for placing markings
shall be maintained in satisfactory operating conditions. Equipment shall be considered in unsatisfactory
working condition if it fails to have an average hourly placement rate of 7,000 linear feet of acceptable 4
inch continuous or "skip" line over any 5 consecutive working days of 7 hours or more due to equipment
malfunction. Upon notification by the Engineer of equipment in unsatisfactory operating condition, the
Contractor shall repair and place such unsatisfactory equipment in satisfactory condition or replace with
equipment meeting the requirements of this specification. Equipment used to place markings other than
continuous or "skip" lines shall have production capabilities satisfactory to the Engineer. The container
must be so equipped and arranged as to satisfy the requirements of the National Fire Underwriters and the
Texas Railroad Commission. The Contractor shall supply the Engineer with a thermometer for the project,
capable of measuring the temperature of the pavement marking material to be applied.
Beads applied to the surface of the material shall be applied by an automatic bead dispenser attached to
the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost
instantly upon the marking as the marking is being applied to the road surface. The bead dispenser shall
be equipped with an automatic cut -off control, synchronized with the cut -off of the pavement marking
equipment.
It is the intent of the equipment requirements specified above to insure the placement of pavement
markings meeting the requirements of this specification. All markings placed that do not meet the
requirements of this specification and fail to adhere to the road surface properly shall be completely
removed and replaced at the expense of the Contractor.
861.5 Construction Methods
The Contractor shall use a crew experienced in the work of installing pavement markings and shall supply
all the equipment and materials necessary for the placement of the pavement markings.
The pavement marking material shall be applied within the material temperature limits recommended by
the supplier.
The pavement markings shall be placed in proper alignment with guide lines established on the roadway or
by the Engineer. Deviation from the alignment established shall not exceed 2 inches and, in addition, the
deviation in alignment of the marking being placed shall not exceed 1 inch per 200 feet of roadway nor
shall any deviation be abrupt.
When deemed necessary by the Engineer to achieve specified alignment, the Contractor, at his expense,
shall place any additional markings required to achieve alignment specified throughout both straight and
horizontally curved sections of roadway. Any and all additional markings placed on the roadway for
alignment purposes shall be temporary in nature and shall not establish a permanent marking on the
roadway. Materials used for alignment markings and equipment used to place such markings shall be
approved by the Engineer.
During placement of the thermoplastic markings, glass traffic beads shall be uniformly applied to the
surface of the markings at a rate sufficient to achieve the retrodirective reflective characteristics specified
when observed in accordance with SDHPT Test Method Tex - 828 -B.
The pavement upon which the pavement markings are to be placed shall be cleaned and prepared to the
satisfaction of the Engineer prior to placement of the markings.
861 12/3/86 Page 4 Thermoplastic Pavement Markings
Description of Surface
Minimum Thickness
Smooth: Portland cement concrete or fine- graded asphaltic
concrete pavement
65 mils
Intermediate: Open - graded surface treatment, Grades 4 and 5
aggregate
70 mils
Coarse: Open - graded surface treatment, Grades 1, 2 and 3
aggregate
80 mils
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Cleaning shall be by any effective method, approved by the Engineer, that completely and effectively
removes contaminants, loose materials and conditions deleterious to proper adhesion.
Portland cement concrete surfaces shall not be cleaned by grinding.
Portland cement concrete surfaces shall be further prepared after cleaning by completely sealing with a
methylmethacrylate sealer or primed with an adhesive or adhesion promoter, approved by the Engineer,
prior to placement of the markings.
When deemed necessary by the Engineer, asphaltic surfaces exhibiting polished aggregate shall be
primed with a sealer, adhesive or adhesion promoter meeting the requirements specified for sealers,
adhesives and adhesion promoters to be used on Portland cement concrete surfaces.
All other pavement surfaces may be prepared by any effective method, approved by the Engineer, that will
insure complete removal of all materials or conditions deleterious to proper adhesion of the markings to the
roadway surface.
The materials shall be installed in increments of 4, 6, 8 or 12 inch widths or otherwise shaped as indicated.
Deviation from specified width shall not exceed 118 inch except when due to undulations in the pavement
surface, in which case the deviation in width shall not exceed' /, inch.
The material, when formed into pavement markings, must be readily renewable when application is made
over an existing marking.
The application of hot - applied pavement markings shall be done only on a clean, dry pavement having a
road surface temperature above 13 C (55 F) for Portland cement concrete surfaces and above 7 C (45 F)
for asphaltic surfaces. When pavement marking application is by spray and operations cease for 5 minutes
or more, the spray head must be flushed by spraying pavement marking material into a pan or similar
container until the pavement marking material being sprayed out the nozzle is at the proper temperature
for application. The pavement temperature shall be measured in accordance with SDHPT Test Method
Tex-829 -B.
Unless otherwise directed by the Engineer, pavement marking materials shall not be placed on roadways
between September 30 and March 1, subject to temperature and moisture limitations specified elsewhere
herein.
Unless otherwise specified in the plans, the minimum thickness of spray - applied markings, as measured
on a flat plat by micrometer or similar device shall be as shown in the following table:
861
1213186
Page 5
Thermoplastic Pavement Markings
The thickness of the markings shall be uniform throughout their lengths and widths. Unless otherwise
indicated, the minimum thickness of the markings applied by extrusion, as measured above the plane
formed by the pavement surface, shall not be less than 1/8 inch thick in the center of the marking and 3/32
inch thick % inch from the edge. Maximum thickness shall be 3/16 inch. The Contractor shall supply a
device, suitable to the Engineer, to measure thickness of the applied extruded markings.
861.6 Performance
Installed pavement markings shall meet all requirements of this specification for a minimum of 30 calendar
days after final installation of pavement markings is complete. Pavement markings that fail to meet all
requirements of this specification shall be removed and be replaced with pavement markings meeting the
requirement of this specification at the expense of the Contractor. The Contractor shall replace all
pavement markings failing the requirements of this specification within 30 working days following
notification by the Engineer of such failing pavement markings. All pavement markings, including
replacement pavement markings, shall meet all requirements of this specification for a minimum of 30
calendar days after final installation of original and necessary replacement pavement markings.
861.7 Measurement
Measurement of the markings shall be made for each color by the linear foot of the various widths, by the
square foot of the various shapes as indicated or other unit as indicated, complete in place.
861.8 Payment
The work performed and materials furnished as prescribed by this item, measured as provided under
"Measurement," shall be paid for at the unit price bid for each color per linear foot of the various widths,
per square foot of the various shapes as indicated or other unit as indicated, complete in place. This price
shall be full compensation• for furnishing and placing all materials and for all labor, tools, equipment and
incidentals necessary to complete the work.
Payment will be made under:
Pay Item No. 861 -A-4W: Thermoplastic Pavement Markings - Per Linear Foot.
Pay Item No. 861 -A-4Y: Thermoplastic Pavement Markings - Per Linear Foot.
Pay Item No. 861- A -12W: Thermoplastic Pavement Markings - Per Linear Foot.
Pay Item No. 861 -B: Thermoplastic Pavement Markings - Per Square Foot.
End
861 12/3/86
Page 6 Thermoplastic Pavement Markings
863.1 Description
ITEM NO. 863
REFLECTORIZED PAVEMENT MARKERS
This item consists of reflectorized pavement markers to be used to delineate traffic lanes or fire hydrants.
863.2 Materials
All materials shall meet the requirements as indicated below and on Standard Drawing.
(1) Design and Shape
The outer surface of the marker shall be smooth. All comers and edges exposed to traffic must be
rounded. The base of the marker shall have a width of 4.0 inches + % inch and shall have a
minimum area exposed to traffic of 12.5 square inches. The maximum height shall be 3/4 inch. The
maximum slope of the reflector face or faces shall be not more than 30 degrees from the
horizontal.
The bottom surface of the markers shall be of a design for adhesion with epoxy adhesives to
comply with SDHPT Test Method Tex - 611 -J.
The marker shall be designed to withstand a falling -ball impact of 5 feet without breaking, cracking
or being significantly deformed when according to SDHPT Test Method Tex -430 -A.
The marker shall be designed to show no change in shape or color when subjected to the
requirements of SDHPT Test Method Tex - 846 -B, at a temperature of 140 F with the marker in a
vertical position.
(2) Optical
(a) Definitions
(1) Horizontal entrance angle is defined as being in a plane parallel to the base of the road
marker, between a line in the direction of the incident light and a line perpendicular to the
leading edge of the reflective surface
(2) Divergence angle shall mean the angle at the reflector between observer's line of sight
and the direction of the light incident on the marker.
Specific intensity shall mean candle power of the returned light at the chosen divergence
and entrance angles for each footcandle of incident light per reflective face. SDHPT Test
Method Tex -842 -B will be used to determine specific intensity.
(3)
(b) Performance
For the pavement markers the specific intensity of the reflecting surface at a 15 degree
divergence angle shall be not less than the following when the incident light is parallel to the
base of the marker.
863 4/17/86 Page 1 Reflectorized Pavement Markers
Horizontal Entrance
Angle Degrees
Specific Intensity
Crystal
Amber
0
3.0
2.0
20
1.5
1.0
The specific intensity of the marker shall not be less than 80 percent of the above minimum
values after being subjected to heat test SDHPT Test Method Tex - 846 -B.
(3) Pavement Marker Types
Pavement markers shall be of the following types:
Type I -A shall contain one face that reflects amber light. The body, other than the reflective
face, shall be yellow.
Type I -C shall contain one face that reflects white Tight. The body, other than the reflective
face, shall be white, silver white or light gray.
Type II -A -A, shall contain two reflective faces, each of which shall reflect amber light. The
body, other than the reflective faces, shall be yellow.
Type II -B -B shall contain two reflective faces with glass covered pneumatic reflective faces,
each of which shall reflect blue light. The body, other than the reflective faces, shall be
yellow.
Type II -C -R shall contain two reflective faces, one of which reflects white light and one of
which reflects red light; the body, other than the reflective faces, shall be white, silver white or
light gray or may be one -half white, silver white or light gray on the side that reflects white
light and one -half red on the side that reflects red light.
The reflective faces of the Type 11 markers shall be located so that the direction from one face
shall be directly opposite the direction of reflections of the other face.
863.3 Testing
The Contractor shall certify that the markers meet the requirements defined in the specification and meet
or exceed the applicable tests required. All testing will be in accordance with the SDHPT manual of Testing
Procedures. Applicable tests include the following:
Tex -611 -J Adhesion Requirements
Tex -430 -A Impact Test
863 4117186 Page 2 Reflectorized Pavement Markers
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Tex -842 -B Light Reflectorbility
Tex -846 -B Color Requirement
Blue markers' color will require Fire Department approval.
863.4 Construction Methods
The Reflectorized Pavement Markers shall be applied using an approved epoxy adhesive to the lines and
spacings as indicated or as directed by the Engineer.
863.5 Measurement
Reflectorized Pavement Marker will be measured as per each, complete in place.
863.6 Payment
Payment will be made at the unit price per each, which price shall be full compensation for all work
performed and all materials furnished in constructing, transporting and placing the markers.
Payment will be made under:
Pay Item No. 863: Reflectorized Pavement Markers - Per Each.
End
863 4/17/86 Page 3 Reflectorized Pavement Markers
7.0 PLANS, DETAILS AND NOTES
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL NOTES
1. All construction shall be in accordance with the City of Austin Standard Construction
Specifications as adopted and amended by the City of Round Rock.
2. If blasting is planned by the Contractor, a blasting permit must be secured from the City of
Round Rock prior to commencement of any construction. Blasting will not be permitted
within 15 feet of any existing utility lines or structures without prior written consent of the
Engineer.
3. Any existing utilities, pavement, curbs, sidewalks, structures, trees, etc., that are damaged or
removed shall be repaired or replaced by the Contractor at no cost to the Owner.
4. The Contractor shall verify all depths and locations of existing utilities prior to any
construction. Any discrepancies with the construction plans found in the field shall be brought
immediately to the attention of the Engineer.
5. Manhole frames, covers, valves, cleanouts, etc. shall be raised to finished grade prior to final
paving construction.
6. The Contractor shall give the City of Round Rock 48 hours notice before beginning each
phase of construction. Telephone 218 -5555 (Public Works Department).
7. All areas disturbed or exposed during construction shall be revegetated in accordance with
the plans and specifications. Revegetation of all disturbed or exposed areas shall consist of
sodding or seeding, at the Contractor's option. However, the type of revegetation must equal
or exceed the type of vegetation present before construction unless otherwise requested by
the property owner.
8. Prior to any construction, the Contractor shall convene a preconstruction conference between
the City of Round Rock, himself the Engineer, other utility companies, any affected parties
and any other entity the City or Engineer may require.
9. The Contractor and the Engineer shall keep accurate records of all construction that deviates
from the plans. The Engineer shall furnish the City of Round Rock accurate "As- Built"
drawings following completion of all construction. These "As- Built" drawings shall meet with
the satisfaction of the Public Works Department prior to final acceptance.
10. The Round Rock City Council shall not be petitioned for acceptance until all necessary
easement documents have been signed and recorded.
Plen96.5mp/b: spews
PDN -1
11. When construction is being carried out within easements, the Contractor shall confine his
work to within the permanent and any temporary easements. Prior to final acceptance, the
Contractor shall be responsible for removing all trash and debris within the permanent and
temporary easements. Clean up shall be to the satisfaction of the Engineer.
12. Prior to any construction, the Contractor shall apply for and secure all proper permits from
the appropriate authorities.
13. Bid Item No. 2: Pavement repair, shall consist of sawcutting, excavating the existing
pavement to a depth of 8 inches, compacting the remaining base, installing in two (2) lifts, a
Type A or Type B hot mix asphaltic concrete base course. The spot areas to be repaired are
shown schematically on the program layout sheets or discussed in roadway construction at
the end of this section. The actual areas to be repaired shall be as laid out by the Engineer
and are apparent and visible as failure areas.
14. Bid Item No. 3: HMAC spot fill and level -up at street cuts, depressions and areas of curb and
gutter replacement, prior to Micro- Surfacing, shall consist of applying a Type D or Type D
modified HMAC level -up course at spot locations as directed by the Engineer. The locations
are generally previous street cuts that have settled below grade and exhibit a rough vehicular
ride, areas around manholes and over utilities line and areas where curb and gutter is being
replaced to eliminate ponding areas and improve the grade line.
15. Bid Item No 4• Remove and replace concrete curb and gutter, shall consist of removing the
existing curb and gutter, excavating to a depth of 8 inches below the bottom of curb,
compacting the subgrade, installing 8 inch minimum Type A or Type B HMAC base course
(in two lifts) and reconstruction the curb and gutter. Where the curb and gutter requires
elevating at existing depressions this shall be accounted for by the installation of the Type A
or B base course. The actual areas to be removed and replaced shall be as laid out by the
Engineer and are apparent and visible as failure or depressed areas. Tooled construction joints
shall be provided where the new curb and gutter meets the existing curb and gutter. If an
existing expansion joint is removed, an expansion joint shall be constructed between the new
curb and gutter and the existing curb and gutter at one end of the repair section, and a tooled
construction joint provided at the other end of the repair section. Payment shall be made
under the Item Remove and Replace concrete curb and gutter, measured by the linear foot,
and shall include all work including but not limited to removal, excavation, compacting sub -
grade, installation of Type A or B HMAC base course, saw cutting, expansion joints, control
joints and restoring disturbed areas.
16. Bid Item No.5: Remove and replace reinforced concrete driveway, shall consist of removing
the existing driveway, adjusting and compacting the subgrade to conform to the planned
grade and replacing the concrete driveway approach. Payment for remove and replace
reinforced concrete driveway or sidewalk, measured by the square foot, shall include all work
necessary to accomplish, this, including but not limited to, removal, compacting and adjusting
. :
PDN -2
Location
Tree
Hermitage Drive
Double yellow centerline extending from Sam
Bass Rd. to approx. 150' beyond S -curve-
including double Type II-A -A reflectorized
pavement marker placed at 40' spacing 1 " -2"
outside the centerline stripe
Woods Blvd.
Double yellow centerline extending from Sam
Bass Rd. 250' to the East with double Type
A -A reflectorized pavement markers at 40'
spacing 1 " -2" outside the centerline stripes,
providing left turn lane approaching Sam Bass
Rd. using 40' of 8" White stripe lane
separation.
Bowman Road
(Full length center turn lane)
Two solid yellowline with skips separating a
turn lane with a single - Type II-A -A
reflectorized pavement markers at 40' spacing
on the inside of each solid line between skips
Creekbend Blvd.
Two white skips- Type II-C -C reflectorized
Pavement markers at 40' spacing
Various Locations at street intersections
12" White stop bar
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
subgrade, sand cushion, sawcutting, expansion joints, restoring adjoining lawn.
17. Bid Item No.6: Remove and replace reinforced concrete sidewalk, shall consist of removing
the existing sidewalk, adjusting and compacting the subgrade to conform to the planned grade
and replacing the concrete sidewalk. Payment for remove and replace reinforced concrete
sidewalk, measured by the square foot, shall include all work necessary to accomplish, this,
including but not limited to, removal, compacting and adjusting subgrade, sand cushion,
sawcutting, expansion joints, restoring adjoining lawn.
18. Bid Item No. 7: Thermoplastic markings (reflectorized) 4 inch width shall be measured and
paid for by the equivalent length of 4 inch width stripe, white or yellow, per linear foot. The
following striping is included in the work.
.gym: specaw
PDN -3
Old Bowman Rd. West
1. Mill along the north side of Old Bowman Road, along a straight line established in the field, generally
two (2) feet north of the asphalt lip that has been created by an overlay in the parking area for the adjacent
apartment complex.
Milling shall extend from said line a minimum of four (4) feet south and the mill depth shall be a
minimum of two (2) inches at said line, tapering to zero (0) inches at the south edge of the mill area
2. Install eighteen (18) inches wide, six (6) inches thick class A concrete ribbon curb along the south side of
Old Bowman Road. Ribbon curb shall be reinforced with two (2)1k 4 bars, said bars shall be placed three
(3) inches from the north edge and south edge of the ribbon curb and at mid - depth, with expansion joints
on forty (40) foot on center and tooled control joints at ten (10) foot on center. Ribbon curb shall slope at
1/4" per foot from the north edge to the south edge. South edge of the ribbon curb shall be twenty-six (26)
feet from the north mill line indicated in section one (1) above. Excavation for the ribbon curb shall be a
minimum of eighteen (18) inches south of the south edge of the ribbon curb and shall extend northward a
minimum of eighteen (18) into the existing asphalt surface. Excavation shall be a minimum of six (6)
inches below the bottom of the ribbon curb across the entire width of the excavated area The existing
pavement shall be saw cut as necessary. The sub -grade shall be thoroughly compacted and a minimum of
six (6) inches of Type A HMAC shall be placed in the excavated area. The ribbon curb shall be
constructed at a elevation to accept a final HMAC overlay thickness of two (2) inches as outlined below in
section three (3). The excavated area on the north side of the ribbon curb shall be filled in with Type A
HMAC to within two (2) inches of the top of the ribbon curb. Said ribbon curb shall extend from North
Mays Street approximately three hundred (300) feet to the west.
3. Construct nominal two (2) inch Type D HMAC overlay across the entire width of the roadway ( from
north mill line indicated in section (1) above to the north edge of the ribbon curb discussed in section (2)
above).
4. Approximately three hundred (300) feet west of North Mays Street to approximately five hundred (500)
feet west of North Mays Street, the city will perform road reconstruction. In this area Contractor shall
install concrete ribbon curb as described in section (2) above along the south side of Old Bowman Road on
the surface prepared by the City. The overlay described in section (3) above shall also be provided in this
stretch of roadway.
Nas96.sapro: spcemv
PDN -4
Burnet Street @ Missouri Pacific Railroad
1. North side of railroad, construct ribbon curb along the east and west sides of Burnet street from the
existing concrete grade crossing to the curbs existing near Bagdad street. Ribbon curb shall conform to the
specifications listed under Old Bowman Road West. Width of roadway shall match existing width near
Bagdad and width of concrete grade crossing. Ribbon curbs shall be placed along a profile established in
the field that provides for a smooth approach to the railroad grade crossing without abrupt grade changes
as much as practical. Note the excavation for ribbon curb shall be from a minimum of eighteen (18)
inches behind the ribbon curb to a minimum of eighteen (18) inches into the existing asphalt surface.
Perform approximately eight (8) square yards of pavement repair on the west side of Burnet begrming
approximately thirty (30) feet from the existing curb return on Bagdad. Saw cut and remove existing
paving at both ends of the construction (i.e.: across the entire width of Burnet Street, a minimum of six (6)
feet at the concrete grade crossing and a minimum of ten (10) feet near Bagdad Street). Provide Type D
HMAC level -up as necessary across the entire width of Burnet Street. Installation of ribbon curbs, removal
of the existing roadway and level -up shall be performed in such a manner to allow for a final Type D
HMAC overlay thickness of two (2) inches nominal over the entire area - The roadway shall be crowned
where appropriate.
2. South side of Railroad, mill the existing pavement on both sides of Burnet Street beginning at the south
end of Park Lane / Burnet Street southeast curb return, extending approximately sixty (60) feet southward
Mill depth shall be two (2) inches at the existing lip of gutter and shall taper to zero (0) inches at a point
four (4) feet toward the street centerline. Install ribbon curb along the west side of Burnet beginning at the
west end of the existing concrete grade crossing and tapering to meet the existing curb and gutter. On the
east side of Burnet, remove and replace approximately forty -five (45) feet of existing curb and gutter
beginning at a field - determined point within the southeast curb return @ Park Lane and extending
southward in order to remove ponding area. Also, remove existing ribbon curb forming the northeast curb
return @ Park Lane and replace with curb and gutter. Face of new curb shall generally be aligned with the
back of the existing ribbon curb and the alignment may be adjusted in the field due to the existing railroad
crossing signal. Saw cut and remove existing paving a minimum of six (6) feet long across the entire
roadway widths on Burnet at both ends and Park Lane. Ribbon Curb shall be constructed per
specifications in (1) above. Both ribbon curb and curb and gutter shall be constructed along a profile
established in the field the provides for a smooth approach to the railroad crossing without abrupt grade
changes as much as practical. Provide Type D HMAC level -up as necessary and nominal two (2) inch
Type- D HMAC final overlay from railroad crossing to south end of mill area.
Pleas96.snipthr. spemav
PDN -5
McNeil Road / Bagdad @ South Mays street underpass
1. For area under bridge, saw cut existing pavement a minimum of ten (10) feet outside of
the bridge columns. Excavate the existing roadway between the saw cuts, thoroughly
compact sub - grade, install minimum eight (8) inch Type A HMAC base course (in two
lifts) and construct noninal two (2) inch Type D HMAC final surface course over entire
area. Saw cutting, excavating and installation of Type A HMAC base copse shall be paid
for under bid item for Pavement Repair and final surface course shall be paid for under bid
item for Type D Overlay. Note the final surface elevations shall not be higher than the
existing pavement elevations.
2. West of Mays, construct curb and gutter on the south side of McNeil Rd. beginning at the
existing curb and gutter extending to the existing driveway to Builders Gypsum. Construct
curb and gutter on the north side of the road beginoi ng at existing curb and gutter
extending to the first driveway encountered. Construct ribbon curb along both sides of the
road, from Builders Gypsum driveway to the bridge on the east side, and up to the
driveway to Lee's Body Shop on the west side. Note that excavation for curb and gutter
and ribbon curbs shall be a ninirmmn of eighteen (18) inches into the existing asphalt
pavement and a ninimum of eighteen (18) inches behind the back of curb. Both ribbon
curbs and curb and gutter in this area shall be paid for under Bid Item for Concrete Ribbon
Crb. The curbs shall constructed to accept a final Type D HMAC nominal overlay
thickness of two (2) inches. Construct pavement repair as directed in the field, saw cut and
remove a ninimum of six (6) feet of the existing pavement across the entire roadway
width at both ends of the construction area, provide Type D HMAC final overlay course,
nominal two (2) inches.
3. Ribbon curb shall conform to the specifications listed under Old Bowman Road West.
PI,, s969mp/b: spec.
PDN -6
r
R =1 / 4"
0
R -1/4
i(1
TOP OF CURB
CUTTER
DOWEL COATING
1•-6"
R =3 1 /2"
SPILL CURB
GRADE CONTROL
A
A
DOWEL ROD
SUPPORTS
R =2 1/2"
CRADE CONTROL
16"
LAY DOWN CURB
i!)
SMOOTH DOWEL
2" MIN
CLEARANCE
CURB EXPANSION JOINT DOWEL DETAIL
L, DoWELS —
) _
SECTION A —A
R=1/4"
DOWEL SLEEVE TO FIT DOWEL
AND BE SECURED
CLOSED END
/8"
4 Canr:nueds
Ribbon Cara
R =2 1 /2
GRADE CONTROL
R =3 1/2"
CATCH CURB
Scale: /� n
N.T.S. gbt11 ^ ' W' ;IY. /t /Ol
A d - �' -b
CURB & GUTTER SECTION
W/ EXP. JOINT DETAIL.
>1
v)
C uiY of ilZounti ;Rack.
Drown by:
B. Ortiz
DETAIL N0.
PLAN SHEET
tQ►� � /�I�tr1.
�11111 �� �°�7 /► �, ��R""'"A�� lig�`
mom
11 111111111 a1i��!�'����� ������� ���'■�f��
ball
�, •,.�,�., _��►.���
•v�i■, � I�
11 �moi'•!%� O���
♦ • • • -fir. • ♦ � L' ♦ ���
Mv
• �t►� -0-11p�E •� RSR +���� __��
■,► VIII
�i
.. , ,Ip 1 111, ,,.
RICHARD REEDY\ MARCDATANSTREET MAINTENANCE PROGRAM
' Old Town Meadows Legend
Area of Interest Maintenance Type
• Level-Up
• Repair
• C&G
DM
SAN
1 •
1
1
1
Ro
� c-F
o r}
c
x
J 4
pW
' RICHARD REEDYMkARCDATAISTREET MAINTENANCE PROGRAM
�� ♦♦ �S ,�,��� '♦�� ��='fir�a
RICHARD REEDY D \ ARCDATAISIREET MAINTENANCE PROGRAM
RICHARD REEDY \D ARCDATA\STREET MAINTENANCE PROGRAM
RICHARD REEDY\DWRCDATA\STREET MAINTENANCE PROGRAM
O
l I\
•
o sj
Dove Creek Legend
Arse of interest
N
III
Maintenance Type
• Level - Up
• Repair
• C&G
.
DIW IW
S
N
t O t s
I Sol g
INN
\IN
e.
411..■
odillmrsomm
I
■i■■I■■■■
■Ri R ■■■■■■■
rommummwmil
v i iiiii � :
� �iu NM
Nol
bi 11111 ow MI
RICHARD REEDY1DWtCDATA\STREET MAINTENANCE PROGRAM