HomeMy WebLinkAboutResolution - 2003-R0227 - Contract For Municipal Buidling Lighting Repairs - Plains Builders, Inc. - 06_12_2003Resolution No. 2003—RO227
June 12, 2003
Item No. 40
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Contract for the Municipal
Building east parking lot lighting repairs, by and between the City of Lubbock and Plains
Builders, Inc. of Amarillo, Texas, and related documents. Said Contract is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council this 12th day o.
ATTEST:
Reb cca Garza, City Secretary
APPROVED AS TO CONTENT:
V{,�..- K. P2��
Victor Kilman, P rchasing Manager
APPROVED AS TO FORM:
City Attorney
gsxcdocs/Contract-Plains Builders Inc.res
June 2, 2003
03 7
FOND CHECK
BEST RATING
LICENSE_ D IN TEXAS
.11� DATE BY
CITY OF LUBBOCK
SPECIFICATIONS FOR
MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS
ITB #046-03/RS
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
ITB #046-03/RS, Addendum #1
r
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167 FAX:(806)775-2164
http://purchasing.ci.Lubbock.tx.us
ADDENDUM #1
ITB #046-03 / RS
Municipal Building East Parking Lot Lighting
Repairs
.,, MAILED TO VENDOR: March 26, 2003
OLD CLOSE DATE: April 2, 2003 @ 2:00 p.m.
PM NEW CLOSE DATE: April 16, 2003 @ 2:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid'(ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. Please find enclosed the revised Bid Form for your bid submittal.
2. The closing date has been changed from April 2, 2003 at 2:00 p.m. to the new closing date of April
16, 2003 at 2:00 p.m.
All requests for additional information or clarification must be submitted in writing and directed to:
Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457
Questions may be faxed to (806) 775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us
THANK YOU,
om
CITY OF LUBBOCK
�* Ron Shuffield
Senior Buyer
It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the
bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or
any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
s.
046-03RSAdd 1
ITB #046-03IRS, Addendum #1
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE:
PROJECT NUMBER: #046-03/RS - MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS
Bid of (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a MUNICIPAL BUILDING EAST PARKING
LOT LIGHTING REPAIRS having carefully examined the plans, specifications, instructions to bidders, notice to bidders
and all other related contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and
contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses
incurred in performing the work required under the contract documents.
ITEM ESTIMATED UNIT TOTAL BID
NO. QTY & UNIT ITEM DESCRIPTION PRICE AMOUNT
1. 4 Each Light bases, including soil excavation, removal and disposal
of existing bases, necessary paving removal, removal and
salvage of light poles and hardware, forming, conduit, anchor
bolts, reinforcement, junction boxes and backfilling with 2-sack
^, cement stabilized caliche, installed complete per each.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #1: Dollars Cents ($ ) ($ )
046-03RSAdd 1
A
ii
ITB #046-03/RS, Addendum #1
2. 5 Each Painting of light poles, to include all surface preparation and
cleanup, replacement of light poles after painting, complete
per each.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
„M TOTAL BID ITEM #2: Dollars Cents ($ ) ($ )
3. Lump
I PMSum Trenching, 6" wide x 30"deep, including concrete pavement
removal and replacement as detailed in areas consisting of
concrete pavement or HMAC paving removal and replacement
as detailed in areas consisting of HMAC paving, steel plating
for vehicular passage, backfilling with 2-sack cement stabilized
caliche and drilling and repair at storage area, complete as
w, shown, per lump sum.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #3: Dollars Cents ($ ) ($ )
4. 50 Sq. Yds. Asphalt paving repair to include existing asphaltic surface and
flexible base removal, new six inch (6") caliche base and one
and one-half inch (1-1/2 ") hot mix asphaltic concrete, TxDOT
Type "D" with three percent (3%) latex polymer (SBR), tack coat,
P " prime coat, emulsion and all necessary earthwork and subgrade
preparation, complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #4: Dollars Cents ($ ) ($ )
5. 50 Sq. Yds. Concrete pavement repair to include existing concrete pavement
removal, new eight inch (8") concrete pavement as detailed,
including jointing as shown and all necessary earthwork and
subgrade preparation, complete per sq. yd.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL BID ITEM #5: Dollars Cents ($ ) ($ )
ws
046-03RSAdd 1
ITB #046-03/RS, Addendum #1
M0
PM
NM
TOTAL MATERIALS (ITEMS 1-5): Dollars Cents ($ )
TOTAL SERVICES (ITEMS 1-5): Dollars Cents ($ )
TOTAL BID AMOUNT (ITEMS 1-5): Dollars Cents ($ )
Option #1 Lump
Sum Horizontal directional boring to consist of HMAC pavement
repairs or concrete pavement repairs as shown to match adjacent
paving, Including backfill of pilot pits, etc. with 2-sack cement
stabilized caliche to subgrade, complete per lump sum.
MATERIALS: Dollars Cents ($ ) ($ )
SERVICES: Dollars Cents ($ ) ($ )
TOTAL OPTION #1:(ADDIDELETE) Dollars Cents ($ ) ($ )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 60 (SIXTY) working days thereafter as stipulated
in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages
the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein
above for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
046-03RSAdd 1
ITB #046-03/RS, Addendum #1
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ ) or a Bid Bond in the sum of Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
"" insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
Bidder acknowledges receipt of the following addenda:
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Addenda No.
Date
Date:
Authorized Signature
(Printed or Typed Name)
Company
Address
City, County
State Zip Code
Telephone: -
Fax: -
M/WBE Firm: I I Woman I Black American Native American
Hispanic American Asian Pacific American Other (Specify)
046-03RSAdd1
ITB #046-03/RS, Addendum #1
ITB #046-03/RS, Addendum #1
P"
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
R, reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock,
furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
.,, Contractor (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME:
(Print or Type )
CONTRACTOR'S FIRM ADDRESS:
i
.a
Name of Agent/Broker:
Address of Agent/Broker:
r City/State/Zip:
Agent/Broker Telephone Number:
Date:
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bidiproposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the Citv of Lubbock at (806) 775-2165.
BID #046-03/RS - MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS
046-03RSAdd 1
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 046-03/RS
PROJECT NUMBER: 9307.8107.20000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
0-4
u�+
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
W"
NOTICE TO BIDDERS
NOTICE TO BIDDERS
ITB #046-03/RS
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401until 2:00
o'clock p.m. on the 2nd day of April, 2003, or as changed by the issuance of formal addenda to all planhoiders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS"
f After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in
the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock p.m. on the 2nd day of April, 2003, and the City of Lubbock City Council will
consider the bids on the 24th day of April, 2003, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be
issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on 26th day of March, 2003 at 10:00 o'clock a.m., in the Planning Conference Room 107, Lubbock, Texas.
Plans and specifications may be obtained from City of Lubbock, Purchasing Department, 1625 13th Street,
Room L04, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's
expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping
charges and must furnish the name of the service to be used and the bidder's account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
n advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at
least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMAN
PURCHASING MANAGER
r
pio GENERAL INSTRUCTIONS TO BIDDERS
P.M
OW4
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish MUNICIPAL BUILDING
EAST PARKING LOT LIGHTING REPAIRS per the attached specifications and contract documents.
Sealed bids will be received no later than 2:00 p.m. CST, the 2nd day of April, 2003 at the office listed
below. Any bid received after the date and hour specified will be rejected and returned unopened to the
bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled
in the lower left-hand corner: "ITB #046-03/RS, MUNICIPAL BUILDING EAST PARKING LOT
LIGHTING REPAIRS" and the bid opening date and time. Bidders must also include their company name
and address on the outside of the envelope or container. Bids must be addressed to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4
The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1
For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting
'
will be held at 10:00 a.m.. March 26th, 2003 in Planning Conference Room 107, Lubbock, Texas. All
persons attending the meeting will be asked to identify themselves and the prospective bidder they
represent.
2.2
It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
3 ADDENDA & MODIFICATIONS
3.1
Any changes, additions, or clarifications to the ITB are made by written bid addenda.
3.2
Any bidder in doubt as to the true meaning of any part of the specifications or other documents may
request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the
event the Purchasing Department deems the interpretation to be substantive, the interpretation will be
made by written addendum issued by the Purchasing Department. Such addendum issued by the
Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will
become part of the bid package having the same binding effect as provisions of the original bid. NO
VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for
..�
interpretation considered, the request must be submitted in writing and must be received by the City of
Lubbock Purchasing Department no later than five (5) days before the bid closing date.
3.3
All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock
..
shall not be legally bound by any amendment or interpretation that is not in writing. Only information
supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in
preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with
any individuals, employees, or representatives of the City and any information that may have been read in
any news media or seen or heard in any communication facility regarding this bid should be disregarded in
preparing responses.
3.4
The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
UTILIZATION OF LOCAL BUSINESS RESOURCES
Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local
resources, and to outline in their bid submittal how they would utilize local resources.
CONFLICT OF INTEREST
9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any
employee, official or agent of the City of Lubbock.
2
N
9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered,
conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment,
advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion
concerning this bid.
10 CONTRACT DOCUMENTS
10.1 All work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for
the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
11 PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source.
Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
made.
12.2 MOWER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS 1. FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATIONTO' BID (ITB) MUST BE
SUBMITTED IN WRITINGN LATER THAN FIVE (5) CALE1.NDAR DAYS PRIOR TO THE BID
CLOSING DATE AND -ADDRESSED TO:
RON SHUFFIELD, SENIOR BUYER
City of Lubbock
a 1625 13'h Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: RShuffield@mail.ci.lubbock.tx.us
13 TIME AND ORDER FOR COMPLETION
13.1 The construction covered by the contract documents shall be fully completed within SIXTY (60)
CONSECUTIVE CALENDAR DAYS from the date specified' in the Notice to Proceed issued by the City of
Lubbock to the successful bidder.
13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided,
however, the City reserves the right to require the Contractor to submit a progress schedule of the work
contemplated by the contract documents. In the event the City requires a progress schedule to be
submitted, and it is determined by the City that the progress of the work is not in accordance with the
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to ensure completion of the project within the time specified.
14 PAYMENT
:~ All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
15 AFFIDAVITS OF BILLS PAID
0*
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
3
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
16 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to
procure a satisfactory project.
17 GUARANTEES
17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against
defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner,
a written general guarantee which shall provide that the Contractor shall remedy any defects in the work,
and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects
appear within ONE year from date of final acceptance of the work as a result of defective materials or
workmanship, at no cost to the Owner (City of Lubbock).
17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and
warrants fault -free performance and fault -free result in the processing date and date -related data
(including, but not limited to calculating, comparing and sequencing) of all hardware, software and
firmware products delivered and services provided under this Contract, individually or in combination, as
the case maybe from the effective date of this Contract. Also, the Contractor warrants calculations will be
recognized and accommodated and will not, in any way, result in hardware, software or firmware failure.
The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the
procedures it intends to follow., in order to comply with all the obligations contained herein.
17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub-
contractor or any third party involved in the creation or development of the products and services to be
delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations
contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and
under this Contract including, but not limited to, its right pertaining to termination or default.
17.4 The warranties contained herein are separate and discrete from any other warranties specified in this
Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the
Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or
any document incorporated in this Contract by reference.
18 PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished, directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
19 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature_to.the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
4
a-,
20 TEXAS STATE SALES TAX
20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
22 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
"necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
23 EXPLOSIVES
23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of
OM the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use
utmost care so as not to endanger life or property and the Contractor shall further use only such methods
as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
23.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
24 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
`telephone number where such local representative may be reached during the time that the work contemplated by
this contract is in progress.
,�• 25 INSURANCE
25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as
required in the General Conditions of the contract documents, from an underwriter authorized to do
business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City
and written notice of cancellation or any material change will be provided ten (10) days in advance of
` cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right
to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this
NOR contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also
shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact
business in the State of Texas and shall cover all operations in connection with this contract, whether
r
performed by the Contractor or a subcontractor, or separate policies shall be provided covering the
operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be
submitted before contract execution.
25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE
CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN
FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE
ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK
ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE
INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH
SUBCONTRACTOR.
26 LABOR AND WORKING HOURS
26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a
diligent effort to complete the contract within the allotted time.
26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the
Contractor must notify the Owner's Representative not less than three full working days prior to the
weekend or holiday he desires to do work and obtain written permission from the Owner's Representative
to do such work. The final decision on whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's Representative.
26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such
condition so that it_ is no longer dangerous to property or life.
27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
28 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
29 PREPARATION FOR BID
29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
in figures, the price written in words shall govern.
29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If
the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
30 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
31 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall
furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be
r-a
7
deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the
bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the
contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
32 BID AWARD
32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. The City of Lubbock reserves the right to accept Bid Items 1 through 5 and Bid Option #1 in
any order or combination that serves its best interest. The low bid shall be determined on the price
combination of Bid Items 1 through 5 and any accepted Bid Options.
32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to
specifications is primary in determining the best low bid. Failure to comply with the specifications may
result in disqualification of the bid.
32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be
cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to
determine possible Anti -Trust violations.
32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than
lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder
would be required to underbid the nonresident bidder in the nonresident bidders' home state.
32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the
State of Texas and under the laws of the State of Texas. In connection with the performance of work, the
Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all
other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the
same may be applicable.
32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR
FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR
GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS
INVITATION TO BID.
No Text
ITB #046-031RS, Addendum #1
^-r
rl
BID SUBMITTAL
UNIT PRICE BID CONTRACT
DATE: q116 0 3
PROJECT NUMBER: #046-03/RS - MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS
Bid of iP � o,-1 S �.�-. d�Ct (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
r
_r Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a MUNICIPAL BUILDING EAST PARKING
LOT LIGHTING REPAIRS having carefully examined the plans, specifications, instructions to bidders, notice to bidders
and all other related contract documents and the site of the intended work, and being familiar with all of the conditions
surrounding the construction of the intended project including the availability of materials and labor, hereby intends to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and
contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses
incurred in performing the work required under the contract documents.
ITEM. ESTIMATED UNIT TOTAL BID
NO. CITY & UNIT ITEM DESCRIPTION PRICE AMOUNT
1. 4 Each Light bases, including soil excavation, removal and disposal
of existing bases, necessary paving removal, removal and
salvage of light poles and hardware, forming, conduit, anchor
bolts, reinforcement, junction boxes and backfilling with 2-sack
cement stabilized caliche, installed complete per each.
MATERIAL;
SERVICES:
TOTAL BID
�c
($ Ii ) ($
046-03RSAdd 1
ITB #046-03/RS, Addendum #1
W"
2. 5 Each
Painting of light poles, to include all surface preparation and
�.
cleanup, replacement of light poles after painting, complete
per each.
MATERIALS: 49, Dn
Dollars Cl o Cents
c�
($
SERVICES: >Q,<-r_>
nVS,tA.'ri . V'V bR?Qollars &ND Cents
($ l ) ($ ?U60D )
4
��
TOTAL BID ITEM #2: Tt.lQ
!!
.,
nQ bA!Q ' �,p � a__v i A r 00 Cents
($ ) ($
3. Lump
Sum
Trenching, 6" wide x 30"deep, including concrete pavement
removal and replacement as detailed in areas consisting of
concrete pavement or HMAC paving removal and replacement
as detailed in areas consisting of HMAC paving, steel plating
for vehicular passage, backfilling with 2-sack cement stabilized
caliche and drilling and repair at storage area, complete as
shown, per lump sum.
-MATERIALS:
:r Dollars 0 -10 Cents
co
($ I D ($ 1'07'� '
SERVICES: `
o� ollars D Cents
($ ) ($�)
TOTAL BID ITEM #3.�,-,
*04toollars CO Cents
($ !� ) ($
i-
4. 50 Sq. Yds.
Asphalt paving repair to include existing asphaltic surface and
flexible base removal, new six inch (6") caliche base and one
and one-half inch (1-1/2 ") hot mix asphaltic concrete, TxDOT
�+
Type "D" with three percent (3%) latex polymer (SBR), tack coat,
prime coat, emulsion and all necessary earthwork and subgrade
preparation, complete per sq. yd.
MATER
SERVIC
TOTAL
($ ($ 'i ly
($ ) ($ D
5. 50 Sq. Yds. Concrete pavement repair to include existing concrete pavement
removal, new eight inch (8") concrete pavement as detailed,
including jointing as shown and all necessary earthwork and
subgrade preparation, complete per sq. yd.
ao
MATERIALS: 4w 0_L ^' AV'0 L sy &� Qollars Cents ($ ' �) ($ 2ZOLO )
SERVICES: tars Cents ($ it
) ($ 5-^; )
i
i cQ
TOTAL BID ITEM #5: t U- Dollars Cents ($ ) ($ )
�.+ 046-03RSAddl - o wpoi5v
TOTAL MATERIALS (ITEMS 1-5):
TOTAL SERVICES (ITEMS 1-5)
TOTAL BID AMOUNT (ITEMS 1
Option #1 Lump
Sum
MATERIALS:
SERVICES
TOTAL OPTION #1
i
Horizontal directional boring to consist of HMAC pavement
repairs or concrete pavement repairs as shown to match adjacent
paving, Including backfill of pilot pits, etc. with 2-sack cement
stabilized caliche to subgrade, complete per lump sum.
r /,1
Ms •
0 Dollars 'c'p
ITB #046-03/RS, Addendum #1
..s
�a
J®r"ii,t
($ ) ($ 72
Qo
($ ) ($ [ Z 0-1�
7 (Amount shall be shown ih both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
•*+ "Notice to Proceed" of the Owner and to fully complete the project within 60 (SIXTY) working days thereafter as stipulated
in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages
the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth herein
above for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
�^ which he has bid; as provided in the contract documents.
00
046-03RSAdd1
PM
ITB #046-03/RS, Addendum #1
W
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ 1 or a Bid Bond in the sum of S�fo Dollars
($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary Icontract documents,
insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
Pursuant to Texas Local Government Code 252.043(a), a
competitive sealed bid that has been opened may not be
changed for the purpose of correcting an error in the bid
price. THEREFORE, ANY CORRECTIONS TO THE BID
PRICE MUST BE MADE ON THE BID SUBMITTAL FORM
PRIOR TO BID OPENING.
(Seal if Bidder is a Corporation)
ATTEST:
Se
Bidder acknowledges receipt of the following addenda:
Addenda No. Date 3 lZto 1,0,3
... Addenda No. Date
Addenda No. Date
Addenda No. Date
am
M/WBE Firm: Woman Black American
PW Hispanic American Asian Pacific Anne
0
Date:
Authorized Signature 0
(Printed or Typed Name
f Ia.)VA- 5 -E ,, I lees , e- ,
Company
D fox 700�
Address/I
41
City, Texc� s county C? J l
State Zip Code
Telephone: 0 o(o - 5- -s- - g t 9 %
Fax: IF 0 (9 - 36-`f o// Z--
046-03RSAddl
ITB #046-03/RS, Addendum #1
ern
POOR
LIST OF SUBCONTRACTORS
Minority Owned
Yes CLo l
A.
01
2.
3. d-r,rL��t1- 1.a2�YL�1'
., 4.
5.
6.
7.
8.
9.
A
10.
n
r*
046-03RSAdd1
ITB #046-031RS, Addendum #1
P"
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock,
furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal.
Contractor (Signature) Contractor (Print)
CONTRACTOR'S FIRM NAME:
or Type
CONTRACTOR'S FIRM ADDRESS: F'-0 k�,
A
Name of Agent/Broker:
Address of Agent/Broker: 00 LW
City/State/Zip:��fl
Agent/Broker Telephone Number: (moo) 7{z_7�ca
Dater
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bidlproposal and
award the contract to another contractor. If you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #046-03/RS - MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS
r,
046-03RSAdd 1
ft
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we Plains Builders, Inc. .
(Here insert full name and address or legal title of Contractor)
-P.O. Box 7008, Amarillo, TX 79114
as Principal, hereinafter called the Principal, and Travelers Casualty. and Surety Company
of America, P.O. Box 660055, Dallas, TX 75266-6055nsertfuunameandaddressorlegaltiteof rety►
a corporation duly organized under the laws of the State of Connecticut
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock, TX
(Here insert full name and address or legal title of Owner)
w
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount of Bid-------
--------------------------------------------------------- Dollars($ 5% ?,
�* for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors; administrators, successors and assigns, jointly and severally, firmly by
these presents.
o* WHEREAS, the Principal has submitted a bid for Project No. 046-03/RS Municipal Building
(Here insert full name, address and description of project)
East Parking Lot Lighting Repairs
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material fumished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect.
Signed and sealed this 16th day of April , 2003
Plains Build rs, Inc.
t ` Q (Principal) ff (Seal)
e fitness) By: ) i/r cG f% I �t c ►1
(Ti )
Travelers Casualty and Surety
f�—COMDany of America
(Sur (Seal)
(Witness) t
James P. Bo enz (Title) Att rney-'n-fact
AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20MG y
® Prlrrted on Recycled Paper 9193
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS
Naperville, Illinois 60563-8458
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make,
constitute and appoint: Lee Napier, William L. Hamilton, Jr., James J. Bovenzi, Diane Mosley or Lily Garza * *
of Amarillo, TX, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s):
by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
not exceeding the sum of FIFTY MILLION (SS0,000,000.00) DOLLARS per bond * •
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
FOR VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
re the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys-ir.-Fact and Agents pursuant to the power prescribed in his or her certificaie or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect:
e.� VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
i.. 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 in the future with respect to any bond or
undertaking to which it is attached.
(8-97)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND
SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate
seals to be hereto affixed this 18th day of November, 1999.
STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
} SS. Hartford FARMINGTON CASUALTY COMPANY
COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF HJ INOIS
MaSURfry J,,�.1Y ANG pAsll,� �p uWE>Y
�.� Cw�s 4g @G9� �l7 4pPPoq,
w, ORD. a HA "ORD. < C7 19 8 2 p SEAL By
CONN. o Z • ; 1071 g
George W. Thompson
Senior Vice President
On this 18th day of November, 1999 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the
above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate
seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing
Resolutions thereof.
My commission expires June 30, 2001 NotaryPublic
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the
State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in
full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the
Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 16th day of
April > 2003
Mp SUII(r� 1Y Aft pAsu,q� µlp SURETI.
�
9 ,uORO. a HARTFORD, i G ] 9 8 2� O SEAL y
^oru+ CONN. o z ` ; 197, Kori M. Johanson
1 Iwo,
°�f d1 nN� `y • ►`' S Assistant Secretary, Bond
No Text
Statutory Payment Bond Pursuant to Chapter 2253
Of The Texas Government Code
(Public Work)
(Penalty of this Bond must be 100% of Contract Amount)
KNOW ALL MEN BY THESE PRESENTS, That Plains Builders, Inc.
P.O. Box 7008
'* Amarillo, TX 79114
(hereinafter called the Principal), as Principal, and
Travelers Casualty and Surety Company of America
P.O. Box 660055
Dallas, TX 75266-0055
(hereinafter called the Surety), as Surety, are held and firmly bound unto Cityy of Lubbock
1625 13th Street
Lubbock, TX 79401
(hereinafter called the Obligee), in the amount of Thirty-two Thousand Thirty-two and No/100 ------
-------------------------------------------------------------------------------------------------------- Dollars ($ 32,032.00 )
for the payment of whereof the said Principal and Surety bind themselves and their heirs,
administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee,
.- dated the 12th day of June , 2003 for
Bid #046-031RS — Municipal Building East Parking Lot Lighting Repairs, Lubbock, TX
which contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said
Principal shall pay all claimants supplying labor and material to him or a subcontractor in the
prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to
remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter
2253 of the Texas Government Code and all liabilities on this bond shall be determined in
accordance with the provisions, conditions and limitation of said Chapter to the same extent as if it
were copied at length herein.
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 anywise 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 this instrument this
26th day of June 2003
Plains Builders, Inc.
B:
Travelers Casualty and Surety Company of America
PM
Witness A�am J. Bovl2,,n ,, torney- n- t
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
0M TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS
Naperville, Illinois 60563-8458
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make,
constitute and appoint: Lee Napier, William L. Hamilton, Jr., James J. Bovenzi, Diane Mosley or Lily Garza * *
of Amarillo, TX, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
.�, acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s):
by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
not exceeding the sum of FIFTY MILLION ($50, 000, 000. 00) DOLLARS per bond
�., and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys-ir.-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and 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 in the future with respect to any bond or
undertaking to which it is attached. rI* -
am (8-97)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND
SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate
seals to be hereto affixed this 18th day of November, 1999. PV
STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
}SS. Hartford FARMINGTON CASUALTY COMPANY
COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ]LLINOIS
*,'A sun(?, J,,%.(Y A)Vp� GASfJq! � SU y�
OOPPOR.,��
7 ORTF D. f' ¢ HARTFORD, i 0 ' 1 9 3 2� O SEAL gy
'ONH s CONN. r
,0 George W. Thompson
Senior Vice President
On this 18th day of November, 1999 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the
above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate
seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing
Resolutions thereof.
G.TET
OMy commission expires June 30, 2001 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the
State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in
full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the
Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 25th day of
June , 2003
,a SUllfry J�`IY ANp GASQ4 ,SiD SURFTy _
Owl �L OP,POR,,T 'ro v
3 wRfFORD. ¢ HARTFORD, < t7 1 9 8 2� C' 4 SEAL 3c B7
coNN CONN, n z ; ,s�, Kori M.
i"O �6rJa7 ��lINO�y
Johanson
Assistant Secretary, Bond
Travelers" � '
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& Surety Company, Travelers Indemnity Compay, Standard Fire Insurance Company
and/or Farmington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
1500 Market Street
West Tower, Suite 2900
., Philadelphia, PA 19102
(267) 675-3130
(267) 675-3102 Fax
You may contact the Texas Department of Insurance to obtain the information on
companies, coverages, rights or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252-3439
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and
does not become a part or a condition of the attached document and is given to comply
with Section 2253-021, Government Code, and Section 53.202, Property Code, effective
• September 1 2001.
ra
0
Travelers
IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE
COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused by
certain acts of international terrorism. We are providing you with
this notice to inform you of the key features of the Act, and to let
you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for certain
losses caused by international acts of terrorism as defined in the
Act. The Act further provides that the Federal Government will pay
a share of such losses. Specifically, the Federal Government will
pay 90% of the amount of covered losses caused by certain acts of
terrorism which is in excess of Travelers' statutorily established
deductible for that year. The Act also caps the amount of terrorism -
related losses for which the Federal Government or an insurer can
be responsible at $100,000,000,000.00, provided that the insurer
has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or bond
being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
- coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
ILT-1018 (2/03)
f.
m"
CERTIFICATE OF INSURANCE
DATE (MMlDDlYY)
ACORDT CERTIFICATE OF LIABILITY INSURANCE 06/19/03
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
HRH of Amarillo (C) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1800 Washington, Suite 400 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
g ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
F.. P O Box 1149
Amarillo, TX 7 910 5 -114 9 "- INSURERS AFFORDING COVERAGE
INSURED INSURER A:EMC Mutual Casualty Co
.+ Plains Builders, Inc. INSURER B:EMCASCO Insurance Company
P. O. Box 7008 INSURERc:Texas Mutual Insurance Company
Amarillo, TX 79114 ...
ow!
e+�
rp
M
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRI
LTR
TYPE OF INSURANCE
POLICY EFFECTIVE POLICY EXPIRATION
POLICYNUMBER I D T MM! / LIMITS
A
GENERAL LIABILITY
1D8745703
12/01/02 III
12/01/03 EACH OCCURRENCE $1, 000, 000
X !COMMERCIAL GENERAL LIABILITY
I
FIRE DAMAGE (Any one fire) $10 0 , 0 0 0
CLAIMS MADE] OCCUR
I
ME D EXP (Any one person) !; $5 , 0 0 0
Xj
Ded : 1, 000
PERSONAL & ADV INJURY ! $1 , 0 0 0, 0 0 0
GENERAL AGGREGATE I $2 , 000, 000
GEN'LAGGREGATE LIMITAPPLIESPER:
PRODUCTS-COMP/OP AGGI $2 , 0 0 0, 0 0 0
,i LO
POLICY F-I PRCJECT--C
I
B
AUTOMOBILE
LIABILITY
11E8745703
12/01/02 12/01/03 COMBINED SINGLE LIMIT 1$1
X
i ANYAUTO
000 000
(Ea accident) i
ALL OWNED AUTOS
SCHEDULEDAUTOS
BODILY INJURY
I (Per person) $
I
HIRED AUTOS
j X
X
NON -OWNED AUTOS
N
BODILY INJURY � $
(Per accident)
PROPERTY DAMAGE $
(Per accident)
AGE LIABILITY
j AUTO ONLY- EAACCI DENTI $
ANY AUTO
I EA ACC $
OTHER THAN
�—
I
AUTO ONLY: AGG $
A
EXCESS LIABILITY Y 1J8745703 ! 12/O1/02 12/01/03 EACH OCCURRENCE 52, 000, 000
OCCUR—J CLAIMS MADE; j AGGREGATE s2,000,000
! I$
^�
I,
DEDUCTIBLE $
X�RETENTION $10000 !$
C
WORKERS COMPENSATION AND TSF0001053095 ' 12/O1/02
112/01/03 ORYLIMITS' IOER
EMPLOYERS' LIABILITYI !
I E.L. EACH ACCIDENT $1 , 000, 000
E.L.DISEASE-EAEMPLOYEE $1 , 0 0 0, 0 0 0
E.L. DISEASE -POLICY LIMIT. $1 0 0 0, 0 0 0
OTHER
i
I
j
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS AD DED BY ENDORSEMENT/SPECIAL PROVISIONS
Proj: Municipal Building East Parking Lot Lighting Repairs - ATB#046-03\RS
Certificate holder shown as Additional Insured on the Auto & General
Liability policies and favored with Waiver of Subrogation on the Auto,
General Liability and Workers Compensation policies as respects above
named project.
,, City of Lubbock
P O Box 2000
Lubbock, TX 79457
W.
CANCELLATION
SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATETHEREOF,THE ISSUING INSURER WILLENDEAVORTO MAIL 10_ DAYSWRITTEN
/i NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT, BUTFAILURE TO DOSOSHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER,ITSAGENTS OR
REPRESENTATIVES.
AUTHORIZED P SENTATIye1,
ACORD25-S(7/97)1 of 2 #S37129/M34253
KSW '19.aORD CORPORATION 1981
w-,
R-
r�
eW
P",
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD25-S(7l97)2 of 2 #S37129/M34253
r■+a
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
e` (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
"" (4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF
INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN
ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR
IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT
THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE
CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE
.n DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
0
lW
..
a-
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this
rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during
the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services. ❑
P.
F.
CONTRACT
P-
0
ft
EM
PL.Rins BUILDERS, Inc.
BUILDING THE PLAINS SINCE 1958
'�i v "')f �.�+bbock Purchasing Department
:"I( , = 0
L.ub�J7j{;<<. i eXa,!w� 79457
Attn:
fllewa consider this the authorization for Dan Koeiting, Secretary for Plains Builders,
inc. ) eaaa-cuments for the Citv of Lubbock for Plains Builders.. lrc.
Dated: July 9. 2003
fax: 806-354-0112
mailing: PO Box 7008 • Amarillo TX 79114-7008
PLAINS BUIL ERS, INC.
By: C __
Tim Koetting, Vice -•Pr ident
By:
1�1�et ng, Vice- resident
phone: 806-355-8191
shipping: 7110 Canyon Dr • Amarillo TX 79109-7002
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 12"' DAY OF JUNE, 2003 by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so,
hereinafter referred to as OWNER, and PLAINS BUILDERS, INC. of the CITY OF AMARILLO, COUNTY OF RANDALL,
and the STATE OF TEXAS hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #046-031RS - MUNICIPAL BUILDING EAST PARKING LOT LIGHTING REPAIRS $32,032.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lub�pck, Lubbock County,
Texas in the year and day first above written. _ ��
ATTEST:
Cit Secretary
ATTEST:
Corporate Secretary
i
CITY OF IOBXOCK, TF�tAS (OWNER)
By:
MARC GAL, MAYOR
CONTRACTOR:
PLAINS BUILDERS, INC.
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Plains Builders, Inc.
PO Box 7008
Amarillo, TX 79114
i
1
P"
o"R
e�►
rIR
/e*4
o.R
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit PLAINS BUILDERS, INC. who has agreed to perform the work embraced in this
contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative LARRY HERTEL, CITY ENGINEER, so designated who will
inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be
authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will
act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or
persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
„� 1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
^" and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
ra
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make_ such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or. otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
23. CHANGES AND ALTERATIONS
!^- The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
r* work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
�.- 24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
.-. extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available_to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
PM
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work.or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived. ,
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
6
0
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
■-' All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A
CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF
LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE
CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A
STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR
PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO
PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS
,q COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR.
A. General Liability Insurance (Additional Insured and Waiver of Subrogation required)
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000.00 Combined
Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, LO Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required)
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000.00 Combined Single Limit,
"" 7
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required)
The Contractor shall have Umbrella Liability Insurance in the amount of $0 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required)
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.00.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
LQ
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
^� for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
^` the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
9
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured. _
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate. _
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(I) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of _
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
10
P"
01%
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
n
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
t• to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project,,for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
r" 11
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in anyway,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
12
P"
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $200.00 (TWO HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially
completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages
the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount
agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and
is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
.�, It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
13
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in tfiis locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in anyway, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
14
ki
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
^" receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
^^ agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
r" Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided in this contract.
A.,
15
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
16
W
Am"
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
^+ have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
17
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
18
0
54.. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
,^ the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
.. products or byproducts and/or asbestos.
.,
., 19
CURRENT WAGE DETERMINATIONS
0"
P-
ow
w"
RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Asbestos Worker
Asbestos Supervisor
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -Heavy
Equipment Operator -Light
Fire Sprinkler Fitter -Journey
Fire Sprinkler Fitter -Apprentice
Floor Installer
Glazier
Insulator-Piping/Boiler
Insulator -Helper
Iron Worker
Laborer -General
Mortar Mixer
Painter
Plumber
Plumber -Helper
Roofer
Roofer -Helper
Sheet Metal Worker
Sheet Metal Worker -Helper
Welder -Certified
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Hourly Rate
11.50
12.00
7.50
9.00
12.50
12.50
7.00
11.00
7.00
9.00
11.00
15.00
8.00
10.00
9.00
18.00
10.00
9.50
10.50
10.50
7.00
11.00
6.00
6.00
9.50
12.50
7.00
9.00
7.00
10.00
7.00
11.00
1
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrical Repairer -Equipment
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor -Trailer
Truck Driver -Heavy
Truck Driver -Light
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Hourly ate
9.00
7.50
9.00
7.50
12.50
6.50
8.00
6.50
6.00
6.75
9.00
7.00
9.00
9.00
9.00
9.00
9.00
8.00
10.25
7.00
7.50
8.50
8.00
7.00
2
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the Fair Labor Standards Act.
3
n
SPECIFICATIONS
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING DEPARTMENT
MUNICIPAL BUILDING EAST PARKING LOT
ELECTRICAL REPAIRS
PROJECT NO.9307
®� see
*
ROBERT A. JETTER
V ri6 �.'°v�vue
MUNICIPAL BUILDING EAST PARKING LOT
ELECTRICAL REPAIRS
."
PROJECT NO.9307
o"
PAINT AND ELECTRICAL SPECIFICATIONS
om
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING DEPARTMENT
SUPPLEMENTARY PAINT AND ELECTRICAL SPECIFICATIONS
1.1 GENERAL
a,
The construction and materials for this parking lot improvement project shall conform to
the following specifications in addition to the City of Lubbock Street/Drainage
,K Engineering Standard Paving Specifications.
1.2 SPECIFICATIONS
Any references to these specifications, American Society of Testing and Materials,
Uniform Building Code, National Electrical Code, Steel Structures Painting Council,
National Fire Protection Association, American National Standards Institute or other
applicable standards or requirements which are included in these specifications or
associated plans shall be the latest edition and revision thereof.
2.1 PAINT
-^ At least thirty (30) days prior to beginning any painting related operation the Contractor
shall submit, to the Engineer for approval, technical data sheets, including MSDS, on all
materials to be used. All paint materials are to be delivered in sealed original labeled
containers. No paints are to be thinned without approval of the Engineer. The method of
application of the primer or any of the finish coats shall be approved by the Engineer. All
coating materials shall be the product of a single manufacturer. All paints shall be ready -
mixed and mixed in metal pails.
2.2 SURFACE PREPARATION
Existing painted surfaces are to be sanded to remove all loose finished coatings and loose
primer. Remove oil, grease, dust, dirt, loose rust and any other contaminants. Glossy
surfaces of old paint films must be clean and dull.
Use a one coat fast dry modified alkyd spot primer with a low volatile organic compound
(VOC) recommended by the paint manufacturer. Manufacturers primer instructions and
label directions must be read and followed. Spot blast back at least one (1") into sound
film, feathering the edges. Primer must be applied the same day as the old surface
removal. The primer shall conform to all applicable Occupational Safety and Health Act
(OSHA) regulations. Application temperatures and methods are to be as recommended
by the manufacturer and approved by the Engineer. Primed surface must be inspected and
approved by the Engineer prior to applying the first finish coat. The surface must be dry
at the time of priming.
2.3 FINISH COATS
An acrylic alkyd enamel paint is to be used as recommended by the manufacturer and
approved by the Engineer. The total coating thickness is to be a total minimum of five (5)
mil dry film thickness (DFT). A minimum of two (2) coats will be required to be applied
using a method recommended by the manufacturer and approved by the Engineer. The
., initial coat is not to be applied until the moisture content of the surface is within the
limitations as recommended by the paint manufacturer and approved by the Engineer. No
exterior painting is to be done immediately after a rain, during foggy weather, when rain
is predicted, when the temperature is below 50 degrees F, the relative humidity above 85
% or in dusty conditions as determined by the Engineer. The length of drying time
between each successive coat shall comply with the manufacturers recommendations and
Engineers approval. The dry film thickness of each coat is to be uniform with no surface
runs, sags, skips or other defects.
The surface must be inspected and approved by the Engineer immediately prior to each
coat. Additional coats shall be applied at no cost to the City, if necessary to completely
hide the base materials and achieve the minimum dry film thickness. The entire coat is to
be refinished where any portion is not acceptable as approved by the Engineer.
Contractor is responsible for removal of all paint applied, accidentally or purposely,
outside limits of light poles and bolt covers at no cost to the City.
3.1 ELECTRICAL
Existing concrete bases at lights #1, #2, #4, and #5 are to be removed and disposed. All
concrete pavement and HMAC pavement to be removed shall be sawcut. Proposed
concrete bases are to be backfilled with 2-sack cement stabilized backfill material to
subgrade.
Existing conductors, grounds and etc. are to be removed as necessary. Contractor is to
make all disconnects for proposed work. Contractor is not to tie into existing conductors
or conduits without approval of Engineer. Contractor is to make all conduit and junction
box connections at each light standard. Contractor is to "fish" new wire through the
PVC's to all five (5) light standards from storage area. Contractor is to run wire into
storage area of Municipal Bldg. Contractor is to leave a "run" of approximately twenty
(20) feet in excess of length of PVC to be used by others to connect to future control
panel.
3.2 CONDUITS
Existing fiber conduits and concrete sleeves are to be removed and disposed as necessary.
Conduits shall be complete and include installation of pipe and any other pipe connection
as required to comply with applicable codes. Pipe installation shall be as such to allow for
future installation. Grade and horizontal alignment shall be maintained using equipment
considered standard for this type of work and as approved by the Engineer.
3.3 ELECTRICAL WIRING
Existing electrical wiring is to be removed and disposed as necessary. Proposed wiring is
to meet all National Electrical Code ratings.
3.4 MATERIAL
Conduit shall be constructed and installed using only pipe and pipe connections approved
by the National Electrical Code and the Engineer. All pipe, connections, electrical wiring,
junction boxes and conductors are to be approved by the National Electrical Code and by
the Engineer.
0
pm
..,
om
P"
0
IZQ
MUNICIPAL BUILDING EAST PARKING LOT
ELECTRICAL REPAIRS
PROJECT NO.9307
MEASUREMENT AND PAYMENT
r+
MEASUREMENT AND PAYMENT
GENERAL
The unit price or lump sum price bid on each item, as stated in the proposal, shall include
furnishing all labor, superintendence, machinery, equipment and materials necessary or
incidental to complete the various items of work in accordance with the plans and
specifications. Cost of the materials or work shown on or which can be reasonably
inferred from the plans or the intent thereof for which there is no separate pay item is to
be included in the bid items listed. All quantities for payment shall be determined by the
Engineer.
1. LIGHT BASES
Measurement of this item shall be per each. This unit price shall be full compensation for
all light base work excluding pavement repair. This work includes soil excavation,
removal and disposal of existing bases forming, conduit, anchor bolts, reinforcement,
backfilling with 2-sack cement stabilized caliche and all manipulations, labor, tools,
equipment, trench safety, traffic provisions, barricades and other incidentals as necessary
to complete the work as herein specified.
W
2. LIGHT POLE PAINTING
Measurement of this item shall be per each. This unit price shall be full compensation for
all painting related work. This work includes removal of all existing poles and hardware,
all surface preparation, replacement after painting, and all manipulations, labor, tools,
equipment, traffic provisions and other incidentals necessary to complete the work as
herein specified.
3. TRENCHING(6"WIDE X 30" DEEP)
Measurement of this item shall be lump sum. This unit price shall be full compensation
for all work outside the limits of pavement repair and soil excavation required to
construct light bases as detailed or as shown. This unit price shall include pavement
repair outside light base limits, soil excavation, soil disposal, supplying and installing
conduit as shown, installing subsequent electrical wiring as required for lighting
operations and all manipulations, labor, tools, equipment, traffic provisions (steel plating,
as directed) barricades and flagmen and other incidentals as necessary to complete the
work as herein specified.
P"
PIR
R
4. ASPHALT PAVING REPAIR
Measurement of this item shall be made of the actual surface area of asphalt paving
removed and replaced as detailed or as shown to exclude the area to be trenched and is to
be paid per square yard. This unit price shall be full compensation for all work, including
subgrade preparation, saw cutting the ditched edge, six inch (6") caliche base, laying one
and one-half (1—'/2") compacted Type "D" Hot Mix Asphaltic Concrete pavement,
including three percent (3%) latex polymer (SBR), prime coat, tack coat and emulsion;
including all manipulations, labor, tools, equipment, traffic provisions, barricades and
flagmen and other incidentals necessary to complete the work as herein specified.
5. CONCRETE PAVING REPAIR
Measurement of this item shall be made of the actual surface area of concrete paving
repair as detailed or as shown to exclude the area to be trenched and is to be paid per
square yard. This unit price shall be full compensation for all work, including all
excavation or fill, blading, wetting and rolling, loading, hauling and stockpiling all excess
excavated material, reinforcement furnishing and placing all materials, jointing, all
manipulations, labor, tools, equipment and incidentals necessary to complete the work.
Mez
now
e-R
MUNICIPAL BUILDING EAST PARKING LOT
ELECTRICAL REPAIRS
PROJECT NO.9307
"` STANDARD PAVING SPECIFICATIONS
CITY OF LUBBOCK
STREET / DRAINAGE ENGINEERING
STANDARD PAVING SPECIFICATIONS
."
October 5, 2001
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING
STANDARD PAVING SPECIFICATIONS
TABLE OF CONTENTS
SECTION
PAGE NUMBER
1.1
GENERAL
1
1.2
Specifications
1
1.3
Warranty and Acceptance
1
1.4
Testing and Inspection
2
1.5
Cleanup and Site Restoration
2
1.6
Notification of Property Owners
2
1.7
Protection of Utilities and Irrigation Systems
2
1.8
Water for Construction
3
2.1
CONCRETE
4
2.2
Classification
4
2.3
Mix Design
5
2.4
Strength Requirements
6
2.5
Cement
6
2.6
Aggregate
6
2.7
Flowable Fill
7
2.8
Water
7
2.9
Admixtures
8
2.10
Reinforcing Materials
8
2.11
Joints
9
2.12
Joint Sealing Materials
9
2.13
Curing Compounds
10
2.14
Forms for Concrete
10
2.15
Placing and Finishing Concrete
11
3.1
SUBGRADE
12
4.1
FLEXIBLE BASE (CALICHE)
13
4.2
Materials Tests
13
r" 4.3
Flexible Base Construction
14
0-4
^` 5.1
ASPHALT STABLIZED BASE (ASB)
14
5.2
ASB Mix design
15
5.3
Placing ASB
15
' 5.4
ASB Compaction
16
6.1
HOT MIX ASPHALT CONCRETE SURFACE (HMAC)
16
woo
6.2
Thickness of HMAC Surface
17
6.3
Mix Design
17
„.„ 6.4
Coarse Aggregate
19
6.5
Fine Aggregate
19
6.6
Asphalt
20
.-. 6.7
Placing HMAC
20
6.8
Compaction
21
6.9
Prime and Tack Coats
22
--6.10
Emulsified Asphalt Sealer
23
7.1
STORM SEWER
23
7.2
Reinforced Concrete Pipe
23
7.3
Mortar
23
7.4
Preformed Bituminous Gasket Joints
23
7.5
Manholes
24
7.6
Manhole Frames and Covers
25
7.7
Construction Methods
25
7.8
Excavation
26
7.9
Pipe Installation
27
7.10
Backfilling
28
7.11
Trench Protection
29
8.1
FENCES
30
9.1 SALVAGE OF ASPHALT PAVING 30
10.1 BARRICADES 30
.= 11.1 PROSECUTION OF THE WORK
AND WORKING DAYS 31
11.2 Working Days Definition 31
11.3 Work Between November 1 and January 2 32
m
12.1
MEASUREMENT AND PAYMENT
32
12.2
Curb and Gutter
33
12.3
Concrete Flat Slabs
33
12.4
Curb Ramps
33
12.5
Concrete Drainage Channel
33
12.6
Retaining Wall or Curb on Drain Channel or Curb Ramp
33
12.7
Concrete Median
34
12.8
Concrete Street Paving
34
., 12.9
Sawing and Sealing Joints
34
12.10
Storm Sewer Inlet Boxes and Manholes
34
12.11
Headwalls
34
..12.12
Storm Sewer Pipe
35
12.13
Extra Vertical Feet of Manhole
35
12.14
Curb and Gutter Removal
35
--12.15
Concrete Slab Removal
35
12.16
2 Sack Flowable Fill
35
12.17
Asphalt Paving
36
12.18
Asphalt Paving Repair
36
12.19
Excavation and Grading
36
12.20
Ditch Grading and Unpaved Street Surface Grading
36
13.1
STANDARD DETAILS
37
Street Crown Elevations
Typical Asphalt Street Cross -sections
Typical 24 inch Curb and Gutter
Typical 30 inch Curb and Gutter
Concrete Valley Gutter
Alley Return and Alley Paving
Tee Alley
Typical Handicap Ramp
0
CITY OF LUBBOCK
STREET / DRAINAGE ENGINEERING
STANDARD PAVING SPECIFICATIONS
1.1 GENERAL
The construction and materials for any City of Lubbock Street/Drainage Engineering
,.., project shall conform to the following specifications and associated plan sheets. Any
construction or materials failing to meet the requirements of these specifications or
the plan sheets shall be removed and replaced at the Contractor's expense. No
consideration will be given to requests for reduced payments, except as specified, or
extended warranties for construction or materials not in conformance with these
specifications or the plan sheets.
The Engineer may require certificates from manufacturers certifying that materials or
equipment to be incorporated into the work meet these specifications. Material Safety
Data Sheets (MSDS) shall be required on all materials. All materials or equipment shall
be subject to approval by the Engineer before being incorporated into any project. After
approval, the source and/or character of materials shall not be changed without written
authorization by the Engineer
The term Engineer used in these specifications may refer to the City of Lubbock City
Engineer or an individual designated by the City Engineer to administer these
specifications and associated plans.
1.2 SPECIFICATIONS
Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated
tests, procedures, quality standards, or requirements which are included in these
specifications or any associated plans shall be the latest edition and revision thereof.
When information indicated on plan sheets is different from these specifications, the
information on the plans shall govern.
1.3 WARRANTY AND ACCEPTANCE
--� All equipment, materials, and construction incorporated into any project covered by these
specifications shall be guaranteed against defective material and workmanship. Prior to
final acceptance, the contractor shall furnish to the Engineer, a written guarantee which
jo..
shall provide that the contractor shall remedy any defects in the work, and pay for
any and all damages of any nature whatsoever resulting in or from such defects when
such defects appear within one year from the date of acceptance of the work. The
determination of the necessity during the warranty period for the contractor to repair or
replace the'work in whole or in part shall rest with the Engineer.
1.4 TESTING AND INSPECTION
All work shall be inspected and/or tested by a representative designated by the Engineer,
who shall have the authority to halt construction when, in his opinion, construction is
being performed contrary to these specifications or associated plans. Whenever any
portion of these specifications or associated plans is violated, the Engineer may order that
portion of construction which is in violation to cease until such violation is corrected.
Contractor shall cooperate with the Engineer in providing for sampling and testing
procedures.
r Upon completion of construction, the contractor shall flood all paving improvements
within the project. Any improvements holding water one quarter inch or more in depth,
or extending more than 10 feet in length shall be removed and replaced.
1.5 CLEANUP AND SITE RESTORATION
After any construction covered by these specifications is completed, the Contractor shall
remove all equipment, surplus materials, and rubbish from the site. The contractor shall
restore all disturbed areas to their original condition satisfactory to the Engineer.
1.6 NOTIFICATION OF PROPERTY OWNERS
The contractor shall be responsible for maintaining positive communication with adjacent
property owners. The contractor shall notify all affected property owners with respect to
pending construction, restricted access, and driveway locations.
1.7 PROTECTION OF UTILITIES AND IRRIGATION SYSTEMS
The plans show only approximate locations of utilities as obtained from various utility
companies. It is not implied that all utilities or accurate locations are shown on the plans.
'• It is the contractor's responsibility to familiarize himself with all utilities and locations.
The contractor shall comply with all laws, ordinances, and regulations with respect to
utility notification and protection, including Underground Facility Damage Prevention
Notification Centers.
PM
W
"M
On all projects the contractor shall exercise care not to damage any sanitary sewer pipe,
manholes, storm sewers, water lines, valves and boxes, communication cables, power
cables, gas lines, nor any other pipe or utility. The contractor will be responsible during
the construction period for damages to any utilities.
Irrigation systems affected by construction shall be properly repaired with materials equal
the existing system. The repairs shall be pressure tested to the satisfaction of the
Engineer prior to being covered.
1_8 WATER FOR CONSTRUCTION
The City will not furnish water at no charge for construction. To use City water for
construction the contractor shall acquire a water meter for use on a City fire hydrant, and
will be charged the applicable rate for the quantity of water used.
The contractor shall contact Lubbock Power and Light Customer Service Department
(775-2509) and establish a utility account. The contractor must pay the current deposit
for a fire hydrant meter. After the account is established and the deposit is paid, the
�^ contractor may pick up a meter from the City Water Department at 600 Municipal Drive.
Fire hydrants shall be operated only by use an approved fire hydrant wrench. No pipe
wrenches, or other unapproved devices, shall be used to open and close a fire hydrant.
For top loading trucks or containers the contractor shall provide a back flow prevention
assembly on the discharge side of the meter. The backflow prevention assembly shall be
in the form of two spring loaded ball check valves. When filling the truck or container
there shall be an air gap of at least two times the opening diameter of the truck or
container.
For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ)
type backflow prevention assembly. All Reduced Pressure Zone type back flow
prevention assemblies must be tested, and the test results approved by the City prior to
use. The test results shall be sent to the City of Lubbock Water Utilities Department,
Meter and Customer Service Supervisor for approval.
In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow
Prevention", the City representatives are authorized to suspend water use from a fire
hydrant by a contractor until the proper and correct backflow prevention devices are
installed.
W"
AM
2.1 CONCRETE
These specifications shall govern Portland cement concrete used for curb and gutter,
valley gutters, alley paving, sidewalks, street paving, drainage channels. The concrete
shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C 94.
The concrete shall be transported to the project location in approved Revolving Drum
Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall
be continuously mixed during transit.
No patching of any nature shall be allowed in repairing any damage to concrete
improvements. Where damage occurs, the section shall be removed to the nearest joints
and shall be replaced with new construction. Small cracks with no evidence of
displacement may be repaired with epoxy, only where approved by the Engineer.
r
All concrete shall have 5%, plus or minus 1-1/2%, air entrainment in conformance with
ASTM C 260.
2.2 CLASSIFICATION
The following City of Lubbock classes of concrete shall be used:
Class A Curb and gutter, sidewalks, curb ramps, drainage channels,
medians, inlet boxes, headwalls, junction boxes, driveways, and
retaining walls.
Class B Alley returns and alley paving.
Class C Valley gutters, fillets, and concrete street pavement.
Class D LPL encasements
Class E Fast setting concrete pavement such as "Fast Track" Concrete
Pavement or, other special design.
rd
a
2.3 MIX DESIGN
Twenty to thirty days prior to beginning any concrete construction the contractor shall
submit the following to the Engineer for approval:
1. Test certificates from an approved commercial testing laboratory on all
proposed aggregate. Certificates shall indicate material source, gradation, and
loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%)
2. A mix design based on water -cement ratio.
3. Results of compression tests in conformance with ASTM C 39 and/or flexural
tests in conformance with ASTM C 78, made by an approved commercial testing
laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times
appropriate to the class of concrete.
The City Engineer will approve or reject the mix design and materials based on these
submittals. This approval shall be subject to additional testing during construction.
Mix designs for various classes of concrete shall conform to the following:
Minimum Sacks
Maximum Gal
Maximum Slump
Class
Cement per CY
Water per Sack
Inches
A
5.0
6.5
4
B
5.5
5.5
3
C
6.0
6.0
3
D
4.5
6.5
4
E
7.0
5.0
As specified by
concrete batch plant
5
P"
2.4 STRENGTH REQUIREMENTS
The various classes of concrete shall conform to the following strengths in psi as
determined by the average of two test cylinders or beams.
COMPRESSIVE FLEXURAL
Class 3 Day 7 Day 28 Day
A - 2100 3000 -
B 2500 3000 - -
C - 2500 3600 600 (28 day)
D - - 2500 -
E Unless otherwise specified 500 (16 hr)
2.5 CEMENT
Cement shall be Type I, Type II, or Type III cements conforming to ASTM C 150
"Standard Specification for Portland Cement". Air entrained cement shall be Type IA,
Type IIA, or Type IIIA conforming to ASTM C 175 "Specification for Adding Air
Entraining to Portland Cement" and ASTM C 226 "Standard Specification for Air -
Entraining Portland Cement".
2.6 AGGREGATE
Concrete aggregate shall consist of natural, washed and screened sand, and washed and
screened gravel or clean crushed stone conforming to ASTM C 33. The aggregates shall
be well graded from coarse to fine with a maximum size of 1-1 /2 inches, and shall
conform to ASTM C 136.
All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, or
organic impurities.
Coarse aggregate for Class C or E concrete shall be crushed limestone ( Brownwood type
or equivalent).
2
.,
Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C 136.
The gradation for aggregate shall meet the following requirements by weight:
FINE AGGREGATE COARSE AGGREGATE
Sieve Percent Retained Sieve Percent Retained
3/8 inch 0 1-3/4 inch 0
No. 4 0-5 1-1/2 inch 0-5
No.16 20-55 3/4inch 30-65
No. 30 45-75 3/8 inch 70-90
No. 50 70-90 No. 4 95-100
No. 100 98-100
Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87.
Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C
117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum
amounts of friable particles shall conform to ASTM C 142.
Stockpiles shall be protected from dusty conditions by drift fences or other methods
approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll
^+ down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of
uniform thickness. Equipment shall not be permitted to operate over the same lift
repeatedly.
P"
2.7 FLOWABLE FILL
Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement
content of 2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility
ditches within the right of way, and other areas as specified. Utility ditches in existing
paved streets shall be backfilled with flowable fill from the bottom of the ditch to the
paving surface.
2.8 WATER
Water shall be clean, clear, free from oil, acid or organic matter and free from injurious
amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26.
0
7
.,
0
n-4
0w»
2.9 ADMIXTURES
Admixtures may be applied to the concrete mix design when approved by the Engineer to
achieve any desired special properties. Chemical admixtures shall conform to ASTM C
494. Chemical admixtures shall not be used as a substitute for Cement.
Mineral admixtures such as Fly Ash and Natural Pozzolans in conformance with ASTM
C 618 may be used with Types I, II, and III Portland Cement only when approved by the
Engineer. Only Class C or Class F fly ash may be used, if approved by the Engineer.
When fly ash is used, "cement" in relation to mix design shall be defined as "cement plus
�., fly ash". Fly ash may constitute 20% to 30% by absolute volume of the cement as
approved by the Engineer.
2.10 REINFORCING MATERIALS
GENERAL - All concrete, except for curb and gutter, shall incorporate wire mesh or fiber
reinforcement, and/or other reinforcement as indicated on plan sheets. Metal
reinforcement shall be grade 40 (40KSI) unless indicated otherwise on plan sheets.
All steel reinforcing materials shall be securely held in proper position with devices
appropriate to the type of reinforcement used, subject to approval by the Engineer.
�. STEEL - Wire mesh shall conform to ASTM A 185, and shall be 6"x 6"-10 gauge welded
wire fabric, or size as indicated on plan sheets. Reinforcing bars shall be open-hearth
basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM
A 615 and ASTM A 305. Steel reinforcing materials stored at any location shall be
protected from accumulations of grease, mud or other foreign matter, and rust producing
materials. When incorporated into construction, steel reinforcement shall be free from
rust, scale, oil, mud, and structural defects.
Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces,
and deformations. Sleeves or wrapping shall be as indicated on plan sheets.
Chairs shall be used to support the reinforcing steel in the correct position while concrete
is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of
adequate size to positively hold the reinforcing materials in position.
FIBER - Fiber reinforcement may be used in place of wire mesh only if approved by the
City Engineer. Fiber reinforcement shall be either 100% virgin polypropylene, collated,
OW
W"
0"
fibrillated fibers specifically manufactured for use as concrete reinforcement, containing
no reprocessed olefin materials, or steel fibers equivalent to Novocon Xorex. The
quantity of fiber reinforcement used shall be in conformance with the manufacturer's
recommendation or as directed by the Engineer.
The minimum physical characteristics on the fiber shall be as follows:
Specific Gravity
Tensile Strength
Length
2.11 JOINTS
0.91
70,000 psi to 110,000 psi
3/4"
Curb and gutter (Class A concrete)shall be constructed with an expansion joint at the
tangent point of each return at intersections and at intervals not more than 40 feet between
the intersections. The 40 foot intervals may be omitted for machine placed curb and
gutter. Construction joints formed by removable metal templates accurately shaped to the
,A cross-section of the curb and gutter shall be located at the midpoint of each section
between expansion joints, or as directed by the Engineer. Tooled contraction joints, cut at
least one quarter the concrete depth, shall be placed at 10 foot intervals.
Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold
joint. Tooled contraction joints, cut 1/2 inch wide 2 inches deep, shall be placed at 13
foot intervals. Alley paving contraction joints shall be sealed with an asphaltic sealer.
Street Paving (Class C or E concrete) shall be constructed with contraction and expansion
joints as indicated on plan and detail sheets. Unless otherwise specified, the joints shall
be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half
inch. Joints shall be saw cut within 12 hours of placement of the concrete paving. The
joints shall be sealed with an elastomeric system as specified in section 2.12.
Valley gutters and fillets shall be constructed with tooled construction joints. The joints
shall be sealed with an elastomeric system as indicated in section 2.12.
2.12 JOINT SEALING MATERIALS
Bituminous premolded expansion joint material shall conform to ASTM D 1751, and
shall be placed as indicated on plan sheets or elsewhere in these specifications.
Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.
OJ
W
0"
Meadows "SOF-SEAL" or "GARDOX" as required by plan sheets. Hot poured sealant
for joints between Portland cement concrete and Bituminous concrete shall conform to
ASTM D 3405. Hot poured joint sealant for all other joints in Portland cement concrete
pavement, shall conform to ASTM D 3406. Cold poured joint sealant shall conform to
ASTM C 920.
Elastomeric joint sealant shall be mixed and applied in accordance with the
manufacturer's recommendations. Prior to application, joints shall be cleaned by
sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an
effective seal against moisture and solid particles. The sealant shall be a soft, highly
flexible, rubber like material after curing which shall not track, flow, crack, or break
when exposed to hot and cold temperature extremes typical of local conditions.
Backer rod used with elastomeric sealant shall be 25% greater in diameter than the joint
... width. It shall be made of polyethylene foam or other material as recommended by the
sealant manufacturer. Compression of the backer rod material shall be approximately
25% shrinkage at 8 psi applied stress. The material shall not melt, shrink, evaporate, or
�* absorb water, and shall be compatible with the application of the sealant to be used.
2.13 CURING COMPOUNDS
All fresh concrete surfaces shall be completely covered with a liquid membrane forming
curing compound and the application shall conform to ASTM C 309 and TxDOT Item
"Membrane Curing".
No other methods of moisture retention on fresh concrete shall be used unless specifically
approved by the Engineer.
A..
2.14 FORMS FOR CONCRETE
Forms for concrete construction shall be set to the lines and grades established by the
Engineer after subgrade has been prepared. The forms shall be held together and in place
in such a manner that they will not move during the placing and working of the concrete.
The forms shall be cleaned and oiled prior to placing concrete. Face forms and
.., construction joints (removable metal plates) shall be set to hold the concrete in place until
it is to be finished.
Forms that are warped or damaged in any manner so as to make them unacceptable to the
Engineer shall not be used.
10
0—
A"
Eiz
Forms for radii shall be set in the same manner as straight forms, and shall be set to
produce curves true to the plans. Face forms will not be required for curb and gutter on
radii if a true section can be obtained by other methods acceptable to the Engineer.
2.15 PLACING AND FINISHING CONCRETE
Concrete shall be placed as close to its proper location as practical. Sufficient concrete
shall be placed to allow for shrinkage and extra material for finishing. The concrete shall
be floated and troweled to the approximate section. No water shall be added during
placement or finishing of any concrete, unless specifically authorized by the
Engineer.
For curb and gutter removal of face forms and finishing shall be started after a partial set
occurs. For all concrete construction approved forms, templates, and tools shall be used
—� to form the cross -sections indicated on plan or detail sheets.
Concrete shall not be placed when the ambient temperature is below 40 degrees F as
�* determined by the National Weather Service continuous broadcast. Concrete shall not be
placed on frozen subgrade. The contractor shall have available sufficient covering
material, approved by the Engineer, to immediately protect concrete placed less than 6
hours should the air temperature fall below 33 degrees F. This protection shall remain in
place as long as the temperature continues below 32 degrees, to a maximum of 5 days.
No salt or other chemical admixtures shall be added to the concrete to prevent freezing.
All concrete placed for pavement shall be consolidated by use of mechanical vibrators
approved by the Engineer and designed to vibrate the concrete internally. Vibrators shall
be operated in a manner not to interfere with joints, and shall not come in contact with
forms. The surface of concrete street paving shall incorporate a heavy broom finish, or
tined finish if indicated on plans. All other concrete surfaces shall be completed with a
light broom finish.
Finished concrete surfaces shall not have irregularities in excess of 1 /8 inch when tested
with a 10 foot straightedge. Prior to acceptance, the contractor shall apply sufficient water
to all concrete and paving to determine locations of ponding. Ponded areas shall be
removed and replaced. Any concrete construction damaged by equipment, tools, vandals,
or other influences shall be replaced at the contractor's expense.
11
Foi
OF" 3.1 SUBGRADE
Subgrade material for concrete or asphalt construction shall consist of suitable native soil
or off site soil, free from vegetation or other objectionable matter. All unstable or
objectionable material shall be removed from the subgrade and replaced with approved
material. The material shall be suitable for forming a stable embankment and shall meet
the following requirements:
Liquid Limit 45 maximum
Plasticity Index 15 maximum
Linear Shrinkage 2 min - 10 max
Subgrade material which does not meet the above requirements may be conditioned with
lime or caliche screenings. The conditioning shall produce a uniform subgrade material
t- which meets all of these specified subgrade requirements
Subgrade shall be prepared in conformance with the lines and grades shown on the plans,
WR or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of
Standard Proctor Density at a moisture content 1 % to 2% below optimum. Subgrade
shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall
®" be 6 inches minimum for streets 36 feet wide or less, 12 inches minimum for streets
greater than 36 feet wide, or as indicated on plan sheets.
The compaction method for subgrade shall provide for each lift to be compacted to the
specified density using appropriate equipment. After each section of subgrade is
complete, tests as determined necessary by the City Engineer will be made by the City of
Lubbock Testing Lab with respect to moisture and density using nuclear testing
equipment. At any time the City Engineer may require proof rolling on streets or alleys
with a 25 ton pneumatic roller, or equivalent, to test the uniformity of compaction.
All utility ditches shall be determined to be stable prior to construction of subgrade over
such utility ditch.
Any fill placed within existing or proposed street right of way in execution of an
approved cut and fill plan shall meet these specifications for materials and construction.
Cut and fill operations shall comply with Chapter 25 of the City of Lubbock Code of
Ordinances.
Subgrade which has become wet, or otherwise altered, after completion may be subject to
retesting and reprocessing as determined by the Engineer.
12
P"
0
4.1 FLEXIBLE BASE (CALICHE)
The material for flexible base shall consist of crushed caliche, limestone, calcareous clay
particles, conglomerate, gravel, sand, or other approved granular materials produced from
oversize quarried aggregate, sized by crushing and produced from a naturally occurring
single source. Blending of sources shall be allowed only if both sources individually
meet the requirements of these specifications. If material characteristics within the
approved source change, the material shall be subject to retesting and re -approval prior to
continued use. The Contractor shall not change material sources without approval by the
Engineer.
All base material sources are subject to approval by the Engineer. Approved sources that
do not test consistently within the limits of these specifications during construction may
be rejected by the Engineer.
4.2 MATERIAL TESTS
Flexible base material shall conform to the following test requirements:
Sieve Analysis
Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40
%Retained 0 0-10 10-35 30-50 45-65 70-85
Atterberg Limits
Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the
following requirements:
Liquid Limit 45 maximum
Plasticity Index 15 maximum and 3 minimum
Linear Shrinkage 10 maximum
Wet Ball Mill
When tested in accordance with Tex- 116-E (Wet Ball Mill) the material shall have a
value not to exceed 55. The percent of material passing the #40 sieve shall not increase
by more than 25 during the test.
13
RR
M" 4.3 FLEXIBLE BASE CONSTRUCTION
Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing
aw, base material. Approved flexible base material shall be hauled in vehicles of uniform
capacity and dumped evenly along the project length for processing and compaction.
Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each
course shall be wetted and rolled with a pneumatic roller as required to produce a uniform
compaction of 95% minimum of Standard Proctor Density at a moisture content 1 % to
2% below optimum. At any time the Engineer may require proof rolling with a 25 ton
pneumatic roller to ensure uniform compaction of base. Processing for compaction of
caliche base with a sheeps foot type roller will not be permitted.
The base shall be maintained by blading, watering, or other methods until the wearing
surface is placed. Windrow caliche shall not be removed until the base has passed finish
-� inspection. Base which becomes wet, or other wise altered, may be subject to retesting
and reprocessing as determined by the Engineer.
*-+ The compacted flexible base shall be finished and shaped immediately proceeding the
application of the surface treatment. All loose or unconsolidated material shall be
removed and the surface moistened and rolled with a steel wheel roller. All irregularities,
'^ depressions, or weak spots which develop shall be corrected by scarifying, adding or
removing material as required, reshaping, and recompacting, or other methods approved
by the Engineer.
Any deviation in the surface of the finished base in excess of 3/8 inch from the
established grade or true cross-section, using a 10 foot long straight edge, shall be
corrected as provided above.
5.1 ASPHALT STABILIZED BASE (ASB)
Asphalt stabilized base shall consist of a compacted mixture of graded gravel aggregate
and asphalt cement mixed hot in a mixing plant in accordance with these specifications.
Unless otherwise specified, the materials and construction shall conform to TxDOT Item
,., "Asphalt Stabilized Base" (Plant Mix). The contractor's plant and equipment are subject
to approval by the Engineer, and shall be appropriate and in suitable condition to produce
the base material consistently in compliance with these specifications.
Samples of the compacted ASB will be removed by City personnel from locations
designated by the Engineer to determine composition, compaction, thickness, and
14
6
density. The contractor shall replace the pavement removed from core holes at no cost to
the City. ASB found to be deficient in composition, compaction, thickness, or density
shall be corrected at the contractor's expense as directed by the Engineer.
5.2 ASB MIX DESIGN
The contractor shall provide a current mix design using the approved materials indicating
gradation and optimum asphalt content. The aggregate mixture shall conform to the
following master gradation:
Sieve Size 1-1/2" 3/4" 1/2" #4 #40
Percent Retained by Weight 0 8-30 30-55 50-70 70-90
Material passing the #40 sieve shall be known as soil binder and shall meet the following
requirements:
Liquid Limit shall not exceed 45
^' Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed 5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the
pugmill for mixing with asphalt.
The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic
material. The mineral aggregate shall conform to the gradation requirements specified.
The percent asphaltic material shall be determined in accordance with Test Method Tex.-
126-E or Test Method Tex.-204-F and procedures outlined in TxDOT Bulletin C-14. In
no case shall the asphalt content be less than 4% or more than 9% by weight. Asphalt for
the mixture shall meet the requirments of TxDOT Item "Asphalt, Oils, and Emulsions".
The grade of asphalt and source must be approved by the Engineer prior to use.
The contractor shall submit the mix design prepared by a qualified lab for approval by the
Engineer. The Engineer will approve the asphalt content to be used in the mixture after
design tests have been made with the aggregate to be used. The asphalt content of the
.� production mixture shall not vary from the design more than 0.2% dry weight based on
total mixture.
5.3 PLACING ASB
ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the
15
MM
P"
PM
Engineer. Prior to placing ASB, the subgrade shall be prepared as previously specified
The cross-section shall be constructed to form the specified crown on the HMAC surface
at the centerline of the street, or as indicated on the plans.
ASB shall not be placed when the air temperature as reported by the National Weather
Service is below 45 degrees F and falling. During June, July, and August ASB shall be
placed at a temperature between 255 and 285 degrees F. During other months ASB shall
be placed at a temperature between 275 and 325 degrees F. Any ASB material that is
above, or below the specified temperature range may be rejected by the engineer. No
payment will be made for any rejected material.
The ASB material shall be spread on the approved prepared surface using an approved
spreading machine. The material shall be placed in such a manner that when properly
compacted the finished course is smooth, of uniform density, and in conformance with
the cross -sections and grades shown on the associated plans.
5.4 ASB COMPACTION
The ASB shall be compacted thoroughly and uniformly with approved rollers. Rolling
shall be continued until no further increase in density can be obtained and all roller marks
^' are eliminated. Compaction shall be completed before the ASB mixture cools below 185
degrees F.
The compacted ASB shall conform the cross -sections, lines, and grades shown on the
plans or as directed by the Engineer. The surface shall be smooth and have a uniform
texture acceptable to the Engineer.
6.1 HOT MIX ASPHALT CONCRETE SURFACE (HMAQ
Hot mix asphalt concrete surface shall consist of a compacted mixture of coarse
aggregate, fine aggregate, mineral filler (if required), and asphalt cement mixed hot in a
mixing plant in accordance with these specifications. Unless otherwise specified, the
materials and construction shall conform to TxDOT Item "Hot Mix Asphalt Pavement".
The contractor's plant and equipment are subject to approval by the Engineer, and shall
be appropriate and in suitable condition to produce the HMAC surface consistently in
compliance with these specifications. Approval of the source and character of the
�- materials shall be obtained from the Engineer prior to use.
The combined mineral aggregate , after final processing by the mixing plant and prior to
addition of asphalt and mineral filler, shall have a sand equivalent value of not less than
16
Iwo
.+a
45 when tested in accordance with Test Method Tex 203-F. The percent of flat of
elongated slivers of stone for any aggregate shall not exceed 25% when tested in
MR accordance with Test Method Tex 224-F.
Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be
conditioned with either lime or liquid anti -stripping agent approved by the Engineer.
Anti -stripping agents shall meet requirements of TxDOT Item "Asphalt Anti -stripping
Agents", and shall be added at the manufacturer's recommended dosage and temperature
range
Core samples of the HMAC surface will be removed by City personnel from locations
designated by the Engineer (minimum of 2 cores per 600 foot block) to determine
composition, compaction, thickness, and density. HMAC surface found to be deficient in
•- composition, compaction, thickness, or density shall be corrected at the contractor's
expense as directed by the Engineer. The contractor shall replace the pavement removed
from core holes at no cost to the City.
6.2 THICKNESS OF HMAC SURFACE
The thickness of HMAC surface shall be one and one half (1-1/2) inches, unless
otherwise indicated on plans. If only one core measures zero to 1 /4 inch less than
required thickness no corrective action shall be required. If two or more cores measure at
least 1/4 inch less than the specified thickness, the HMAC surface shall be considered
deficient with respect to thickness. Additional cores will be taken at 25 foot spacing to
define the limits of deficiency.
No additional compensation will be made to the contractor for thickness of HMAC
surface greater than specified.
6.3 MIX DESIGN
Type "D" HMAC shall be used on streets 36 feet or less in width. Type "C" HMAC shall
be used on streets greater than 36 feet in width, and strip paving (no curb and gutter).
The contractor shall provide a current HMAC mix design using the approved materials
indicating gradation and optimum asphalt content.
17
MR
WO
The aggregate mixture shall conform to the following master gradation:
Type "C" (Coarse Graded Surface Course - Streets
greater than 36 feet wide)
Percent passing 7/8"
100
Percent passing 5/8"
98-100
Percent retained on 3/8"
12-25
Percent retained on No. 4
15-30
Percent retained on No. 10
12-30
Total percent retained on No. 10
53-65
Percent retained on No. 40
10-20
r-
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1-6
Type "D" ( Fine Graded Surface Course - Streets 36 feet or less wide)
Percent passing 5/8"
100
Percent retained on 3/8"
0-15
Percent retained on No. 4
30-50
Percent retained on No. 10
12-30
Total Retained on No. 10
53-65
Percent retained on No.40
10-20
Percent retained on No. 80
5-15
Percent retained on No. 200
5-15
Percent passing No. 200
1-6
Material passing the No. 40 sieve shall be known as soil binder and shall meet the
following requirements:
Liquid Limit shall not exceed 45
Plasticity Index shall not exceed 15
Linear Shrinkage shall not exceed 5
The mineral aggregate shall not contain more than 0.5% moisture prior to entering the
pugmill for mixing with asphalt.
rdz
The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt
material. The percent asphalt in the mixture shall be determined to meet the Marshall
Stability criteria as follows:
Marshall Criteria Type "C" Type "D"
No. Blows (each end of specimen)
Stability (Lb.)
Flow (units of 0.01 inch)
,.� Percent Air Voids
6.4 COARSE AGGREGATE
75 50
1500 1200
8 min 16 max 8 min 18 max
2 min 5 max 3 min 6 max
The coarse aggregate shall be the material retained on a No. 10 sieve, and shall consist of
clean, tough, durable fragments of crushed stone of uniform quality. Mixing or
combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate
shall be crushed to the extent that produces a minimum of 50% crushed faces for Type
"D" HMAC, and 55% crushed faces for Type "C" HMAC, when tested in accordance
with Test Method Tex 460-A.
Coarse aggregate shall have a maximum loss of 15% when subjected to 4 cycles of the
Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays,
loams, or particles coated therewith, or other undesirable materials shall not exceed 2
percent. When subjected to the Los Angeles Abrasion Test, the coarse aggregate shall not
have a loss greater than 40 percent by weight.
6.5 FINE AGGREGATE
The fine aggregate shall be that part of the material passing the No. 10 sieve and shall
consist of sand and/or screenings. The plasticity index of that part of the sand passing
the 40 sieve shall not exceed 6. The plasticity index of the screenings shall not exceed 9.
„! Sand shall be composed of durable stone particles free from injurious foreign matter.
Screenings shall be of the same or similar material as specified for coarse aggregate.
Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or
other material dust approved by the Engineer. The mineral filler shall be free of foreign
and other injurious matter and shall meet the following gradation:
Percent by Weight Retained on No. 30 Sieve 0
Percent by Weight Retained on No. 80 Sieve 10 maximum
Percent by Weight Retained on No. 200 Sieve 35 maximum
19
OW
W
6.6 ASPHALT
Asphalt shall be AC 10 with Latex (3% by weight of asphalt), or performance grade 64-
'� 28 S or L. The contractor shall notify the Engineer of the source of asphaltic material for
approval prior to production of the asphaltic mixture. The optimum asphalt content shall
be determined by the Marshall Stability method. The percent asphalt content in HMAC
surface shall be optimum plus 0.25% as indicated by Marshall Stability for streets for
Type "C" HMAC, and optimum plus 0.5% for Type "D" HMAC. The asphalt content of
,., the paving mixture shall not be below optimum, or vary from the specified design asphalt
content by more than plus 0.3 percent dry weight, based on total mixture.
r- 6.7 PLACING HMAC
HMAC surface shall be constructed to a minimum compacted thickness of 1-1/2 inches.
The pavement shall be constructed on the previously approved base.
Air temperature requirements for placing HMAC shall be as follows:
November 1 to April 1
HMAC shall not be placed when the air temperature is below 55 degrees F and falling.
HMAC may be placed when the air temperature is above 50 degrees F and rising.
April 1 to November 1
HMAC shall not be placed when the air temperature is below 50 degrees F and falling.
HMAC may be placed when the air temperature is above 45 degrees and rising.
Air temperature shall be determined by the National Weather Service hourly report. If the
temperature of any HMAC, measured while passing through the lay down machine, is 25
degrees F more or less than the mixing temperature, the load shall be rejected. No
payment will be made for rejected material.
The asphaltic mixture shall be dumped and spread on the approved prepared surface using
an approved spreading and finishing machine. The material shall be placed in such a
manner that when properly compacted the finished course is smooth, of uniform density,
,. and in conformance with the cross -sections and grades shown on the associated plans.
Raking loose material back across the HMAC mat will not be permitted. Wings of the
laydown machine may not be dumped unless they are dumped after every load.
20
OM
POA
mom
A level up course, 1/2 inch or more in thickness, shall require the use of ASB or a coarse
grade of HMAC approved by the Engineer.
When the asphaltic mixture is placed in a small area where use of a finishing machine is
not practical, the contractor may use other methods approved by the Engineer provided a
satisfactory surface can be obtained.
Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly
high so that when compacted it will be 1 /4 inch above the curb or flush structure.
All joints shall present the same texture, density, and smoothness as other sections of the
course. The joints between old and new pavements or between successive day's work
shall be made to insure a continuous bond between the old and new sections of the
course. The transverse edges of old pavement and, if required by the Engineer, the
successive day's pavement shall be cut with an approved concrete saw to expose an even
vertical surface for the full thickness of the course. All contact surfaces of previously
constructed pavement shall be painted with a thin uniform coat of hot Bituminous
material before the fresh mixture is placed.
6.8 COMPACTION
Using appropriate rollers approved by the Engineer, the pavement shall be compacted
thoroughly and uniformly to a density consistent with the density developed in the
laboratory Marshall test method of molding stability specimens. At a minimum one
tandem roller weighing not less than 8 tons, two pneumatic rollers with a weight capable
of being uniformly varied from 275 to 550 psi per inch width of tire tread, and one three
wheel roller weighing not less than 10 tons shall be provided for each job. Additional
rollers shall be provided by the contractor if needed.
Rolling with three wheel and tandem rollers shall start longitudinally at the sides and
proceed toward the center of the pavement, overlapping on successive trips by at least
half the width of the rear wheels. Alternate trips of the roller shall be slightly different in
length. On super -elevated curves rolling shall begin at the low side and progress toward
the high side.
Rolling with pneumatic rollers shall be done as directed by the Engineer and shall be
continued until required compaction is obtained and all roller marks are eliminated.
21
r-,
0
"'' The motion of the rollers shall be slow enough to avoid displacement of the mixture.
Rollers shall not be permitted to stand on pavement which has not been fully compacted.
Any displacement of the mixture shall be corrected immediately by the use of rakes and
fresh mixture where required.
Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the
pavement when rollers are in operation or standing.
Places inaccessible to the rollers may be compacted using lightly oiled tamps. Trenches
and other limited areas where required compaction cannot be obtained using a three
wheel roller shall be compacted with a trench type roller.
The surface of the pavement after compaction shall be smooth and true to the established
line, grade, and cross-section. When tested with a 10 foot straight edge placed parallel to
the centerline of the roadway, or other means acceptable to the Engineer, the maximum
deviation shall be not exceed 1/8 inch in 10 feet. An acceptable 10 foot straight edge
shall be provided by the contractor. Any point in the surface not meeting this requirement
shall be corrected as directed by the Engineer. When placed on existing surfaces, the 1/8
inch maximum deviation requirement may be waived by the Engineer.
6.9 PRIME AND TACK COATS
Prior to placing HMAC on flexible base, the surface shall be primed using an application
of 0.20 gallons of MC-30 asphalt per square yard of surface.
Before any asphaltic mixture is laid, the surfaces against which the pavement is to be
placed shall be cleaned to the satisfaction of the Engineer. The surfaces shall be given a
uniform application of tack coat using asphaltic materials of this specification. The tack
coat shall be applied as directed by the Engineer with an approved sprayer. Where the
pavement mixture will adhere, as determined by the Engineer, to the surfaces on which it
is to be placed without the use of a tack coat, the Engineer may waive the requirement for
the tack coat. All contact surfaces of curbs, structures, and joints shall be painted with a
thin uniform tack coat. The tack coat shall be rolled with a pneumatic tire roller as
directed by the Engineer.
The asphaltic material for tack coat shall meet the requirements for Cut -Back Asphalt
RC-2, or shall be a Cut -Back Asphalt made by combining 50 to 70 percent by volume of
�._ the asphaltic material as specified for the paving mixture with 50 to 30 percent by volume
of gasoline and/or kerosene. If RC-2 Cut -Back Asphalt is used, it may, upon direction
from the Engineer, be diluted by addition of an approved grade of gasoline and/or
kerosene, not to exceed 15 percent by volume.
22
Am
."
6.10 EMULSIFIED ASPHALT SEALER
All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting
of a 15/85 mixture of an MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water.
The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to
below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard
of surface.
7.1 STORM SEWER
Storm sewer shall include installation of pipe, manholes, inlet structures and outlet
structures. Contractor shall use only materials, tools, methods, and equipment considered
standard by the pipeline construction industry, and approved by the Engineer. Grade and
a. horizontal alignment shall be maintained using a laser or batter boards.
7.2 REINFORCED CONCRETE PIPE
Storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in
place. The pipe shall conform to the requirements of AASHTO M-170 or ASTM C-76.
'* Pipe shall be Class III unless otherwise noted on plan sheets.
7.3 MORTAR
Mortar shall be used for caulking and filling between pipe and drainage structures.
Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar
sand. The Portland cement shall conform to the requirements of ASTM C-150, Type I.
The sand shall conform to the requirements of ASTM C-144. Hydrated lime maybe
added to the mixture of sand and cement in an amount equal to 15% of the weight of
cement used. The hydrated lime shall meet the requirements of ASTM C-6.
Mortar which has not been used after 45 minutes of having water added shall be
discarded. Mortar may not be retempered by having water added.
7.4 PREFORMED BITUMINUS GASKET JOINTS
Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the
requirements of Fed. Spec. SS-S-00210 (GSA-FSS), and shall be Ram-Nek or approved
equal. Gaskets shall be installed in accordance with manufacturer's recommendations
•+� and shall form a water -tight joint.
23
r,
rW*
7.5 MANHOLES
Manhole barrel, cone and extension sections shall be constructed of precast concrete. A
plant inspection may required for production facility inspection and to review record -
keeping for material certification.
The manufacturer must provide certification that all materials used for manufacturing
meet with the following ASTM Specifications.
Aggregates ASTM C-33
Cement ASTM C-150
�.. Sampling Specimens ASTM C-39
Reinforcing ASTM C-185
Sand and Mortar ASTM C-144
Precast concrete sections for manholes shall conform to ASTM C-478 specifications.
Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi.
Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications.
Joints, excepting grade rings, shall be tongue and groove or an equivalent male and
female type joint as approved by the Engineer. All joints shall be effectively jointed to
prevent leakage and infiltration. All connections between wall sections shall be joined
with Conseal Joint Sealant or approved equal to provide a watertight manhole. This
sealant will be provided by supplier and will be considered an essential part of each
shipment.
All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be
reinforced with the same percentage of steel as risers and tops and will also meet ASTM
C-478 specifications. Adjusting rings, as well as all precast concrete manhole products,
shall be smooth, uniform in size and dimensions, consistent in components throughout
and free of voids or honeycombs.
All manholes shall be designed to withstand H-20 AASHTO loading. They shall also
have lifting holes that do not protrude through manhole wall; one full inch of concrete
thickness must remain between lift hole and outside wall of manhole.
Manhole barrels shall be assembled of precast riser section. Riser sections and top cone
sections shall be placed vertically with tongues and grooves properly keyed.
FM
A"
MA
Invert channels shall be smooth and semi -circular in shape conforming to the inside of the
adjacent pipe section. Changes in direction of flow shall be made with a smooth curve of
as large a radius as the size of the manhole with permit. Changes in size and grade of the
channels shall be made gradually and evenly. The invert channels may be formed directly
in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the
manhole outside the channel shall be smooth and shall slope toward the channel not less
than one inch per foot, nor more than two inches per foot.
All connections between the riser or base sections and the sewer pipe shall be joined in
such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets
cast into the riser or base section are acceptable. Preformed flexible plastic sealing
compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight
seal is achieved.
Adjusting rings may be used for adjusting the top elevation, except that the total height of
the adjusting rings shall not exceed 12 inches at any manhole. Concrete shall be placed
around and under the rings to provide a seal and seat the ring at the proper elevation.
Each manhole shall have a minimum of 6 inches of grade adjustment.
7.6 MANHOLE FRAMES AND COVERS
Manhole frames and covers shall be of good quality gray iron casting and conform to
ASTM A-48, having a clear opening of not less than 22 inches. The casting shall be
designed with a full bearing ring so as to provide a continuous seat between frame and
cover. The cover shall be furnished with lifting ring cast into the cover in such manner as
to prevent water leaking through. Frame and cover shall have a weight of not less than
275 pounds. The manhole ring and cover shall be Western Iron Works 940 or approved
equal.
7.7 CONSTRUCTION METHODS
All equipment necessary and required for the proper construction of storm sewers,
manholes and culverts shall be on the project, in first-class working condition, and
approved by the Engineer before construction is permitted to start. If precast concrete
pipe or manhole sections are used, the Contractor shall provide appropriate hoisting
equipment to handle the pipe or sections while unloading and placing it in its final
position without damage to the pipe.
The Contractor shall provide hand tampers and pneumatic tampers to obtain the required
compaction of the pipe bed, the manhole bed and the backfill, as specified.
r
25
P"
V
7.8 EXCAVATION
The Contractor shall do all excavation to the depth shown on the plans. Where rock, or
soil containing rocks or gravel, hard pan or other unyielding foundation material is
encountered in trench excavation, the pipe shall be bedded in accordance with the
requirements of one of the classes of bedding, and the hard unyielding material shall be
excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least
8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but
not more than three -fourths the nominal diameter of the pipe. The cushion shall consist
of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped
as required for the specified class of bedding. The cost of furnishing and placing the
.., cushion material shall be included in the bid price per linear foot of pipe in place. The
bottom of the trench shall be excavated to a horizontal section as far as practicable.
Excavated material not required or acceptable for backfill shall be disposed of by the
—» Contractor as directed by the Engineer. Excavation shall not be carried below the
required depth; but when it is, the trench shall be backfilled at the Contractor's expense
with material approved by the Engineer and compacted to the density of the surrounding
-�+ earth material as determined by AASHTO T-180.
When directed, unstable soil shall be removed for the full width of the trench and
replaced with sand or with approved granular material. The Engineer shall determine the
depth of removal of unstable soil and the amount of backfill necessary. The backfill shall
be compacted and shaped to a firm but slightly yielding condition to form the bed for the
pipe.
Grades for pipe shall be as shown on the drawings. No changes in grade will be made
unless so directed by the Engineer.
The minimum width of the trench at the top of the pipe, when placed, shall be a width
which will permit the proper construction of joints and compaction of backfill around the
pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer.
The maximum allowable width of the trench shall not exceed the widths shown below
unless otherwise approved by the Engineer.
NOMINAL PIPE MINIMUM TRENCH MAXIMUM TRENCH
SIZE WIDTH AT SPRINGLINE WIDTH AT TOP OF PIPE
Less than 18" Pipe O.D. + 12" Pipe O.D. + 18"
18" thru 36" Pipe O.D. + 18" Pipe O.D. + 24"
37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30"
26
The width of the trench above the top of the pipe may be as wide as necessary for shoring,
bracing or proper installation of the pipe. Excavation in paved areas shall be confined to
a minimum practical width. The bed for pipe shall be so shaped that at least the lower
quarter of the pipe circumference shall be in continuous contact with the bottom of the
trench.
The excavation for manholes shall be essentially the same as that for the piping. The
sides of the excavation shall be vertical unless otherwise approved by the Engineer. The
Contractor shall do such trench bracing, sheathing or shoring necessary to perform and
protect the excavation as required for safety and conformance to applicable laws and
regulations. The bracing, sheathing, or shoring shall not be removed in one operation but
shall be done in successive stages to prevent overloading of the pipe during backfilling
operations. The cost of the bracing, sheathing, or shoring and the removal of same, shall
be included in the unit price bid per foot for the pipe.
Surface water shall be prevented from entering the excavation. Heavy equipment, except
for excavating equipment, shall not be operated within 20 feet of the edge of the
�^* excavation. Excavated materials shall be stockpiled no closer than 3 feet from the edge
of the excavation.
Am 7.9 PIPE INSTALLATION
The Contractor shall provide the appropriate tools and methods to insure installation of
the pipe to line and grade, as shown on the drawings. The Contractor's facilities for
lowering precast pipe into the trench shall be such that neither the pipe nor the trench will
be damaged or disturbed.
The Engineer shall inspect all precast pipe before it is placed. Any section that is
damaged by handling or is defective to a degree which in the opinion of the Engineer will
materially affect the function and service of the pipe shall be rejected and removed from
the job site.
Installing the precast pipe in the finished trench shall be started at the lowest point and is
laid upgrade. For tongue and groove precast pipe, the grooved end shall be laid upgrade.
The pipe shall be firmly and accurately installed to line and grade so that the invert will
be smooth and uniform. The pipe shall be protected from water during placing and until
-�+ the concrete, in cast -in -place pipe, or the mortar, in the joints of precast or cast in place
pipe, has thoroughly set. The contractor shall provide temporary diversions as necessary
to prevent surface water flow into the excavation.
27
r-+
Pipe shall not be laid or installed on frozen ground.
Pipe which is not true in alignment, or which shows any change in grade after laying or
installing, shall be taken up and re-laid or re -installed without extra compensation.
Mortar shall be used for caulking and filling between the pipe and the drainage structures.
Mortar that is not used within 45 minutes after water has been added shall be discarded.
Retempering of mortar shall not be permitted. Pipe joints for precast concrete pipe shall
be of the tongue and groove type. The joints shall be of a water tight joint. Each joint
shall be sealed with a preformed bituminous gasket as specified. The gasket shall be
installed as recommended by the pipe manufacturer.
Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot
greater diameter than the outside diameter of the manhole riser section. Concrete shall be
.. Class A at a minimum 3000 psi 28 day compressive strength. Concrete placement shall
conform to ACI and good construction practices. Concrete shall be consolidated and
struck -off to a horizontal surface within the forms or pouring rings.
Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the
Standard Details. The manhole shall be constructed to ASTM C-891 standards.
Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as
shown in the Standard Details.
7.10 BACKFILLING
All trenches and excavations shall be backfilled as the pipes and manholes are installed,
unless otherwise directed by the Engineer. Outside of street right of way the backfill
material shall be selected granular material from excavation or borrow; material which is
placed at the sides of the pipe and manhole and 1 foot over the top shall be material
which can be readily compacted. It shall not contain stones retained on a 2-inch sieve,
frozen lumps, chunks of highly plastic clay, or any other material which is objectionable
to the Engineer. The Material shall be moistened or dried, if necessary, to be compacted
by the method in use. Backfill material shall be approved by the Engineer.
The backfill shall be placed in loose layers not to exceed 6 inches in depth along each
side of the pipe and manhole. Special care shall be taken to secure thorough compaction
.•• under the haunches and at the sides of the pipe and manhole. This backfill shall be
brought up evenly on each side of the structure to an elevation of 1 foot over the top of
the pipe, or such greater elevation as directed by the Engineer.
FX
0
a.,
Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe
and manhole. Backfill shall be compacted to 95% (min.) Standard Proctor Density.
Unless otherwise directed by the Engineer or plans, excavation within street right of way
shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete
mix) to 1-1 /2 inches below the asphalt surface. The pipe shall be restrained so that during
the pour the pipe shall not be displaced.
Movement of construction machinery over a culvert, pipeline, or manhole shall be at the
Contractor's risk. Any damaged construction shall be removed and replaced at the
expense of the Contractor.
7.11 TRENCH PROTECTION
Trench excavations not exceeding five feet in depth shall be protected in accordance with
applicable OSHA, state, and local requirements. Trench excavations greater than five
feet in depth shall be protected in accordance with the following specifications. All work
performed under this section shall also comply with OSHA Part 1926, Subpart P and all
State and Local codes. The Contractor shall be responsible for complying with all trench
safety requirements, the requirements of the specifications, drawings and all applicable
codes.
Trench protection shall be performed by forces having at least two years experience with
similar types of trench safety systems. The manufacturer of prefabricated items used in
trench safety systems shall have at least two years of experience in fabricating the items.
The contractor shall provide detailed drawings for proposed trench safety systems. The
drawings shall identify where each system is proposed for use and type of system to be
used. Trench excavations shall not be started until trench safety systems have been
submitted and approved by the Engineer.
If trench boxes are to be used, the contractor shall submit manufacturer's standard data
sheet and certificate of compliance stating the maximum allowable depth for the given
design pressure 'for each type of trench box proposed for use.
If alternative systems composed of steel, aluminum, wood or a combination of materials
are proposed, the contractor shall submit design data demonstrating the ability of the
proposed materials to provide the necessary trench protection.
29
z
P
Materials used for trench safety shall be capable of withstanding imposed loads without
excessive deflections. Materials shall be clean, free of rust, holes, knots and other
defects, and shall conform to the following:
Steel — Steel shall be of type and thickness as required and shall have a minimum
yield stress of 36 ksi.
Aluminum — Type 6061-T6, thickness as required.
Wood in Contact with Earth — Pressure treated woods.
Wood not in Contact with Earth — Soft or hardwood as required.
8.1 FENCES
Unless otherwise indicated on plans, existing fences which must be adjusted or relocated
shall be reconstructed using the same or equivalent materials, height, and construction in
the proper location. The contractor shall remove existing fence and either store for reuse
or legally dispose of the fence materials, whichever is appropriate.
New fence construction shall be in accordance with specifications and details included on
plan sheets.
9.1 SALVAGE OF ASPHALT PAVING
All salvage asphalt material shall be broken into pieces not more than 2 inches in size and
stockpiled at a location indicated in the plans. Any non -asphaltic materials, such as
flexible base and soil, shall be kept separated from the salvaged asphalt.
10.1 BARRICADES
Prior to starting work on any project covered by these specifications, the contractor shall
submit a Traffic Control Plan for approval by the Engineer. The contractor shall have the
sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and
�• removing upon completion of work, all traffic control devices. The Traffic Control Plan
and devices shall be in compliance with the Texas Manual of Uniform Traffic Control
Devices (MUTCD) and the 1993 National Cooperative Highway Research Program
r- Report 350 (NCHRP 350).
30
0
The Traffic Control Plan approved by the Engineer shall be considered the minimum
requirement for the project. The contractor shall provide additional devices as
determined to be necessary during the project. If at any time during construction the
approved plan does not accomplish the intended purpose, due to weather or other
conditions affecting the safe handling of traffic, the contractor shall immediately make
necessary changes to correct the unsatisfactory conditions.
The contractor shall maintain ingress and egress to private property at all times.
All signing and barricading shall be in place before construction operations are started
and during all times construction is in progress. All hazards shall be clearly marked and
adequately protected. If pedestrian walkways are blocked, pedestrian control shall
conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as
indicated in Texas MUTCD.
No separate payment will be made for traffic control. The required plan and devices shall
be considered to be subsidiary to pay items.
11.1 PROSECUTION OF THE WORK AND WORKING DAYS
During the period the contractor is directing traffic over the base, the surface shall be
satisfactorily maintained by the use of sprinkling and blading as required, so that no
hazard will result. The base course shall be maintained until the wearing surface is
placed thereon.
At no time during the period of construction shall driveways and/or alleys be left
impassable between the night hours of 6:00 PM to 6:00 AM, except during the
construction of curb and gutter for which the driveways and/or alley's shall remain closed
not more than 4 days.
11.2 WORKING DAYS DEFINITION
City contracted paving projects will be based on working days allowed. No requests for
extensions of time will be considered. A working day is defined as a calendar day, not
including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather
or other conditions beyond control of the contractor will permit the performance of the
principal unit of work for a continuous period of not less than 7 hours between 7:00 am
and 6:00 pm.
31
..
Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized
by the Engineer. For each Saturday, Sunday, or City of Lubbock designated holiday on
which the Contractor chooses to work and has authorization from the Engineer to work, 1
day will be charged against the contract working time when conditions will permit at least
7 hours of work as described above. Work on Sunday will not be authorized except in
cases of extreme emergency, as determined by the Engineer.
Working days will be considered to begin on the effective date stated in the Notice to
Proceed, unless the contractor is unable to begin work on that date due to factors beyond
his control as determined by the Engineer. In that event, time charged against the project
will begin on the date the contractor could first work a minimum of 7 hours as described
above.
The Engineer will furnish the contractor a monthly statement showing the number of
-- working days used and the working days remaining. The contractor shall be allowed 10
calendar days in which to protest the correctness of each statement. The protest shall be
in writing, addressed to the Engineer, and shall indicate basis of the protest. The
Engineer shall respond to the protest within 10 calendar days of receiving the protest.
Failure to file a protest within the allotted 10 days for any statement shall indicate the
contractor's approval of the time charges as shown on that period's time statement, and
future consideration of that time statement will not be permitted.
11.3 WORK BETWEEN NOVEMBER 1 AND JANUARY 2
No work will be allowed from November 1 and January 2 unless authorized by the
Engineer.
12.1 MEASUREMENT AND PAYMENT
The unit price bid on each item as stated in the bid proposal shall include furnishing all
labor, superintendence, machinery, equipment, and materials, except as otherwise
specified, necessary or incidental to complete the various items of work in accordance
with the plans and specifications. Cost of work or materials shown on the plans or called
,., for in the specifications and on which no separate payment is made shall be included in
the bid prices on the various pay items.
T Payment will not be made for any item that is not complete, including all associated
incidental work. All of the items covered by these standard specifications may not be
included in a particular project. Only those items indicated on bid documents and plan
�^ sheets shall be included for construction and payment.
32
P—
sm
12.2 CURB AND GUTTER
Measurement will be made of the linear feet of curb and gutter actually constructed. Curb
and gutter will be paid for at the unit price bid per linear foot. The unit price bid shall
include furnishing and installing all materials, excavation, filling, backfilling, forming,
finishing, and all incidentals necessary to complete the work.
12.3 CONCRETE FLAT SLABS - SIDEWALK, DRIVEWAY, ALLEY RETURN,
ALLEY PAVING, AND VALLEY GUTTER
Measurement will be made of the area, in square feet, of flat slab actually constructed.
Flat slabs will be paid for at the unit price bid per square foot for each specific type of
slab. Curb on alley returns shall be included in the area measured for the slab and will
not be paid as a separate item. The unit price bid shall include furnishing and installing
�. all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint
cutting, joint sealing, and all incidentals necessary to complete the work.
12.4 CURB RAMPS (HANDICAP RAMPS)
Measurement will be made of the area, in square feet, of curb ramp actually constructed,
^� including top surface area of any retaining wall or curb. Curb ramps will be paid for at
the unit price bid per square foot. The unit price bid shall include furnishing and
installing all materials, excavation and filling within two feet of the ramp, back filling,
reinforcement, forming, finishing, and all incidentals necessary to complete the work.
12.5 CONCRETE DRAINAGE CHANNEL
Measurement will be made of the area, in square feet, of drainage channel actually
constructed, including top surface area of any retaining wall or curb. Drainage channel
will be paid for at the unit price bid per square foot. The unit price bid shall include
furnishing and installing all materials, excavation and filling within two feet of the
channel, backfilling, reinforcement, forming, finishing, and all incidentals necessary to
complete the work.
12.6 RETAINING WALL OR CURB ON DRAINAGE CHANNELS AND CURB
RAMPS
Measurement will be made of the height and linear feet of wall or curb actually
constructed. Retaining wall or curb will be paid for at the unit price bid per linear foot
multiplied by the height of the wall or curb in inches above the top of the slab (per linear
foot per inch height).
33
The unit price bid shall include furnishing and installing all materials, excavation, filling,
backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete
the work.
12.7 CONCRETE MEDIAN
Measurement will be made of the area, in square feet, of median actually constructed.
Median will be paid for at the unit price bid per square foot. The unit price bid shall
include furnishing and installing all materials, excavation, filling, reinforcement, forming,
finishing, and all incidentals necessary to complete the work.
12.8 CONCRETE STREET PAVING
Measurement will be made of the area, in square yards, of concrete street paving actually
®" constructed. Concrete street paving will be paid for at the unit price bid per square yard.
The unit price bid shall include furnishing and installing all materials, excavation, filling,
backfilling, reinforcement, forming, finishing, and all incidentals necessary to complete
im the work.
Sawing and sealing of joints shall not be included and will be paid for as a separate bid
item.
12.9 SAWING AND SEALING OF JOINTS IN CONCRETE STREET PAVING
Measurement will be made of the linear feet of sawed and sealed joints actually
constructed. Sawing and sealing of joints will be paid for at the unit price bid per linear
foot. The unit price bid shall include furnishing and installing all materials, equipment,
sawing, cleaning, seal components, and all incidentals necessary to complete the work.
12.10 STORM SEWER INLET BOX AND MANHOLES
Storm sewer inlet boxes and manholes will be paid for at the unit price bid per each. The
unit price bid shall include furnishing and installing all materials, excavation, filling
(except flowable fill), floor, connection to pipes, reinforcement, forming, finishing,
manhole rings and covers, and all incidentals necessary to complete the work.
12.11 HEADWALLS
Storm sewer headwalls will be paid for at the unit price bid per each. The unit price bid
shall include furnishing and installing all materials, excavation, filling, reinforcement,
forming, finishing, grates, and all incidentals necessary to complete the work.
34
F"
P"
12.12 STORM SEWER PIPE
Measurement along the centerline of the pipe will be made of the actual length of pipe
constructed, from face of structure to face of structure or to centerline of manhole, and
will be paid for at the unit price bid for Storm Sewer. Depth of cut shall be considered to
®„ be from the top of the adjacent grade stake to the flowline of the pipe. The unit price bid
shall include furnishing and installing all materials, pavement removal, excavation,
filling, backfilling with compacted soil where applicable, and all incidentals necessary to
complete the work. Flowable fill will be paid for as a separate pay item.
12.13 EXTRA VERTICAL FEET OF MANHOLE
The actual constructed manhole will be measured from the top of the base to the top of
the ring and cover. Any depth of manhole exceeding 6 feet in depth will be paid for at the
•, unit price bid for extra vertical feet of manhole. The unit price bid shall include
furnishing and installing all materials and all incidentals necessary to complete the work.
12.14 CURB AND GUTTER REMOVAL
Measurement will be made of the linear feet of curb and gutter actually removed.
Payment will be made at the unit price bid per linear foot of curb and gutter removed.
The contractor shall ensure that the Engineer has the opportunity to measure the linear
feet of curb and gutter prior to removal. If curb and gutter is removed without
measurement by the Engineer, no payment will be made for that removal. The unit price
bid shall include sawing, hauling, labor and equipment, and legal disposal for removal of
the curb and gutter.
12.15 CONCRETE SLAB REMOVAL
Measurement will be made of the area in square feet of concrete slab actually removed.
Payment will be made at the unit price bid per square foot of concrete slab removed. The
contractor shall ensure that the Engineer has the opportunity to measure the area of
concrete slab prior to removal. If concrete slab is removed without measurement by the
Engineer, no payment will be made for that removal. The unit price bid shall include
sawing, breaking, hauling, labor and equipment, and legal disposal for removal of the
concrete slab.
12.16 2 SACK FLOWABLE FILL
Quantities of 2 sack flowable fill will be determined from tickets provided by the drivers
of the delivery trucks.
35
...
Om
Payment will be made at the unit price bid per cubic yard of in place 2 sack flowable fill.
The unit price bid shall include furnishing and placing the material and all incidentals
necessary to complete the work.
12.17 ASPHALT PAVING
Measurement will be made of the area, in square yards, of asphalt paving actually
constructed. Payment will be made at the unit price bid per square yard. The unit price
bid shall include furnishing and installing all materials, subgrade preparation,
construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and
prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the
work.
12.18 ASPHALT PAVING REPAIR
Measurement will be made of the area, in square yards, of in place asphalt paving repair.
Payment will be made at the unit price bid per square yard of paving repair. The unit
price bid shall include furnishing and placing all asphaltic materials, sawing of existing
paving edges, smoothing and preparation of the existing base, flowable fill if required,
tack and prime coats, compaction, and all incidentals necessary to complete the work.
12.19 EXCAVATION AND GRADING (OUTSIDE LIMITS OF
CONSTRUCTION)
Volume of excavation or fill, in cubic yards, will be determined by average end area
method. Payment will be made at the unit price bid per cubic yard of completed
,. excavation or fill. The unit price bid shall include all labor, equipment, and incidentals
necessary to excavate or fill the site to the grades established by the Engineer. No
separate payment will be made for disposing of excess material.
12.20 DITCH GRADING AND UNPAVED STREET SURFACE GRADING
The volume of ditch grading, in cubic yards, will be determined by average end area
method. Measurement will be made of the area, in square yards, of completed surface
grading of unpaved streets. Payment will be made at the unit price bid per cubic yard of
completed ditch grading per cubic yard, or surface grading per square yard. The unit
price bid shall include all labor, equipment, and incidentals necessary to grade ditches or
•- surface grade unpaved streets to the grades established by the Engineer. No separate
payment will be made for disposing of excess material.
PM
r-
13.1 STANDARD DETAILS
Construction shall be in accordance with the following standard details unless otherwise
indicated on plans, or directed by the Engineer. The 24 inch curb and gutter details shall
be considered to be standard. 30 inch curb and gutter details shall apply only if
specifically indicated on plans or bid documents.
STREET CROWN ELEVATIONS
PAVEMENT WIDTH
FINISHED PAVING SURFACE
CURB FACE TO CURB FACE
ABOVE GUTTER
24 feet
0.35 feet
26 feet
0.37 feet
28 feet
0.40 feet
30 feet
0.42 feet
32 feet
0.45 feet
36 feet
0.50 feet
42 feet
0.57 feet
46 feet
0.62 feet
52 feet
0.69 feet
64 feet
0.85 feet
66 feet
0.86 feet
86 feet
1.14 feet
88 feet
1.15 feet
All street paving shall incorporate a centerline crown at the listed elevation unless
otherwise indicated on plans, or as directed by the Engineer.
37