HomeMy WebLinkAboutResolution - 3438 - Contract - Ronnie Zahn Paving - Municipal Hill Operation Center - 08_23_1990 (2)Resolution # 3438
August 23, 1990
Item #34
HW:js
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 by and
between the City of Lubbock and Ronnie Zahn Paving for paving of Municipal
Hill operation center, attached herewith, which shall be spread upon the
minutes of the Council and as spread upon the minutes of this Council shall
constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council this
ATTEST:
ary
1APPROVED S TO CONTENT:
i
G ne Eads, Purchasing Manager
APPROVED AS TO FORM:
Harold Willard, ssis a t City
Attorney
23rd day of August , 1990.
C
B. C. Pic I N, MAYOR
9301f3p
CITY OF LUBBOCK
SPECIFICATIONS
FOR
PAVING OF MUNICIPAL HILL OPERATION CENTER
DID # I0783
CITY OF LUBBOCK
Lubbock, Texas ��,.f25r
MAILED TO VENDOR: 08/06/90
CLOSE: 08/09/90 2:00 P.M.
NEW CLOSE : 08/10/90 2:00 P.M.
BID # 10783 Paving of Municipal Hill Operation Center
ADDENDUM # 1
PLEASE NOTE THE FOLLOWING:
1. Please change closing date from 08/09/90 to 08/10/90 at 2:00
P.M.
2. Please replace original bid proposal sheet with bid proposal
sheet attached.
3. Please note specification changes attached.
THANK YOU,
Gene Eads,
CITY OF LUBBOCK
PURCHASING OFFICE
PLEASE RETURN ONE COPY WITH YOUR BID
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE
DATE
PROJECT NO.
Proposal 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 for bids for the construction of:
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the availability of the materials and labor, hereby
proposes 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, of which this proposal
is to be a part, is as follows:
BASE
BID: (S )
Base Bid work includes all work described in the contract documents.)
ALTERNATE
#1: ($ )
(Deduct)
ALTERNATE
#2 (S
(Deduct)
ALTERNATE
#3 (S )
(Deduct)
ALTERNATE
#4 (S )
(Deduct)
r,
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
I.601:1t Q1Y rwrtT pr tl109, -0-1. to Ls Inclupss apv, V.�•• -
Portland Ceoent Cone, wing. flltln4
omc
asph sltlC COnC-
plr lnq,
relocstiv+• See Insatt 1 ftm location and
extsht.
•
6 gradlnq,
0
ALTERNATE No.
6
PAIr111D NMI" *1111
I
w 4W
....06 r.r�
D
c
SfLlftlrr tf1tE A6 SPEC.
'.
'
§
♦h
.' .
301-0'
E%I H. rATi
To FRE M
•�.,\
7y
`
� \~
�
•,
� i .�'"�
'+• _
�.'0.
yr
.
•
- „ _
CtMV11C
- - � i •
mat.
VL1G �As
.\
• ,
. •'GATE..
T
-
To
MG4TE 9tw. •.0
�,-0. R 99. Lt7
MUNI�-A
fl. 90
MILL
100.00
. lq•.0+ pRI1Y
10D:'A ' _
fQ4E 16 4'EL;.
�01.W
10'-0' R
iri
DRIVE
.
.9d•
o
F tree Pm£ 70
mwtrr t icrn r,7t m +twuw
to emu+ pt -
.4
F
,
C.
DLLVM FENM TO
•
�
GrRE
� •i'�" 9AY�"i� ,� .4
t+,�
{
,. .-G^
..
l
'. ��
Y.f o
_
. S'-iM
RI�I1C
. r & >75i3N.: .�T ,..........+ _ .+. .�
r::tK _! �,.y`
1J'•�R,v+ .
C
bftx i
�.
•+
. •
....
. •
;3
Bu3M D
cx r
•. •
le
a+mc K PEuroar
u�
' �.f. ' rr . 1 t �'1'•
isec-
..
i• �'M'I1t
-�
700,ZZl.
51Kzz
�
/�:. - �
�- �
�
�`L,
�"
+''.r.
ik' ..� ^..+,
- ;� •'�+_ .. T-(f• B
•tea :c
� -
't':";�S'
9.
96.50
MMM ME TO MDOO
NEW LOCATIQ
INSERT.
t:
`�..
r '
0 ng■ P011ng norm a, me rV. o
j;—'C' L. -
-'Chides aDpro§CheB, 2%phaltIC ConC. paving. curbing,
1 1111-9 L gr5ding. This B120 Inc lu'l::" lgor.th; rfsttlno
lOut " of the R u - o .. use n d the
e corr On I ra In r I Ing.
See En"rt 7 for the " tent.
PnER,PQX M FEWAIN ALTERNATE No. 2 boar. F'Da M RlMU",
TO F$MUN
..
EXIST. FENM M iX RDCVM
F)kl PAWJNG YAWINO
Tw.
PUMP STATION
sa PAVDC NO
mAruLCUFSM Sari
O
MN ASmi4XTM PWV= AS SEC., vW inTH WVYM
D=.
pas PME
SEW SMAITi FENCE M MTM E=.
EXIST. FEKJ 'TMO 7 11,
mmu%y, an em Qjrm -M FENgIN
0
0
0
.T. FDM TO FOWN
FPCE To
vwIly
26
Ywfy
INSERT 2,,
�10
r r I F F-1-
I
No Text
No Text
0
Provide new 6" base and 1 1/2" asphaltic conc. paving for the void
created between the curb of the easternmost approach into the north
parking lot and the existing paving in front of th Texas Highway -
Department buildings. See sheet I for the exact location and verify
the extent at the site.
ITEM No. 4
In all vehicle, equipment, and transformer storage areas, detail
P408 should be changed so that the concrete paving is flush with the
asphaltic conc. paving.
ITEM No. 5
Remove the easternmost loading dock at the Northwest corner of Bldg.
"C" and pave in its place. See sheet 4 for the exact loading dock
to be removed.
ITEM No. 6
In all exterior concrete work except curb and gutter, fiber
reinforcing will be acceptable in lieu of the 6 x 6 10/10 WWF
specified on the drawings and in details P302, P303, P401, and P403-
P412.
This Item is subject to submission and approval of suppliers
recommendations and specifications.
All exterior concrete work may be constructed of 2500 psi. Portland
cement concrete.
TTFM Nn_ 7
The CMU wall in Detail P401 is to be concrete filled and the
exterior is to be painted to match Bldg. "D".
The top course of this wall is to be replaced with a solid CMU cap
course.
ITEM No. 8
Boulders are to be removed to the owner's chosen location within the
City of Lubbock.
TTFM Nn_ 9
Due to problems in the reproduction of these drawings the shaded
areas indicating new asphaltic concrete paving did not appear on
page PI of the drawings. Therefore: "NEW ASPHALTIC CONC. PAVING"
and "NEW ASPHALTIC CONC. PAVING AND NEW 6" BASE" in the "PLOT PLAN
LEGEND" on sheet P1 should be shaded as indicated on the attached
revised "PLOT PLAN LEGEND" sheet 2 of this addendum to match the
other pages of the contract documents.
mhpavadd.wps PAGE-2
ITEM No. 10
The new Security Fencing shown on the corresponding drawings is NOT•
intended to be a part of this contract. Removal of existing
Security Fence shall be limited to that necessary in order to
complete the paving work.
Disregard the arrow on page P3 as indicated on attached sheet 3 of
this addendum.
All new trees are by others and are NOT a part of this contract.
ITEM No. 13
In curb and gutter details P401 and P407 delete the 2 - #4
reinforcing bars.
The edge conditions of the paving at the Pump House lot shall be as
described on sheets 5 & 6 of this addendum.
All painted parking stripings are to be at 9'-0" intervals.
ITEM 16
The owner shall provide field layouts and establish grade and
provide grade stakes.
mhpavadd.wps PAGE-3
M-0
PAINTED PAW'NG PgR1 IW
A5 5PEC• TYP.
A
4
S
NEW 6" pASE & 1 1/2"
ASP. COW-' PAVING
TO REMAIN
'ER TO EXIST. IN 250'-0"
'Na
REMOVE
t1C.CR1Y^L-0 .
V
30"
60' - On
EXIST.
SHEET I
LOCATION MAP
EMAIN
NOTES
O APPROACHES UPPOSIrE EACH O[HE.R
LEVEL " ASPHAIr DEPRESSIONS IN EXIST.
PAVEMENT TO PREVENT PONDING, TYP,
ru
Z
m
q .
h3
PLOT PLAN LEGEND
BENCH MARK ELEVATIONS
+ 000.00 EXISTING SPOT ELEVATION
000.00 """" NEW SPOT ELEVATION
- --- 000.00 ------ -- EXISTING CONTOUR LINE
000.00 - FINISH GRADE CONTOUR LINE
.._. NEW BUILOING CONSTRUCTION
FENCING - - x - - _ -
-
EXISTING TO BE REMOVED
NEW PORTLAND CEMENT CONCRETE PAVIr
NEW ASPHALTIC CONCRETE PAVING
p EXISTING TREE TO REMAIN
1
/ 1
C l - EXISTING TREE TO BE REMOVED
- EXISTING BOULDER TO BE REMOVED
NEW ASPHAL rIC CONC. PAVING
AND NEW 6" BASE
SPEC,
10�
EXISTING CONC. CURB 6 WALK TO REMAIN
EXISTING FENCE TO REMAIN
OF
GATE
3� •
peOti�." - '`'J .�'�"iH, i�,� T'.i'X��I q,� j4. 'A"'+. �; `w�,r i^' �aavr•''y �'� ..
�� � •1 �Q`I � "14Y a, '' '"+'ti �-' � � ice` �� ✓r a r �`"�. afn� 4 ti� w ' + „� �. � .�+•!'Y� . � 1
rp�f.G ij Yh °�1A�E, 4 e1•i£�� 7, - I' .gryy 4y (y. r•F,'°: `i'. -1' - ` y
K 7t }�'V i {-: -5 a Q{�, �Y(!b .� , Ph'"'lj�"�y}T �t �3 w�F,'.. - °i,,+� a�'' 1 • A.k?�.;k ` 5 k
'� ���'� I�` '' d ,t � ' • wr �u �� '�y�^'�� 1 ���+� •� _+ ,.. i� � y,,�j�-k�� r } � •� � I +' ,,2t
?a,4 �'0 nn '�4 r� ! 1�� 'ye '�� � +t : 'A'a ,y � 5 t� +�� .��y� �I' ,. ♦ � r '�". 3,r� 3y + �/V '�`i�,,� Y' {.,�?'. � , {' � _,
.'i��"S•�I.ai,
94, "?
` k< _`i
t��t✓.<�±2�sr'.ti*d} �� , y-!]?•5 i�iIK. .�.. �� ...�,..€.
LU
Y V r
wi'S°1'-
laJ a'u es_. r.l'f
V ,
r}N•(f',.
F'd �f++W jk�':' «'i�q - e i Y- • Q \ Q f Jf • , d
\\\ III
Fdi� �� is >S • Z r., r •
3'=�,z'
• ' � i A. 11 :J�ih 9
1000 a •. • cr ` tr ' ,fir I 4 1�I �'
1 11 = •� Z `a, ���y.
^5 r • • ? '� %" f r Yn:. >�� �` }., t iit �,; � .'�.►'� �� � � I�RJC��"� +u .a : a � L y�53 �'' - ��r it y.. 3[.e?"� .'13'"�� 5�� s°' ..+�
fl �.� ��,":. M"� �,s�5"fas°e >a1. .� 1,.•�f x`� y t�s, 3 t
:y /�,� ../ 8� +. '� '�:= Sy � ��. nq �� fit 1 � G". r � �z y ��k R '" ��-,���'.., �:,,�✓fy ' • � �*)' Sf.'s� Sr � .j! � c �" w3 �ysY '?F �7' 11,.,�,V ,tl�'fi�,y�• 'iYt '�s �. '3� M �,s � #�'��a ... �_ � it��.sR
' r1-�il��
a -; i '._`�✓ '^ -.,' _ yea t •y k #e q� t �'� ..i'
��i
f �t� il♦>
34 xY"L�� ;ST'a� ', _ _' s_.�% _ q,� >�a' �: �r,.ritl' \a4 ,�•"$g�'
�, �.u. a� 'a'.s • �- z
�,..� tc..Cn',n f � �1� y'e _ �� e� .d1��:� r -�.w� �.�a7•'+�"4 '� �' '� .t �"' � �.
a- •s o,�rr � F '. F -- na i Q e�: � - r • ;,,.' >n . T'�F� �6 :%� .S k f
WO
��
��� 3 �.�� Y c, ��� a+ +;ky`�} ' •s � +�+e � 8 �i •� "'"� S �� Mom' �'�7 ^ii' .
1 � • Q Z� ���� C ��j 1�3'�N�'� p iih �1 r. e I ,:, i �h ' - � r .
T-c} ,_: t �r r; �`�y{� �,�1'�3'ry {�:a�lf� :r`?;t•a ��y' r�s�k • •, :— } _ _
5INTEO PARSING MARKINGS
_may SPEC. iYP.
1-IC Cow. PAVING AS SPEC
t
01
TO 6E REMOVED
i
r
- -BY OTHERS
LiQ
APPROACH By OFHERS
POWER POLE TO REMAIN
�St-LD TO REMAIN
EXIST. SIDEWALK, CLP3 AND GUTTER TO REMAIN
02
SHEET 5
EXIS
IF-
16`-(
6" COW. CURBING
1 I" AST'. CONC. PAVING;
o f l l!! [1
P_
t8" .
" �6" RASE
0
p #5 BAR COW.
.
1"sc DETAIL ol
EXIST. SIDEWALK TO REMAIN
1 jj' ASP. CONC. PAVING
III � III l
6" BASE 'EXIST. CURB & GUTTER TO REMAIN - REPAIR AS REWIRED
SHEET 6
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: PAVING OF MUNICIPAL HILL OPERATION CENTER
ADDRESS: 600 MUNICIPAL DRIVE
BID NUMBER: 10783
PROJECT NUMBER: 2113-552101-9428
CONTRACT PREPARED BY: Purchasing Department
-1-
(This page left blank intentionally)
r
INDEX
PAGE
1. NOTICE TO BIDDERS..........................................................................................3
2. GENERAL INSTRUCTIONS TO BIDDERS............................................................................4
3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
4. PAYMENT BOND..............................................................................................13
5. PERFORMANCE BOND....................... ...................................................................16
6. CERTIFICATE OF INSURANCE..................................................................................19
7. CONTRACT..................................................................................................21
8. GENERAL CONDITIONS OF THE AGREEMENT.......................................................................23
9. CURRENT WAGE DETERMINATIONS .................................. .............41
................................
10. SPECIFICATIONS ...................................... ............42
..........................................
11. SPECIAL CONDITIONS....................................................... ......43
...........................
12. NOTICE OF ACCEPTANCE......................................................................................45
-2-
(This page left blank intentionally)
P-
.A
NOTICE TO BIDDERS
-3-
(This page left blank intentionally)
NOTICE TO BIDDERS
BID # 10783
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
^+ received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, until
2:00 o'clock p.m, on the 9th day of August 1990, or as changed by the issuance of formal addenda to all
planholders, to furnish all Labor and materials and perform all work for the construction of the following
a.. described project:
PAVING OF MUNICIPAL HILL OPERATION CENTER
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene
Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
The City Council will consider the bids on the 23rd day of August. 1990, at Municipal Bldg.,
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
and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed $25,000.00 the said statutory bonds will not be required.
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 proposal bond from a
reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not Less
than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and
execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself
regarding all local conditions under which the work is to be done. It shall be understood and agreed that
all such factors have been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per
diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
r,.
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre -bid conference on 31st day of July 1990, at 10:00 o'clock a.m., Committee Room
103, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
BY: Gene Eads, C.P.M.
Purchasing Manager
ADVERTISEMENT FOR BIDS
BID # 10783
Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be
received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 9th day of August. 1990, or as changed by the issuance of formal
addenda to all planholders, to furnish all labor and materials and perform all work for the construction of
the following described project:
PAVING OF MUNICIPAL HILL OPERATION CENTER
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Purchasing Manager at his office and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office of
the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of
Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a prebid conference on 31st day of July. 1990, at 10:00 o'clock a.m., Committee Room
103, Municipal Building, 1625 13th Street.
BY: Gene E ds, C.P.M.
PURCHASING MANAGER
(This page left blank intentionally)
F•►
GENERAL INSTRUCTIONS TO BIDDERS
-4-
(This page left blank intentionally)
r-
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
Paving of Municipal Hill Operation Center.
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents described in the Gen-
eral Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents
for the construction of this project and shall be responsible for the satisfactory completion of all work
contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project
covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a
bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as
noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 90 (NINETY) calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful
bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however,
the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated
by the contract documents. In the event the City requires a progress schedule to be submitted, and it is
determined by the City that the progress of the work is not in accordance with the progress schedule so sub-
mitted, the City may direct the Contractor to take such action as the City deems necessary to insure comple-
tion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of
the contract documents.
46. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor
to execute an affidavit that all bills for Labor, materials and incidentals incurred in the construction of
the improvements contemplated by the contract documents have been paid in full and that there are no claims
pending, of which the Contractor has been notified.
-5-
T. 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 pro-
tecting 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 provi-
sion. 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.
8. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against de-
fective 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).
9. 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 di-
rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup-
pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con-
tractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi-
als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc-
tion, 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 re-
serves 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 proposed 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.
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the ma-
terials to be incorporated into the work without paying the tax at the time of purchase.
-6-
r-
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
r
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 construc-
tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur-
nish Contractor the location of all such underground lines and utilities of which it has knowledge. How-
ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under-
ground 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.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nets, 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 re-
placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri-
cades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor
from the City. In all cases where written permission is obtained for the use of explosives, the Contractor
shall assume full responsibility for all damage which may occur as a direct or indirect result of the blast-
ing. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost
care so as not to endanger life or property and the Contractor shall further use only such methods as are
currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of
responsibility for any damage resulting from his blasting operations.
15. 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.
16. 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
-7-
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 subroga-
tion.
The insurance certificates furnished shall name the City as an additional insured and shall further state
that all subcontractors are named as additional insureds, 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.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there-
under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu-
ments does not release the Contractor from compliance with any wage law that may be applicable. Construc-
tion work under this contract requiring an inspector will not be performed on weekends or holidays unless
the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor
must notify the Owner's Representative not less than three full working days prior to the weekend or holiday
he desires to do work and obtain written permission from the Owner's Representative to do such work. The
final decision on whether to allow construction work requiring an inspector on weekends or holidays will be
made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done
under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately
commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition
so that it is no longer dangerous to property or life.
18. 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 deduc-
tions (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.
-8-
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
o-• 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.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to in-
creases or decreases in the cost of materials, labor or other items required for the project will be re-
jected and returned to the bidder without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal 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 proposes
to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis-
tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the
price written in figures, the price written in words shall govern. If the proposal is submitted by an
indi-vidual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each member must be given and the proposal signed by a
member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by
a company or corporation, the company or corporate name and business address must be given, and the proposal
signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign
proposals must be properly certified and must be in writing and submitted with the proposal. The proposal
shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids,
but no proposal may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the foL-
lowing:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
r-.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to
Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
-9-
(This page left blank intentionally)
U.m_-
r-
PA-
r--
a-�
BID PROPOSAL
-10-
(This page left blank intentionally)
• t 1
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE GrC c'�k5
DATE U _ac; ' /
A.
PROJECT NO.
Proposal of 01, �—
(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 for bids for the construction of:
_ D
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other
related contract documents and the site of the proposed work, and being familiar with all of the conditions
surrounding the construction of the proposed project including the availability of the materials and labor, hereby
proposes to furnish all
labor, materials, and supplies; and to construct the project in accordance with the plans,
q 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, of which this proposal
is to be a part, is as
follows:
BASE
BID: hlliJj�e�T�
1`h�/
`
k �( � ram_ �_
— -1Gh �lt' a �l to
Base Bid work includes
all work escribed in the contract documents.) Q,td fuj
#1:e tllrndh�
(`
7-heus�:gene uQ'l' �o��/-�ialLtc� f f 1�8 00
� r f�/ ��ri (f , )
r, (Deduct)
!lx� /L� C�eiG7
ALTERNATE
#2 0rn 4 d45/u
Yc'P llyl r� S('1Jfif1 t/ czaz/ }Zp �PiJI (f
(Deduct)
#3TEFTE
j�I♦1P t1ltNQi^C'� CeUruj�
eNr 7g0'V4&"t
(Deduct)
kd eLx:t
ALTERNATE I ft co
�. #4 (9nC�4n�reli E'�c�'�- l �,P �ou5d�d cOgP N.4,x�rc•� �n� QC��kG3 �ho ��e�(f i� )
(Deduct)
(Amount shall be shown
in both words and figures. In case of discrepancy, the amount shown in words shall govern.),
i
j
9
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 _ 12 a calendar days as
stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as
Liquidated damages the sum of $50.00 for each consecutive calendar day in excess of the time set forth hereinabove
for completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 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.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars (S ) or a Proposal Bond in the sum of 5717 Dollars
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the owner and the undersigned fails to execute the necessary contract documents and the required bond
(if any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of said
proposal; 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_
Contrac
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
„OND/,r
I®� WN-MN (C®o
BID BOND
Know all men by these presents:
That Ronnie Zahn Paving, Inc.
(hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual)
a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter
called Surety), as Surety, are held and firmly bound to _ City of Lubbock, Texas
(hereinafter called the Obligee) in the full and just sum of ($ 5% of greatest amount bid )
Dollars
good and lawful money of the United States of America, to the payments of which sum of money well
and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
Signed, sealed and dated this loth day of August lg 90
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to
the Principal for Paving of Municipal Hill
Lubbock, Texas
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly
make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and
award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING
COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the
Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer
by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed
and sealed.
Witness:
v
Ronnie” n Paving, Inc.
Prind
i
By
R
MERC - ANTS BONDING COMPA�- �e?J74ZW. NY utual)
_ y
1•8.0 13
(THIS PAGE LEFT BLANK INTENTIONALLY)
M ECATS BONDING 0IPY (Mutual)
,.,• DES MOINES, IOWA
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual). a corporation duly organized under the laws
of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk. State of Iowa. hath made, constituted and
appointed, and does by these presents make. constitute and appoint
Frederick G. Wisby or Barbara K. Wisby
of Lubbock and State of Texas . In:e and lawful Attorney -in- Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute. r, .. towiedge and deliver in its behalf as surety:
Any and all bonds or undertakings, provided that no bond or undertaking
executed under this authority shall exceed in amount the sum of
FIVE HUNDREC'"' 70USAND ($500,000.00) DOLLARS
and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual). and all the acts of said Attorney, pursuant to the
authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and
•-* authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company. and attach the seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
ARTICLE 2. SECTION 6B. — The signature of any authorized. officer and the Seal of the Company may be affixed by facsimile to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond. undertaking, recognizance, or
other suretyship obligations of the Company and such signature and seal when so used shall have the same force and effect as
though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and
,-. Executive Vice President, and its corporate seal to be hereto affixed, this 1st day of January A.D., 1990
Attest: MIERCHANTS BONDING COMPANY (Mutual)
Off•
By
.a•. F9�33 •�
V,ce Pre.s'Uenl • ' xeruuve ce Presjd2'
STATE OF IOWA b'•. � • •
COUNTY OF POLK ss. ••• ��V \1a••
On this 1 st day of January 1990 before me appeared M.J. Long and
Rodney Bliss III, to me personally known, who being by me duly sworn did say that they are Vice President and Executive Vice President
respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal
affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of
said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first
above written.
G. B R & •. SOVv
h2F' O •
Notary Public. Polk County, Iowa
�+ • IOWA •• m My Commission Expires
8-4-92
Off'••..•' �P : STATE OF IOWA
•' R q f A� �' COUNTY OF POLK ss.
�-. •••• • •"' • ••• 1, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify that the above and
foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said MERCHANTS BONDING
COMPANY (Mutual), which is still in force and effect. . • . • • • •
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company, at •� �0` P ..Co�lo
this day of 19, . ; �� �oN a R9�gy1.
• _ -C •
. s • 1 33
This power of attorney expires December 31, 1991 ••`�b3 \�dC:•
•
(THIS PAGE LEFT BLANK INTENTIONALLY)
r PAYMENT BOND
r.
-13-
(This page left blank intentionally)
P.-
�k%`M_MG
M n
o
BEST RATING—:
LICENSED IN TEXAS
WMA11RDNIDING'COT
6000 N. LAMAR• SUITE 200 • AUSTIN, TEXAS 78752-4497
PAYMENT BOND
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED
CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959
(McGregor Act — Public Works);
(Penalty of this bond must be 100% of Contract amount)
KNOW ALL MEN BY THESE PRESENTS:
That, Ronnie Zahn Paving, Inc:
(hereinafter called the Principal), as Principal, and MERCHANTS BONDING COMPANY (Mutual), a
corporation organized and existing under the laws of the State of Iowa, with its principal office in the City of
Des Moines, (hereinafter called the Surety), as Surety, are held and firmly bound unto.
City of Lubbock, Texas
Four Hundred Ninety -Eight Thousand Six
(hereinafter called the Obligee) in the amount of Hundred One Dollar and no/100----------
Dollars for the payment whereof, the said Principal and Surety bind themselves, and their
heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a -certain written contract with the Obligee, dated the 10th
day of August 19 90 , to complete aYj,na of uniciPal hill
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 Article 5160 of the
Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959, and all liabilities on this
bond to all such claimants shall be determined in accordance with the provisions of said Article to the same
extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety_ have signed and sealed this instrument this
2nd day of October 19 90 ,
Witness: (Seal)
(Seal)
(If Individual or Firm)
Attest: (Seal)
-fleck Ronnie Za Paving, 'Inc. (Seal)
( Corporation) Principal
MERCH NTS BONDING COMPANY (Mutual)
.Cttxaty i n
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES Of TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
r-.
1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as
Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars (S ) lawful money of
the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, adminis-
trators, executors successors and assigns,
g jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of
^ , 19_, to
and said Principal under the law is required before commencing the work provided for in said contract to execute a
bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
.... same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants
supplying labor and material to him or a sub -contractor in the prosecution of the work provided for in said con-
tract, 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 Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were
copied at length herein.
-14-
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
_ day of 19_
Surety
Principal
*By:
(Title)
By:
(Title)
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby des-
ignates an agent resident in Lubbock County to whom any requisite notices may be delivered and
on whom service of process may be had in matters arising out of such suretyship.
Surety
*By.
(Title)
Approved as to form:
City of Lubbock
By:
City Attorney
*Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation.' If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-15-
MERCHANTS BONDING COMPANY (PJlutual)
DES MOINES, IOWA
POWER OF ATTORNENd"
Know All Men By These Presents. that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws :
of the State of Iowa. and having its principal office in the City of Des Moines, County of Poik. State of Iowa, hath made, constituted and
appointed, and does by these presents make, constitute and appoint
Frederick G. Wisby or Barbara K. Wisby
of Lubbock and State of Texas (rue and lawful Attorney -in -Fact, with full power
and authority hereby conferred in its name, place and stead, to sign. execute. ac . -owledge and deliver in its behalf as surety:
Any and all bonds or undertakings, provided that no bond or undertaking .
executed under this authority shall exceed in amount the sum of
FIVE HUNDRED ' TOLISAND ($500,000.00) DOLLARS
r
and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the
authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company. and attach the seal of the
Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
ARTICLE 2, SECTION 6B. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond. undertaking, recognizance, or
other suretyship obligations of the Company. and such signature and seal when so used shall have the same force and effect as
though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its -Vice President and
^ Executive Vice President, and its corporate seal to be hereto affixed, this 1st day of January A.D.. 1990
Attest: MERCHANTS BONDING COMPANY (Mutual)
. o�p�G OfJ�•.
F 0
By A q
o•
:a 19�33
uhVice President Fxecve vice Presrae�M.�
STATE OF IOWA •.d',�' ate'
COUNTY OF POLK ss. • • y/ \1,•°
On this 1 st day of January 1990 before me appeared M.J. Long and
Rodney Bliss III, to me personally known, who being by me duly sworn did say that they are Vice President and Executive Vice President
respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal
affixed to the said instrument is the Corporate Seal of the said Corporation and that the said nStrument was signed and sealed in behalf of
said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first
above written.
0. "v
SqV .
• 7 • -- Notary Public, Polk County, Iowa
— • 3 IOWA m i My Commission Expires
•
Off'
8-4-92
.•,,•''•�P ;� STATE OF IOWA
°• qAI AL 6 COUNTY OF POLK ss.
••• •"' ° • • • • I, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify that the above and
foregoing is a true and correct copy of the POWER OF ATTORNEY. executed by said MERCHANTS BONDING
COMPANY (Mutual), which is still in force and effect. . • • • ° '
In Witness Whereof, 1 have hereunto set my hand and affixed the seal of the Company, at •° �c`NG CO�A
this day of 19, - •.'�oo�tP0g9�yy •
_ -C �.
•y, 1 33
This power of attorney expires December 31 f 1991
(THIS PAGE LEFT BLANK INTENTIONALLY)
0-
PERFORMANCE BOND
-16-
(This page left blank intentionally)
No Text
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5.160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter
called the Obligee), in the amount of Dollars ($ ) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administra-
tors, 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 _ day of
19_, to
and said principal under the law is required before commencing the work provided for in said contract to execute a
�^ bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully per-
form the work in accordance with the plans, specifications and contract documents, then this obligation shall be
void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on
this bond shall be determined in accordance with the provisions of said article to the same extent as if it were
�- copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _
day of 19^
Surety Principal
*By: By:
(Title)
(Title)
By:
(Title)
By:
(Title)
-17-
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship.
Surety
*By:.
Approved as to Form
City of Lubbock
(Title)
By:
City Attorney
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy
of power of attorney for our files.
-18-
MERCHANTs BONDING COMPANY (Mutual)
DES MO NES, IOWA
POWERF ATTORNEY
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws
of the State of Iowa. and having its principal office in the City of Des Moines, County of Polk. State of Iowa. hath made. constituted and
appointed, and does by these presents make, constitute and appoint
Frederick G. Wisby or Barbara K. Wisby
of Lubbock and State of Texas :rue and lawful Attorney -in -Fact. with full power
and authority hereby conferred in its name, place and stead, to sign, execute. e.. ,a,wfedce and deliver in its behalf as surety:
Any and all bonds or undertakings, provided that no bond or undertaking
executed under this authority shall exceed in amount the sum of
FIVE HUNDREL '"',1 USAND ($500,000.00) DOLLARS
and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the
authority herein given, are hereby ratified and confirmed.
This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2, SECTION 6A. — The Chairman of the Board or President or any Vice President or Secretary shall have power and
-• authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company. and attach the seal of the
Company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof.
ARTICLE 2. SECTION 6B.. — The signature of. any authorized officer and the Seal of the Company may be affixed by facsimile to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond. undertaking, recognizance, or
other suretyship obligations of the Company. and such signature and seal when so used shall have the same force and effect as
though manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and
Executive Vice President, and its corporate seal to be hereto affixed, this 1st day of January A.D., 1990
Attest: MERCHANTS BONDING COMPANY (Mutual)
f • ��ea� co�A
I '
By G 1 4�i
3
Vice President •• xeculiVe9 a Presid rt:
STATE OF IOWA
COUNTY OFF POLK ss. '•'b�y�I. ".`1aC�•
On this 1st day of January 1990 before me appeared M.J. Long and
Rodney Bliss 111, to me personally known. who being by me duty sworn did say that they are Vice President and Executive Vice President
respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal
affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of
said Corporation by authority of its Board of Directors.
In Testimony Whereof, i have hereunto set my hand and affixed my Official Seal, at the City of Des Moires, Iowa the day and year first
above written.
r
�2� G BR��p••:
•
3 • IOWA m
0 '•. P
�'• QAIA�- ••
STATE OF IOWA
COUNTY OF POLK ss.
Notary Public. Polk County. Iowa
My Commission Expires
8-4-92
"• I, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify that the above and
foregoing is a true and correct copy of the POWER OF ATTORNEY. executed by said MERCHANTS BONDING
COMPANY (Mutual), which is still in force and effect. "' • •
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company, at •• ND,NG • c�o
this day of 19, moo, N.
P 09 •, q ••
v 9'A :y<
;2 _0 re+.
,y• 1 33
Thispower of attorney expire December 1.991s •,`pry " C':
••�'dy -,'�••
(THIS PAGE LEFT BLANK INTENTIONALLY)
.-.
r�
r^
r-,
CERTIFICATE OF INSURANCE
-19-
(This page left blank intentionally)
I
ISSUE DATE -(MMIDDIV Y)
CERTIFICATE 4F INSURANCE
10-03-90
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
Wisb & 1ASSOClates
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE' DOES NOT AMEND,
Y .
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
j
P. O. Box 53205
Limits -shown are at. policy, inception
^
Lubbock, Texas 79453
COMPANIES. AFFORDING COVERAGE
COMPANY A
`DER North River Insurance Company
CODE 1$375 sue cone
INSURED
COMPANY
LETTER B U. S.. Fire Insurance Company
Ronnie. Zahn. Paving, Inc.
COMPANY c
OMPAYC
& Ronnie Zahn, Individual
LETTER
Route lO / BOX 820
COMPANY
M
Lubbock, Texas 79404
LETTER .
^
COMPANY.E "
LETTER
CQYERAGE `.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
^
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED'HEREIN:IS SUBJECT.TO ALL THE TERMS,
`EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO. TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
ALL LIMITS. IN THOUSANDS
DATE (MM/DD/YY) _ DATE (MMIDDIYY) ,. ".
A " GENERAL LIABILITY
GENERAL AGGREGATE $ 2, OOO .
X COMMERCIAL GENERAL LIABILITY "
^ `PRODUCTS COMP/OPS AGGREGATE $ 1.� OOO
CLAIMSMADEX _ OCCUR: 543 0195432
10-01-9.0; 10-01-91 PERsoNAL&ADVERTISING INJURY: $ ] 1OOO
OWNER'S & CONTRACTOR'S PROT.
EACH OCCURRENCE $ ]t ,:OOO
FIRE DAMAGE (Any one fire) $ 50
MEDICAL EXPENSE (Any one person) $ 5
AUTOMOBILE LIABILITY
COMBINED
SINGLE S 11000
B X .. ANY AUTO
LIMIT
X ALL OWNED AUTOS 133 5885858
1`0-01-90. 10-01-91e
INJURY $
�**+
SCHEDULED AUTOS
(Per person) ,
X HIRED AUTOS
BODILY
INJURY $
X NON -OWNED AUTOS
(Per accident)
- .......... _ ...
GARAGE LIABILITY.
_ „
PROPERTY.: $
DAMAGE
EXCESS LIABILITY
EACH AGGREGATE
OCCURRENCE
A'X 523 564463-7
10-01-90 10-01-91 311000:$1,000
OTHER THAN UMBRELLA FORM -
- - - - - - -
WORKER'S COMPENSATION
STATUTORY
$ ' (EACH ACCIDENT) -.
-
AND
- ,-,..,;_....."._,.....
(DISEASE —POLICY LIMIT)
"
EMPLOYERS' LIABILITY -,
" - _ •-- ....:.... .. ... .. .. .. ........
$ , (DISEASE —EACH EMPLOYEE
OTHER
... .
A11 Risk for $498,601,
^
B Builder's Risk 321 024842-1
;09-02-90.09-02-911
Deductible
•..$1,000.
rn
DESCRIPTION OF OPERATIONS!LOCATIONS/YENICLMRESTRICTIONS/SPECIAL ITEMS:.
,
1�
:.�✓i.l 'I!LR�F .nV4VE►'1F'. .,�,:81y. � d+ :;G�.4:°M"� ; .a "kw
�` `7,4 F''s'°4b.-r^•ncs!...+=J:. <y%-
City Of Lubbock
5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
:EXPIRATION DlATE ' THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO "
P. 0. Box 2000'
10 - DAYS THE CERTIFICATE
Lubbock, Texas 79457
MAIL WRITTEN NOTICE TO HOLDER NAMED TO. THE
Purchasing Dept.
LEFT, BUT FAILURE TQ:MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
i,��
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Attn: Gene Eads
AUTHORIZED REPRESENTATIVE .
A
hedexick g-AUsby
ACORD 25-S (3185) �n'"hh�., ;,. ;,h,�ACi3RD CORPORATION 1988
AMU),
ISS.UE DATE (MMA)DJYyyi
ISSUE OF INSUR-A NCE
10,-03-90,
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
Wisby & Associates
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE .DOES -NOT AMENS
EXTEND ORALTER THE COVERAGE AFFORDED BY. THE POLICIES BELOW
P. 0. Box 53205
Lubbock, Texas 79453-
COMPANIES AFFORDING COVERAGE
COMPANY
COD SUB.CODE
18375
LETTER.
Hartford. Acciden:tIndemnity Co.,.
COMPANY
13
INSURED
LETTER
u Fire;.Insurance Company
Kyle Zahn dba KZ Paving.
_!_.S.ti
COMPANY c
LETTER
P. 0. Box 53095
Lubbock, Texas 79453
COMPAN
LMER,y D
...... ....
COMPANY
.1 LETTER
'4BOVD L -"D POLICIES BE CANCELLED BEFORE THE.
AUTH
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
Type of
Lubbock, Texas Project:
THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, in-
sured by this Company with respect to the business operations hereinafter described, for the types of insurance and
in accordance with the provisions of the standard policies used by this Company, the further hereinafter described.
Exceptions to standard policy noted hereon.
TYPE OF INSURANCE
Policy No. Effective Expires
Limits of
Liability
--------------------------------------------------------------------------------------------------------------------
Workmen's
Compensation
--------------------------------------------------------------------------------------------------------------------
►---
Owner's Protec-
Per Person
$
tive or Contin-
Per Occurrence
$
gent Liability
--------------------------------------------------------------------------------------------------------------------
Property Damage
S
Contractor's
Per Person
S
Protective or
Per Occurrence
S
Contingent
Property Damage
S
Liability
--------------------------------------------------------------------------------------------------------------------
Per Person
$
Automobile
Per Occurrence
$
--------------------------------------------------------------------------------------------------------------------
Property Damage
$
Comprehensive
General Liability
$
--------------------------------------------------------------------------------------------------------------------
. Umbrella Liability
$
--------------------------------------------------------------------------------------------------------------------
The foregoing Policies (do) (do not) cover all sub -contractors.
Locations Covered
DESCRIPTION of Operations Covered
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
-- canceled by the insurer in less than the legal time required after the insured has received written notice of such
change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THIS CERTIFICATE
MUST BE SENT TO THE OWNER. (Name of Insurer)
By:
Title
-20-
(This page left blank intentionally)
CONTRACT
-21-
(This page left blank intentionally)
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 10th day of August, 1990, by and between the City of Lubbock,
County of Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and Ronnie Zahn Paving, Inc. of the City of LUBBOCK, County of LUBBOCK and the
State of TEXAS, hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol-
lows:
Bid # 10783 - Paving of Municipal Hill operations Center-;:5e- T-A,-- Sv--+ � �q� 23(• o �.
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 proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to
make payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
TEST: CITY O�F�SaLUBBOCK, TEXAS (OWNER)
Lee
By -
Se retary MAYOR
APP 0VED AS TO CONTENT:
APPROV/DAS TO FORM:
^� CONTRA 0
By. w
��c�a� C eft "es�neuj
T., TITLE: YCStd a�Y
COMPLETE ADDRESS:
ATTEST:
Rt. 10, Box 820
Lubbock. Texas 79404
C por to Secret 'y
-22-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL CONDITIONS OF THE AGREEMENT
-23-
No Text
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con-
tract, it shall be understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall
be understood to mean the person, persons, co -partnership or corporation, to -wit: Ronnie Zahn Paving, Inc.,
who has agreed to perform the work embraced in this contract, or to his 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 JERRY SMITH, DIRECTOR OF BUILDING SERVICES, City of Lubbock, under whose supervision these
contract documents, including the plans and specifications, were prepared, and who will inspect construc-
tions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act
in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under
the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in
..., behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal,
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 his inspection in accordance with the Notice to Bidders.
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 shalt mean approved by or acceptable or satisfactory
to the Owner's Representative.
Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various
qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na-
ture, be specifically and clearly described and specified, but are necessarily described in general terms,
the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the
fulfillment of said Specifications shall be decided by the owner's Representative, and said work shall be
done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the
character of the work.
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 re-
sponsibility 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.
-24-
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 him who gives the notice.
8. WORK
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 docu-
ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be
of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and
quality of materials. Materials or work described in words which so applied have well known, technical or
trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu-
ments 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 with one copies of all Plans, Profiles and Specifications without expense
to him and he 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 of quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract docu-
ments. He will not be required to make exhaustive or continuous on -site inspections to check the quality or
quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences
or procedures, or the safety precautions incident thereto. His efforts Gill be directed towards providing
assurances for the Owner that the completed project will conform to the requirements of the contract docu-
ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with
the Contract Documents. On the basis of his on -site observations, he will keep the owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of
the Contractor.
-25-
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commence-
ment of the work contemplated by these contract documents or the completion of the work contemplated by
these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's
Representative to comply with this requirement, but such suspension will be as brief as practical and Con-
tractor shalt be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
r- etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him,
his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representa-
tive 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 shall review all work included herein. He has the authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and
disputes and to discourage litigation, it is further agreed that 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 this
contract. He 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 Owner's Representative's estimates and findings shall be conditions precedent
to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the
Contractor to receive any money under this contract; provided, however, that should Owner's Representative
render any decision or give any direction, which in the opinion of either party hereto, is not in accordance
with the meaning and intent of this contract, either party may file with said Owner's Representative within
30 days his written objection to the decision or direction so rendered, and by such action may reserve the
right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direc-
tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there-
from shall be thereafter adjusted to arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the
Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela-
tive to the execution of the work or the interpretation of the contract, specifications and plans. Should
-- the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may
be taken as if his decision had been rendered against the party appealing.
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 Con-
tractor 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
r--
engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
-26-
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 his absence
and all directions given to him shall be binding as if given to the Contractor. 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 Con-
tractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of his 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 himself as to the na-
ture and location of the work, the confirmation of the ground, the character, quality and quantity of mate-
rials 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 effect
the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of
the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or
obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis-
orderly, such man or men shall be discharged from the work and shall not again be employed on the work with-
out the Owner's Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu-
tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur-
nish 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 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 ob-
servation, 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.
-27-
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the
work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser-
vation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain
the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am-
ple notice as to the time each part of the work will be ready for such observation. Owner or Owner's Rep-
resentative may reject any work found to be defective or not in accordance with the contract documents, re-
gardless of the stage of its completion or the time or place of discovery of such errors and regardless of
whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work
should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre-
sentative, 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 Representa-
tive 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 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 Representa-
tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec-
tions, 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 approval, and any work which meets
the requirements of any such tests or approval but does not meet the requirements of the contract documents
shall be considered defective. Such defective work 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 this agreement to make such inspections,
tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with
the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work
for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as un-
suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after
receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur-
ther agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
"^ 23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or 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 in-
crease the amount of work, and the increased work can fairly be classified under the specifications, such
increase shall be paid according to the quantity actually done and at the unit price established for such
work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. in
r-
-28-
case the Owner shall make such changes or alterations as shall make useless any work already done or mate-
rial already furnished or used in said work, then the owner shall recompense the Contractor for any material
or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA FORK
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, al-
teration or addition to the work as shown on the plans and specifications or contract documents and not cov-
ered by Contractor's proposal, 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 Representa-
tive 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 com-
menced, then the Contractor shall be paid the actual field cost of the work, plus
fifteen (15%) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this para-
graph 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 Workmen's
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 mat-
ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin-
ery 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 com-
pensate him for his profit, overhead, general superintendence and field office expense, and all other ele-
ments of cost and expense not embraced within the actual field cost as herein defined, save that where the
Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost
to maintain and operate the same shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In
case any orders or instructions appear to the Contractor to involve extra work for which he should receive
compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre-
sentative 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 in-
sists 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). The Contractor will thereby preserve the right to submit the matter of payment to arbi-
tration as herein below provided.
-29-
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, 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. If the Contractor finds any
discrepancies or omissions in these plans, specifications, or contract documents, he should notify the
Owners' Representative and obtain a clarification before the bids are received, and if no such request is
received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to
complete the work in accordance with these plans and specifications. It is further understood that any re-
quest for clarification must be submitted no later than five 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 speci-
fied, the Contractor shall, if so ordered in writing, increase his 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
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workmen's 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, his sureties and insurance carriers shall defend, indem-
nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or
claims of any character whatsoever, brought for or on account of any injuries or damages received or sus-
tained by any person or persons or property, on account of any negligent act or fault of the Contractor or
any subcontractor, their agents or employees, in the execution and supervision of said contract, and the
project which is the subject matter of this contract, on account of the failure of Contractor or any subcon-
tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment
with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his 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 pro-
gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump-
tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors.
-30
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, in-
surance protection as hereinafter specified.' Such insurance shall be carried with an insurance company au-
thorized 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. Comprehensive General Liability insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily
Injury and $300,000 Property Damage per occurrence to include:
Premises and Operations
Explosion 8 Collapse Hazard
Underground Damage Hazard
Products 8 Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal injury (with exclusion "c" waived)
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.
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy
naming the City of Lubbock as insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property
Damage.
C. Comprehensive Automobile Liability insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage $100,000
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
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
-31-
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amount of
($1,000,000 minimum) with coverage to correspond with Comprehensive General Liability and Comprehen-
sive Automobile Liability coverages.
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.
F. Worker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Sub-
contractor on the job with Employers Liability of at least $100,000 limit.
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 in-
sured 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) con-
tained in the job specifications. No substitute of nor amendment thereto will be accept-
able.
29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT
AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any
.., demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts
thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the
performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence
that all obligations of the nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by
any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness
within five (5) days after demand is made, then Owner may, during the period for which such indebtedness
-32-
shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such
unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, de-
vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten-
tee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or
copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that
Owner shall defend all such suits and claims and shall be responsible for all such toss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is speci-
fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de-
vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm-
less from any toss on account thereof. If the material or process specified or required by Owner is an in-
fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the
Owner of such infringement.
31. 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 effect the contract or the work, and shall indemnify and save harmless the
Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether
by the Contractor or his employees. If the Contractor observes that the plans and specifications are at
variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes
shalt be adjusted as provided in the contract for changes in the work. If the Contractor performs any work
knowing it to be contrary to such taws, ordinances, rules and regulations, and without such notice to the
Owner's Representative, he 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, in-
sofar 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.
32. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to
the fulfillment of this contract. 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 his full obligations to the Owner, as provided by this contractual agreement.
33. TIME FOR 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 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 on a date to be specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or
any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the con-
sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total
compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages
-33-
for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall
be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com-
ptetion of the work described herein is reasonable time for the completion of the same, taking into consid-
eration the average climatic change and conditions and usual industrial conditions prevailing in this Local-
ity.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica-
bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus-
tain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from
current periodical estimates for payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this
contract.
34. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con-
tractor shall be allowed to prosecute his 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 contact, the plans and specifications, and within the time of completion designated in
the proposals; provided, also, that when the Owner is having other work done, either by contract or by his
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 shalt 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 proposes to carry on the work, with dates at
which the Contractor will start the several parts of the work and estimated dates of completion of the sev-
eral parts.
35. EXTENSION OF TIME
- The Contractor agrees that he has submitted his proposal in full recognition of the time required for the
completion of this project, taking into consideration the average climatic range and industrial conditions
prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove
set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract,
except when his 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,
walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex-
tension of time, submitting therewith all written justification as may be required by Owner's Representative
for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after re-
ceipt of a written request for an extension of time by the Contractor supported by all requested docu-
mentation shall then submit such written request to the City Council of the City of Lubbock for their con-
sideration. should the Contractor disagree with the action of City Council on granting an extension of
time, such disagreement shall be settled by arbitration as hereinafter provided.
36. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within
*^� the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in-
cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge
-34-
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 judgment of the Owner's
Representative that is caused by such stoppage shall be paid by Owner to Contractor.
37. 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 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 proposals of-
fered for the work. 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.
38. 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 he shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent
property. The Contractor agrees to indemnify, save and hold harmless the owner against any claim or claims
for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor-
mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis-
tence or character of the work.
39. 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 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 him 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.
40. 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 de-
fective 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 con-
tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all
claims against Owner which have not theretofore been timely filed as provided in this contract.
-35-
41. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an applica-
tion for partial payment. Owner's Representative shall review said application for partial payment and the
progress of the work made by the Contractor and if found to be in order shall prepare a certificate for par-
tial 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; said statement shall also include the value of all sound ma-
terials delivered on site of the work that are to be fabricated into the work.
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 this agreement. It is understood, however, that in case the whole
work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and
some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon
written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained per-
centage due Contractor.
42. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that
the work has been completed or substantially completed, the owner's Representative and the Owner shall in-
spect the work and within said time, if the work be found to be completed or substantially completed in ac-
cordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his
certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
43. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final
measurement and prepare a final statement of the value of all work performed and materials furnished under
the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or be-
fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of
this agreement, provided he has fully performed his contractual obligations under the terms of this con-
tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the
certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve
the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi-
tions (if any) of this contract or required in the specifications made a part of this contract.
44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con-
tractor shall at his own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract. 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.
45. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he shall remedy 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
-36-
date of substantial completion. The Owner or the Owner's Representative shall give notice of observed de-
fects with reasonable promptness.
46. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner,
which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of
them.
47. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the
Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the
Owner's Representative has given any directions, order or instruction to which the Contractor desires to
take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and
render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's
Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in
writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by
the Contractor of the final payment shall be a bar to any claim by either party, except where noted other-
wise in the contract documents.
48. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either
party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named
in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to se-
lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of
Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration
fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shall lapse, and the de-
cision of the Owner's Representative shall be final and binding on him. Should the other party fail to
choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei-
ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the
arbiters are empowered by both parties to take Ex Parte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the
contract, unless either or both parties shall appeal within ten (10) days from date of the award by the ar-
biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be
according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated
Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT
SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION.
-37-
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such suns as they deem proper for the time, expense and trouble incident to the appeal, and if the
appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar-
biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs
and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ-
ing and shall not be open to objection on account of the form of proceedings or award.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written
notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the or-
ders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or
the Specifications hereto attached, 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.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery,
equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
a-- 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided
for within ten (10) days after service of such notice, then the Owner may provide for completion of the work
in either of the following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and sup-
plies 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 com-
pleted 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 com-
pleted by said Contractor, then the Contractor and/or his 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 newspa-
per 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. However, 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.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified
and certificates of completion and acceptance, as provided in paragraph 42 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, 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 certificate of completion.
-38-
In the event the statement of accounts shows that the cost to complete the work is less than that which
would have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract
price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the
work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that
actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date
of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either
public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than
the Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply
with said terms within ten (10) days after written notification by the Contractor, then the Contractor may
suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all
materials on the ground that have not been included in payments to the Contractor and have not been incorpo-
rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount
earned by the Contractor, which estimate shall include the value of all work actually completed by said Con-
tractor at the prices stated in the the attached proposal, the value of all partially completed work at a
fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided
for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Con-
tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative
shall then make a final statement of the balance due the Contractor by deducting from the above estimate all
previous payments by the owner and all other sums that may be retained by the Owner under the terms of this
Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days
after the date of the notification by the Contractor the balance shown by said final statement as due the
Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with
Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the
event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statu-
tory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner,
and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur-
ther agreed that this contract shall not be in effect until such bonds are so furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special con-
ditions conflict with any of the general conditions contained in this contract, then in such event the
special conditions shall control.
-39-
_
1-1a
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution
of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the
work, shall be sustained and borne by the Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and au-
thority to direct, supervise, and control his 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 ob-
serve Contractor's work during his 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.
55. 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 he shall remove all such debris and also his 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.
-40-
(This page left blank intentionally)
CURRENT WAGE DETERMINATIONS
-4I-
(This page left blank intentionally)
DGV:da
Resolution #2502
January 8, 1987
Agenda Item #18
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
.in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
.contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day.of January 1987.
Ranett&3oyd, City Secretary
APPROVED T, ONTENT:
t1
Bi 1 P yne, D rector of Building
Services
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Do IdG. Vandiver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Acoustical Ceiling Installer
Air Conditioner Installer
Air Conditioner Installer -Helper
Bricklayer
Bricklayer -Helper
Carpenter
Carpenter -Helper
Cement Finisher
Drywall Hanger
Electrician
Electrician -Helper
Equipment Operator -
Heavy
Light
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
Hourlv Rate
$11.60
8.35
- 5.50
10.50
5.00
11.00
5.50
7.35
8.70
10.50
5.25
8.00
5.70
8.00
7.50
9.50
5.00
7.30
4.75
5.60
8.75
9.25
6.00
7.65
4.75
8.75
5.50
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
.; Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
F1 agger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
-, Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourlv Rate
$5.25
4.75
7A5
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
• S
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft
Power Line Foreman
Lineman Journeyman
Lineman Apprentice Series
Groundman Series
Hourly Rate
$11.00
10.45
8.90
7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.1 1/2 times base rate.
SPECIFICATIONS
-42-
(This page left blank intentionally)
SECTION 1AO
GENERAL
RELATED DOCUMENTS:
SUMMARY OF THE WORK
The general provisions of the Contract, including General and
Supplementary Conditions and other General Requirements sections,
apply to the work specified in this section.
DESCRIPTION OF REQUIREMENTS:
General: The kinds of provisions which control or influence the
description and performance of the work (and of the project)
..- include the following (in summary of information shown on drawings
and specified in other specification sections and elsewhere in the
contract documents):
Owner pre -purchased subcontracts.
Other work, prior to work of this Contract.
Coordination with existing work.
Alterations to existing work.
Mandatory sequences of phases for the work.
Other work, concurrently by Owner.
Other work, concurrently by separate contractors.
Other work, subsequent to the work of this Contract.
Overall performance requirements of the project.
Summary by Reference: The work can be summarized by reference to
the requirements o t e various contract documents, which in turn
make reference to the requirements of other applicable provisions
which control or influence the work; and these references can be
summarized but are not necessarily limited to the following:
The Executed Owner -Contractor Agreement (sample copy bound
herewith).
The General and Supplementary Conditions, which are bound here
with(in this Project Manual).
The Drawings, which are titled and dated the same as these
contract documents, and bound separately.
The Specification Sections, which are bound here with and are
listed in the "Index of Specification Sections" bound
herewith.
SUMMARY nF THE wnRK IAO-1
The Addenda and Modifications to the contract documents, which
have been either bound herewith or distributed by transmittal
subsequent to the binding hereof.
The documentation of separate contracts, which include project
work which is not work of this Contract, and are available for
reference at the Architect's or Engineer's office.
Work by the Owner, which is in connection with the project and
is described herein to the extent it is believed to have a
significant relation with the work of this Contract.
Governing regulations, which have a bearing on the performance
of the work; copies can be obtained from or reviewed at the
local, State or Federal Agency responsible for the regulation
in each case.
Submittals (of every kind), copies of which are retained by
the Contractor at the site.
Miscellaneous elements of information having a bearing on the
performance of the work, such as weather forecasts and reports
of general trade union negotiations; copies must be obtained
by the Contractor through normal channels of information.
Verbal (Written) Summary: Briefly and without force and effect on
t e requirements of the contract documents, the project and the
work of the Contract can be described in summary as follows:
The work includes site clearing, fill and grading, new asphalt
and concrete paving for "Municipal Hill Operations Facilities
for the city of Lubbock".
The work shall include removal of existing paving,
landscaping, and other improvements an indicated on the
drawings.
The work will include all materials, labor and equipment
necessary to complete the entire work as described on the
drawings and in the specifications.
Separate contracts have been or will be issued to various
contractors to perform work in addition to the work of this
Contract. That separate -contract work can be summarized as
follows:
General Building Construction, Landscaping and irrigation
systems.
Security fencing.
CiimmrARv nP TWV h nDv 1 An_,)
OTHER WORK, BY OWNER OR BY SEPARATE CONTRACTORS:
General: In addition to the work or this Contract, other work will
be performed either by the Owner's employees or by engaged separate
Contractors.
All work of this Contract shall be coordinated with work performed
by others preceding, during, or following the work of this
Contract.
Cooperate with those performing other work to avoid conflicts.
END OF SECTION 1AO
QMAMADV (1r' Tur7 1.MDV 1 A
SECTION 2A1 - SITE CLEARING
GENERAL
RELATED DOCUMENTS:
The general provisions of the Contract, including General and
Supplementary Conditions and General Requirements (if any), apply
to the work specified in this section.
DESCRIPTION OF WORK:
The extent of site clearing is shown on the drawings.
Site clearing work includes, but is not limited to, the following:
Protection of existing trees.
Removal of trees and other vegetation.
Topsoil stripping.
Clearing and grubbing.
Removing above -grade improvements.
Removing below -grade improvements.
JOB CONDITIONS:
Protection of Existing Improvements:
Provide protections necessary to prevent damage to existing
improvements indicated to remain in place.
Protect improvements on adjoining properties and on the Owner's
property.
Restore damaged improvements to their original condition, as
acceptable to parties having jurisdiction.
Protection of Existing Trees and Vegetation:
Protect existing trees and other vegetation indicated to remain in
place, against unnecessary cutting, breaking or skinning of roots,
skinning and bruising of bark, smothering of trees by stockpiling
construction materials or excavated materials within drip line,
excess foot or vehicular traffic, or parking of vehicles within
drip line. Provide temporary guards to protect trees and
vegetation to be left standing.
CTTC rl C6DTtIC nfkl I
Water trees and other vegetation to remain within the limits of the
contract work as required to maintain their health during the
course of construction operations.
Provide protection for roots over 1 1/ 2" diameter cut during
construction operations. Coat the cut faces with an emulsified
asphalt, or other acceptable coating, formulated for use on damaged
plant tissues. Temporarily cover exposed roots with wet burlap to
prevent roots from drying out; cover with earth as soon as
possible.
Repair or replace trees and vegetation damaged by construction
operations, in a manner acceptable to the Architect. Repair tree
damage by a qualified tree surgeon.
Salvable Improvements:
Carefully remove items indicated to be salvaged, and store on the
Owner's premises, unless otherwise directed.
�- EXECUTION
SITE CLEARING:
General:
Remove vegetation, improvements, or obstructions interfering with
installation of new construction. Remove such items elsewhere on
the site or premises as specifically indicated. Removal includes
stumps and roots.
Topsoil:
Topsoil is defined as friable clay loam surface soil found in a
depth of not less than 4". Satisfactory topsoil is reasonably free
of subsoil, clay lumps, stones, and other objects over 2" in
diameter, and without weeds, roots, and other objectionable
material.
Clearing and Grubbing:
Clear the site of trees, shrubs and other vegetation, except for
that indicated to be left standing.
Completely remove stumps, roots, and other debris protruding
through the ground surface.
Use only hand methods for grubbing inside the drip line of
trees indicated to be left standing.
Fill depressions caused by clearing and grubbing operations with
satisfactory soil material, unless further excavation or earthwork
is indicated.
CTTF riFARTNr. 7n1 e)
Place fill material in horizontal layers not exceeding 6" loose
depth, and thoroughly compact to a density equal to adjacent
original ground.
Removal of Improvements:
Remove above -grade and below -grade improvements necessary to permit
construction, and other work as indicated.
Removal from Owner's Property:
Remove waste materials and unsuitable and excess topsoil from the
Owner's property and dispose of legally.
END OF SECTION 2A1
SITE CLEARING 2A1-3
SECTION 2BO - EXCAVATING, FILLING AND GRADING
GENERAL
RELATED DOCUMENTS:
The general provisions of the Contract, including General and
Supplementary Conditions and General Requirements (if any) apply to
r- the work specified in this section.
DESCRIPTION OF WORK:
The extent of excavation, filling and grading is shown on the
drawings.
Preparation of subgrade for walks, and pavements is included
as part of this work.
QUALITY ASSURANCE:
Codes and Standards: Perform excavation work in compliance with
applicable requirements of governing authorities having
jurisdiction.
Testing and Inspection Service:
Owner may engage soil testing and inspection service for quality
control testing during earthwork operations.
Use of Explosives:
The use of explosives is not permitted.
Protect structures, utilities, sidewalks, pavements, and other
facilities from damage caused by settlement, lateral movement,
undermining, washout and other hazards created by earthwork
operations.
PRODUCTS
SOIL MATERIALS:
Definitions:
Satisfactory soil materials are defined as those complying with
American Association of State Highway and Transportation Officials
(AASHTO) M145, soil classification Groups A-1, A-2-4, A-2-5, and
A-3.
Unsatisfactory soil materials are those defined in AASHTO M145 soil
classification Groups A-2-6, A-2-7, A-4, A-5, A-6, and A-7; also,
peat and other highly organic soils.
CV(`IIVIITTk1r CT I TfOV` Ahm rnnnI—
Subbase Material: Naturally or artificially graded mixture of
natural or crush ed gravel, crushed stone, crushed slag, natural or
crushed sand, as acceptable to the Architect.
Backfill and Fill Materials: Satisfactory soil materials free of
clay, roc or gravel larger than 2" in any dimension, debris,
waste, frozen materials, vegetable and other deleterious matter.
EXECUTION
INSPFCTTON:
Examine the areas and conditions under which excavating, filling,
and grading are to be performed and notify the Contractor, in
writing of conditions detrimental to the proper and timely
completion of the work. Do not proceed with the work until
unsatisfactory conditions have been corrected in an acceptable
manner.
EXCAVATION:
Excavation consists of removal and disposal of material encountered
when establishing required grade elevations.
Unauthorized excavation consists of removal of materials beyond
indicated subgrade elevations or dimensions without specific
direction of Architect. Unauthorized excavation, as well as
remedial work directed by the Architect, shall be at the
Contractor's expense.
Material Storage: Stockpile satisfactory excavated materials where
directed, until required for backfill or fill. Place, grade and
shape stockpiles for proper drainage.
Locate and retain soil materials away from edge of excavations.
Dispose of excess soil material and waste materials as herein
specified.
COMPACTTON:
General: Control soil compaction during construction providing
minimum percentage of density specified for each area
classification.
Percentage of Maximum Density Requirements:
Compact soil to not less than the following percentages of
maximum dry density for soils which exhibit a well-defined
moisture density relationship determined in accordance with
ASTM D 1557; and not less than the following percentages of
relative density, determined in accordance with ASTM D 2049,
EXCAVATING, FILLING AND GRADING 2BO-2
for soils which will not exhibit a well-defined moisture -
density relationship.
Lawn or Unpaved Areas: Compact top 6" of subgrade and each
layer of backfill or fill material at 90% maximum dry density.
Walkways: Compact top 6" of subgrade and each layer of back
il—1 —or fill material at 95% maximum dry density or 90%
relative dry density.
Pavements: Compact top 12" of subgrade and each layer of back
fill or fill material at 95% maximum dry density or 90%
relative dry density for cohesive soil material.
Moisture Control: Where subgrade or layer of soil material must be
moisture conditioned before compaction, uniformly apply water to
surface of subgrade, or layer of soil material, to prevent free
water appearing on surface during or subsequent to compaction
operations.
Remove and replace, or scarify and air dry, soil material that is
too wet to permit compaction to specified density.
Soil material that has been removed because it is too wet to
permit compaction may be stockpiled or spread and allowed to
dry. Assist drying by discing, harrowing or pulverizing until
moisture content is reduced to a satisfactory value.
BACKFILL AND FILL:
General: Place acceptable soil material in layers to required
subgrade elevations, for each area classification listed below.
In excavations, use satisfactory excavated or borrow material
Under grassed areas, use satisfactory excavated or borrow
material.
Under walks and pavements, use subbase material, or
satisfactory excavated or borrow material, or combination of
both.
Ground Surface Preparation: Remove vegetation, debris,
unsatisfactory soil materials, obstructions, and deleterious
-- materials from ground surface prior to placement of fills. Plow
strip, or break-up sloped surfaces steeper than 1 vertical to 4
horizontal so that fill material will bond with existing surface.
When existing ground surface has a density less than that specified
under "Compaction" for the particular area classification, break up
the ground surface, pulverize, moisture -condition to the optimum
moisture content, and compact to required depth and percentage of
maximum density.
Placement and Compaction: Place backfill and fill materials in
layers not more than 8 in loose depth for material compacted by
heavy compaction equipment, and not more than 4" in loose depth for
material compacted by hand -operated tampers.
Before compaction, moisten or aerate each layer as necessary to
provide the optimum moisture content. Compact each layer to
required percentage of maximum dry density or relative dry density
for each area classification. Do not place backfill or fill
material on surfaces that are muddy, frozen, or contain frost or
ice.
Place backfill and fill materials evenly adjacent to structures, to
required elevations. Take care to prevent wedging action of
backfill against structures by carrying the material uniformly
around structure to approximately same elevation in each lift.
GRADING:
General: Uniformly grade areas within limits of grading under this
section, including adjacent transition areas. Smooth finished
surface within specified tolerances, compact with uniform levels or
slopes between points where elevations are shown, or between such
points and existing grades.
Grading Outside Building Lines: Grade areas adjacent to building
Mine to drain away from structures and to prevent ponding.
Finish surfaces free from irregular surface changes, and as
follows:
Lawn or Unpaved Areas: Finish areas to receive top soil to
wit in not more than 0.10' above or below the required
subgrade elevations.
Walks: Shape surface of areas under walks to line, grade and
cross-section, with finish surface not more than 0.10' above
or below the required subgrade elevation.
Pavements: Shape surface of areas under pavement to line,
grade and cross-section, with finish surface not more than
112" above or below the required subgrade elevation.
Compaction:
After grading, compact subgrade surfaces to the depth and
percentage of maximum density for each area classification.
PAVEMENT SUBBASE COURSE:
General: Subbase course consists of placing subbase material, in
layers of specified thickness, over subgrade surface to support a
pavement base course.
.., See other Division 2 sections for paving specifications.
Grade Control: During construction, maintain lines and grades
including crown and cross -slope of subbase course.
Shoulders: Place shoulders along edges of subbase course to
prevent lateral movement. Construct shoulders'of acceptable soil
-- materials, placed in such quantity to compact to thickness of each
subbase course layer. Compact and roll at least a 12" width of
shoulder simultaneously with compacting and rolling of each layer
of subbase course.
Placing: Place subbase course material on prepared subgrade in
layers of uniform thickness, conforming to indicated cross-section
and thickness. Maintain optimum moisture content for compacting
subbase material during placement operations.
When a compacted subbase course is shown to be 6" thick or less,
place material in a single layer. When shown to be more than 6"
thick, place material in equal layers, except no single layer more
than 6" or less than 3" in thickness when compacted.
MAINTENANCE:
Protection of Graded Areas: Protect newly graded areas from
traffic and erosion. Keep free of trash and debris.
Repair and re-establish grades in settled, eroded, and rutted area
to specified tolerances.
Reconditioning Compacted Areas: Where completed compacted areas
are disturbed by subsequent construction operations or adverse
weather, scarify surface, reshape, and compact to required density
prior to further construction.
DISPOSAL OF EXCESS AND WASTE MATERIALS:
Removal from Owner's Property:
Remove waste materials, including unacceptable excavated material,
trash and debris, and dispose of it off the Owner's property.
Remove excess excavated material, trash, debris and waste materials
and dispose of is off the Owner's property.
END OF SECTION 2BO
SECTION 2NO - CONCRETE CURBS, WALKS AND PAVING
GENERAL
RELATED DOCUMENTS:
The general provisions of the Contract, including General and
Supplementary Conditions and General Requirements (if any) apply to
the work specified in this Section.
DESCRIPTION OF WORK:
The extent of concrete curbs, walks, and paving is shown on the
drawings.
QUALITY ASSURANCE:
Codes and Standards: Comply with local governing regulations if
more stringent than herein specified.
CIIRMTTTAI S-
Furnish samples, manufacturer's product data, test reports, and
materials' certifications as required in the referenced sections
for concrete and joint fillers and sealers.
JOB CONDITIONS:
Traffic Control: Maintain access for vehicular and pedestrian
traffic as required for other owner activities.
PRODUCTS
MATFRTAI C
Forms: Steel, wood, or other suitable material of size and
strength to resist movement during concrete placement and to retain
horizontal and vertical alignment until removal. Use straight
forms, free of distortion and defects.
Use flexible spring steel forms or laminated boards to form
radius bends as required.
Coat forms with a non -staining form release agent that will not
discolor or deface the surface of the concrete.
Welded Wire Mesh: Welded plain cold -drawn steel wire fabric, ASTM
A 185.
Furnish in flat sheets, not rolls, unless otherwise acceptable
to the Architect.
Reinforcing Bars: Deformed steel bars, ASTM A 615, Grade 40,
unless otherwise indicated.
CONCRFTF CURBS_ WAI KC. ANn DAVTNr. )kin _i
I --
Joint Dowel Bars: Plain steel bars, ASTM A615, Grade 40, unless
otherwise indicated. Cut bars true to length with ends square and
free of burrs.
Metal Expansion Caps: Furnish for one end of each dowel bar in
expansion joints. Design caps with one end closed and a minimum
length of 3" to allow bar movement of not less than 1", unless
otherwise indicated.
Concrete Materials: Comply with requirements of applicable
Division 3 sections for concrete materials, admixtures, bonding
materials, curing materials, and others as required.
Expansion Joint Materials: Comply with manufacturers recommended
sections for preformed expansion joint fillers and sealers.
Anti-Spalling Compound: 50% (by volume) boiled linseed oil and 50%
y volume commercial grade kerosene or mineral spirits.
Epoxy Resin Grout: FS MMM-G-650.
CONCRETE MIX, DESIGN AND TESTING:
Design the mix to produce standard -weight concrete consisting of
portland cement, aggregate, air -entraining admixture and water to
produce the following properties:
Compressive Strength: 3000 psi, minimum at 28 days.
Slump Range: 2" to 4".
Air Content: 5% to 8%.
^— EXECUTION
INSPECTION:
Examine the areas and conditions under which concrete curbs, walks,
and paving are to be installed and notify the Contractor in writing
of condition detrimental to the proper
and timely completion of the work. Do not proceed with the work
until unsatisfactory conditions have been corrected in an
acceptable manner.
SURFACE PREPARATION:
Remove loose material from the compacted subbase surface
immediately before placing concrete.
FORM CONSTRUCTION:
Set forms to the required grades and lines, rigidly braced and
secured. Install sufficient quantity of forms to allow continuous
progress of the work and so that forms can remain in place at least
24 hours after concrete placement.
Check completed formwork for grade and alignment to the following
tolerances:
Top of forms not more than 1/ 8" in 10'.
Vertical face on longitudinal axis, not more than 1/4" in 10'.
Clean forms after each use, and coat with form release agent as
often as required to ensure separation from concrete without
damage.
REINFORCEMENT:
Locate, place and support reinforcement as specified in Division 3
sections, unless otherwise indicated.
CONCRETE PLACEMENT:
Do not place concrete until subbase and forms have been
c ecked for line and grade. Moisten subbase if required to provide
a uniform dampened condition at the time concrete in placed. Do
not place concrete around manholes or other structures until they
are at required finish elevation and alignment.
Place concrete using methods which prevent segregation of the mix.
Consolidate concrete along the face of forms and adjacent to
transverse joints with an internal vibrator. keep vibrator away
from joint assemblies, reinforcement, or side forms. Use only
square -faced shovels for hand -spreading and consolidation.
Consolidate with care to prevent dislocation of reinforcing,
dowels, and joint devices.
Deposit and spread concrete in a continuous operation transverse
joints, as far as possible. If interrupted for more than 1/2-hour,
place a construction joint.
When adjacent pavement lanes are placed in separate pouts, do no
operate equipment on the concrete until the pavement has attained
sufficient strength to carry the loads without injury.
Curbs and Gutters: Automatic machine may be used for curb and
gutter placement at Contractor's option, if acceptable to the
Architect. If machine placement is to be used, submit revised mix
design and laboratory test results which meet or exceed the
minimums herein specified. Machine placement must produce curbs
and gutters to the required cross-section, lines, grades, finish,
and jointing as specified for formed concrete. If results are not
acceptable, remove and replace with formed concrete as specified.
JOINTS:
rn KIt, n7TC rIInQc Ill AI vc AMn DAWTNIQ 9Nn-i
�- General: Construct expansion, weakened -plane (contraction), and
construction joints true -to -line with face perpendicular to surface
of the concrete, unless otherwise indicated. Construct transverse
joints at right angles to the centerline, unless otherwise
indicated.
When joining existing structures, place transverse joints to align
with previously placed joints, unless otherwise indicated.
Weakened -Plane (Contraction) Joints (Wk-P1Jt): Provide weakened -
plane contraction joints, sectioning concrete into areas as shown
on the drawings. Construct weakened -plane joints for a depth equal
to at least 1/4 concrete thickness, as follows:
Tooled Joints: Form weakened -plane joints in fresh concrete
y grooving top portion with a recommended cutting tool and
finishing edges with a jointer at 6'-0" O.C. or as shown on
the drawings.
Construction Joints (CnsJt). Place construction joints at the end
of all pours and at locations where placement operations are
stopped for a period of more than 1/2 hour, except where such pours
terminate at expansion joints.
Construct joints as shown or, if not shown, use standard metal
keyway -section forms.
Where load transfer -slip dowel devices are used, install so
that one end of each dowel bar is free to move, as shown on
drawings.
Expansion Joints (ExpJt): Provide premolded joint filler for
expansion joints abutting concrete curbs, catch basins, manholes,
inlets, structures, walks and other fixed objects, unless otherwise
indicated.
Locate expansion joints at 50' o.c. for each pavement lane,
unless otherwise indicated.
Extend joint fillers full -width and depth of joint, and not less
than 1/2" or more than 1" below finished surface where joint sealer
'^ is indicated. If no joint sealer, place top of joint filler flush
with finished concrete surface.
Furnish joint fillers in one-piece lengths for the full width being
placed, wherever possible. Where more than one length is required,
lace or clip joint filler section together.
n
Protect the top edge of the joint filler during concrete placement
with a metal cap or other temporary material. Remove protection
after concrete has been placed on both sides of joint.
Fillers and Sealants: Comply with the requirements of the 7T-
Series of these specifications for preparation of joints,
materials, installation, and performance, and as herein specified.
CONCRETE FINISHING:
After striking -off and consolidating concrete, smooth the
surface by screeding and floating. Use hand methods only
where mechanical floating is not possible. Adjust the floating to
compact the surface and produce a uniform texture.
After floating, test surface for trueness with a 10' straightedge.
Distribute concrete as required to remove surface irregularities,
and refloat repaired areas to provide a continuous smooth finish.
Work edges of slabs, gutters, back top edge of curb, and formed
joints with an edging tool, and round to 1/ 2" radius, unless
otherwise indicated. Eliminate any tool marks on concrete surface.
After completion of floating and when excess moisture or surface
sheen has disappeared, complete surface finishing, as follows:
Broom finish, by drawing a fine -hair broom across concrete
surface, perpendicular to line of traffic. Repeat operation
if required to provide, a fine line texture acceptable to
Architect.
On inclined slab surfaces, provide a coarse, non -slip finish
y scoring surface with a stiff -bristled broom, perpendicular
to line of traffic.
Do not remove forms for 24 hours after concrete has been placed.
After form removal, clean ends of joints and point -up any minor
honeycombed areas. Remove and replace areas or sections with major
defects, as directed by Architect.
CURING:
Protect and cure finished concrete paving, complying with
applicable requirements of Division 3 sections. Use moist -curing
methods for initial curing whenever possible.
REPAIRS AND PROTECTIONS:
Repair or replace broken or defective concrete, as directed by
Architect.
Drill test cores where directed by Architect, when necessary to
determine magnitude of cracks or defective areas. Fill drilled
core holes in satisfactory pavement areas with portland cement
concrete bonded to pavement with epoxy resin grout.
Protect concrete from damage until acceptance of work. Exclude
traffic from pavement for at least 14 days after placement. When
construction traffic is permitted, maintain pavement as clean as
possible by removing surface stains and spillage of materials as
they occur.
Sweep concrete pavement and wash free of stains, discolorations,
dirt and other foreign material just prior to final inspection.
.� END OF SECTION 2NO
SECTION 2PO - ASPHALT CONCRETE PAVING
GENERAL
RELATED DOCUMENTS:
The general provisions of the Contract, including General and
Supplementary Conditions and General Requirements apply to the work
specified in this section.
DESCRIPTION OF WORK:
The extent of asphalt concrete paving (AsCon-Pvg) work is shown on
the drawings.
Prepared aggregate subbase is specified in earthwork sections.
SUBMITTALS:
Material Certificates:
Provide copies of materials certificates signed by material
producer and Contractor, certifying that each material item
complies with, or exceeds, specified requirements.
JOB CONDITIONS:
Weather Limitations: Apply prime and tack coats only when ambient
temperature is above 50 degrees F., and when temperature has not
been below 35 F. for 12 hours immediately prior to application. Do
not apply when base is wet or contains an excess of moisture.
Construct asphalt concrete surface course only when atmospheric
temperature is above 40 F., and when base is dry. Base course may
be placed when air temperature is above 30 F. and rising.
Grade Control: Establish and maintain required lines and
elevations.
PRODUCTS
MATERIALS:
General: Use locally available materials and gradations which
exhibit a satisfactory record of previous installations.
Base Course Aggregate: Sound, angular crushed stone, crushed
gravel, or crushed slag, sand, stone or slag screenings.
Uncrushed gravel may be used in base course mixture if
required to suit local material availability.
n(`nII nI T rnKI rr n rTr nn VT Mf% )on 1
—, Surface Course Aggregate: Crushed stone, crushed gravel, crushed
slag, and sharp -edged natural sand.
Sand prepared from stone, blast -furnace slag, or gravel, or
combinations thereof may be used if required to suit local
material availability.
Mineral Filler: Limestone dust, Portland cement, or other inert
material complying with AASHTO M 17 (ASTM D 242).
Asphalt Cement: Comply with AASHTO M 226 (ASTM D 3881).
Viscosity Grade: AC-10, AR-4000.
Prime Coat: Cut)back asphalt type; MC-30, MC-70 or MC-250.
Tack Coat: Emulsified asphalt, SS-1, AS-lh, CSS-1, or
-� CSS-lh, diluted with one part water to one part emulsified asphalt.
EXECUTION
TNCPFrTTnN-
Paver must examine areas and conditions under which asphalt
concrete paving is to be installed and notify Contractor in writing
of conditions detrimental to proper and timely completion of work.
Do not proceed with work until unsatisfactory conditions have been
corrected in a manner acceptable to Paver.
SURFACE PREPARATION:
Remove loose material from compacted subbase surface immediately
before applying prime coat.
Prime Coat: Apply at rate of 0.20 to 0.50 gal. per sq. yd., over
compacted subgrade. Apply material to penetrate and seal, but not
flood, surface. Cure and dry as long as necessary to attain
�., penetration and evaporation of volatile.
Tack Coat: Apply to contact surfaces of previously constructed
asphalt or Portland cement concrete and surfaces abutting or
projecting into asphalt concrete pavement. Distribute at rate of
0.05 to 0.15 gal. per sq. yd. of surface.
Allow to dry until at proper condition to receive paving.
PLACING MIX:
General: Place asphalt concrete mixture on prepared surface,
spread and strike -off. Spread mixture at minimum temperature of
225 F. Place inaccessible and small areas by hand. Place each
course to required grade, cross-section, and compacted thickness.
Paver Placing: Place in strips not less than 10' wide, unless
otherwise acceptable to Architect. After first strip has been
placed and rolled, place succeeding strips and extend rolling to
overlap previous strips. Complete base course for a section before
placing surface course.
Joints: Make joints between old and new pavements, or between
successive days' work, to ensure continuous bond between adjoining
work. Construct joints to have same texture, density and
smoothness as other sections of asphalt concrete course. Clean
contact surfaces and apply tack coat.
Curbs: Construct curbs over compacted pavement surfaces. Apply a
lig tack coat unless pavement surface is still tacky and free
from dust.
Place curb materials to cross-section indicated or, if not
indicated, to local standard shapes, by machine or by hand in wood
or metal forms. Tamp hand -placed materials and screed to smooth
finish. Remove forms as soon as material has cooled.
ROLLING:
General: Begin rolling when mixture will bear roller weight
without excessive displacement.
Compact mixture with hot hand tampers or vibrating plate compactors
in areas inaccessible to rollers.
Breakdown Rolling: Accomplish breakdown or initial rolling
immediately following rolling of joints and outside edge. Check
surface after breakdown rolling, and repair displaced areas by
loosening and filling, if required, with hot material.
Second Rolling: Follow breakdown rolling as soon as possible,
while mixture is hot. Continue second rolling until mixture has
been thoroughly compacted.
Finish Rolling: Perform finish rolling while mixture is still warm
enough for removal of roller marks. Continue rolling until roller
marks are eliminated and course has attained maximum density.
Patching: Remove and replace paving areas mixed with foreign
materials and defective areas. Cut-out such areas and fill with
fresh, hot asphalt concrete. Compact by rolling to maximum surface
density and smoothness.
Protection: After final rolling, do not permit vehicular traffic
on pavement until it has cooled and hardened.
Erect barricades to protect paving from traffic until mixture has
cooled enough not to become marked.
+r- 1-1 r In11—I-I n A � I I 11n 7DO__1)
TRAFFIC AND LANE MARKINGS:
Cleaning: Sweep and clean surface to eliminate loose material and
dust.
Striping: Use chlorinated -rubber base traffic lane -marking paint,
factory -mixed, quick -drying, and non -bleeding.
Color: Yellow.
Provide material complying with FS TT-P-115, Type III, unless
otherwise acceptable to Architect.
Apply paint with mechanical equipment to produce uniform straight
edges. Apply in 2 coats at manufacturer's recommended rates.
FIELD QUALITY CONTROL:
r-
General: Test in -place asphalt concrete courses for compliance
with requirements for thickness and surface smoothness. Repair or
remove and replace unacceptable paving as directed by Architect.
Thickness: In -place compacted thickness will not be acceptable if
exceeding following allowable variation from required thickness:
Base Course: 1/2", plus or minus.
Surface Course: 1/ 4", plus or minus.
Surface Smoothness: Test finished surface of each asphalt concrete
A course for smoot ness, using 10' straightedge applied parallel
with, and at right angles to centerline of paved area. Surfaces
will not be acceptable if exceeding the following tolerances for
smoothness.
Base Course Surface: 1/4".
Check surface areas at intervals as directed by Architect.
END OF SECTION 2P0
SECTION 3CL - CONCRETE REINFORCEMENT
PART 1 - GENERAL
RELATED DOCUMENTS
The general provisions of the Contract, including General and
Supplementary Conditions and General Requirements (if any), apply
to the work specified in this section.
DESCRIPTION OF WORK:
The extent of concrete reinforcement is shown on the drawings and
in schedules.
The work includes fabrication and placement pf reinforcement for
cast -in -place concrete, including bars, welded wire fabric, ties
and supports.
QUALITY ASSURANCE:
Coeds and standards: Comply with requirements of the following
codes and standards, except as herein modified:
American Welding Society, AWS D12.1 "Recommended Practices for
Welding Reinforced Steel, Metal and Connections in Reinforced
Concrete Construction".
Concrete Reinforcing Steel Institute, "Manual if Standard
Practice".
American Concrete Institute, ACI 318 "Building Code
Requirements for Reinforced Concrete".
DELIVERY, HANDLING AND STORAGE
Deliver reinforcement to the project site bundled, tagged and
marked. Use all metal tags indicating bar size, lengths, and other
information corresponding to markings shown on placement diagrams.
Store concrete reinforcement materials at the site to prevent
damage and accumulation of dirt or excessive rust.
PRODUCTS
MATFRTAI S-
Reinforcing Bars (ReBar): ASTM A 615, deformed and as follows;
Provide Grade 40 for bars No. 3 to 18, except as otherwise
indicated
Steel Wire: ASTM A 82.
Welded Wire Fabric (WW F) : ASTM A 185
Supports for Reinforcement: Bolsters, chairs, spacers and other
devices for spacing, supporting and fastening reinforcement in
place.
Use wire bar type supports complying with CRSI
recommendations, unless otherwise indicated. Do not use wood,
brick, and other unacceptable materials.
FABRICATION:
General: Fabricate reinforcing bars to conform to required shapes
and dimensions, with fabrication tolerances complying with CRSI
"Manual of Standard Practice". In case of fabricating errors, do
not re -bend or straighten reinforcement in a manner that will
injure or weaken the material.
Unacceptable Materials: Reinforcement with any of the following
defects will not be permitted in the work
Bar lengths, depths and bends exceeding CRSI fabrication
tolerances.
Bend or kinks not indicated on drawings or final shop
drawings.
Bars with reduced cross-section due to excessive rusting or
other cause.
EXECUTION
rKicnrf rrnni _
The installer must examine the conditions under which concrete
reinforcement is to be placed, and notify the Contractor in writing
of unsatisfactory conditions. Do not proceed with the work until
unsatisfactory conditions have been corrected in a manner
acceptable to the Installer.
�— INSTALLATION:
Comply with the specified codes and standards, and concrete
Reinforcing Steel Institute recommended for "Placing Reinforcing
Bars", for details and methods of Reinforcement placement and
supports, and as herein specified.
Clean reinforcement to remove loose rust and mill scale, earth,
ice, and other materials which reduce or destroy bond with
concrete.
SPECIAL CONDITIONS
.o.
r--
-43-
No Text
SPECIAL CONDITIONS
Testing and Inspection
The Owner may utilize the services of City personnel to
perform material testing and inspection services during
earthwork, paving and concrete operations.
Asphaltic Concrete Temperature
Spread mixture at minimum temperature of 290 degrees F.
Asphaltic Concrete Mix Design
The Contractor will submit a proposed mix design for the
asphaltic paving mixture for approval. The mix design shall
conform to the Texas Highway Department Type "D" ranges in
gradation.
r
(This page left blank intentionally)
TO:
NOTICE Of ACCEPTANCE
The City of Lubbock, having considered the proposals submitted and opened on the _day of
199_, for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock;
it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that
said proposal was accepted by the City Council of the City of Lubbock on the day of 198_ at
the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, cer-
tificates of insurance, and all other documents specified and required to be executed and furnished under the con-
tract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents
within ten (10) days from your receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of
such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to
execute and furnish such contract documents and bonds within the time limit specified, said bid security will be re-
tained by the City of Lubbock.
CITY Of LUBBOCK
Owner's Representative
-44-
No Text
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
BOB-767-2167
DATE: October 8, 1990
CITY OF LUBBOCK
"NOTICE TO PROCEED"
DATE ISSUED: October 10, 1990
TO: RONNIE ZAHN PAVING, INC.
Rt. 10, Box 820
Lubbock, TX 79404
PROJECT DESCRIPTION: Bid # 10783 - Paving of Municipal Hill Operations
Center
OWNERS REPRESENTATIVE:
Jerry Smith, Director of Building Services
Building Services
P.O. Box 2000
Lubbock, Texas 79457
Telephone: 806-767-2853
PROJECT AMOUNT: $491,231.000
LIQUIDATED DAMAGES: $100.00 per day
TIME AND ORDER OF COMPLETION: 90 calendar days
SUPERVISING
ISSUED BY:
CT(S): Schaurer Associates
, Director of Building Services
CHANGE ORDER NUMBER ONE
BID NUMBER 10783
TO: Ronnie Zahn Paving, Inc.
Rt. 10 Box 82.0
Lubbock, Texas 79404
Original Amount of Contract $ 4,91,231.00
Amount Previous Change Orders .00
Net Amount this Change Order 1,250.00
Amended. Amount of Contract $ 492,481.00
Percentage Change of Contract Price is .002%
Additional Time of Completion is 0 Days
The Date of Substantial Completion
as of this Change Order is January 12, 1991
WHEREAS, it is desirable to make changes in the plans and specifications for
this project.
THIS: AGREEMENT WITNESSED: The Contractor to furnish all labor and material to
add. one 4 foot wide concrete drainage channel north of the Police Academy.
IN WITNESS WHEREOF, the. Owner and the Contractor have hereto set their hands
this the 28 day of May, 1991.
CONrQarrnQ-
Ron
BY:
TIT
APPROVED ASIqO FORM:
C y Attorney
V ,:.�ft
OWNER:
City of Lubbock
BY: aoc�
Deputy City Manager
APPROVED AS TO CONTENT:
re or of Building Services
CHANGE ORDER NUMBER TWO
BID NUMBER 10783
TO: Ronnie Zahn Paving, Inc.
Rt. 10 Box 820
Lubbock, Texas 79404
Original Amount of Contract $ 491,231.00
Amount Previous Change Orders 1,250.00
Net Amount this Change Order 1,670.43
Amended Amount of Contract $ 494,151.43
Percentage Change of Contract Price is .003%
Additional Time of Completion is 0 Days
The Date of Substantial Completion
as of this Change Order is January 12, 1991
WHEREAS, it is desirable to make changes in the plans and specifications for
this project.
THIS AGREEMENT WITNESSED: The Contractor to furnish all labor and material to.
add. painting of parking signs, remove approximately 156 c.y. of mud and waste
concrete and lower gas line.
IN WITNESS WHEREOF, the Owner and the Coractor have hereto set their hands
this the 2,7 day of,-� , 199
CONTRACTOR:
Ron
BY
TIT
APPROVED AS Tq FORM:
�-( CIL
yV4 or y
OWNER:
City of Lubbock
BY: -,%ec s &
Deputy City Manager
APPROVED AS TO CONTENT:
e,pt6r of Building Services
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.