HomeMy WebLinkAboutResolution - 3733 - Contract - Pharr Construction - Paving, Gateway Plaza, Phase I - 10_10_1991Resolution No. 3733
October 10, 1991
Item #32
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 Pharr Construction Company for paving at the
Gateway Plaza - Phase I, 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 10th day of October , 1991.
McMIA, MAYOR
ATTEST:
APPROVED AS TO CONTEN
e rc as ng Manager
APPROVED AS TO FORM:
ea t. bnotts,- -jr. , ASM-3ant a ri a
Aftorlhey
►,'
CITY OF LtJBBOCK
SPECIFICATIONS
FOR
GATEWAY PLAZA - PHASE I
PAVING & BRICK
BID # 11567
./� (91& (�f
CITY OF LUBBOC
Lubbock, Texas
5�3733
r
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock, Texes 7J457
e0G-767-2167 .
MAILED TO VENDOR: September 19, 1991
CLOSE: 09/19/91 @ 2:00 P.M.
NEW CLOSE: 09/23/91 @ 2:00 P.M.
BID # 11567
ADDENDUM # 1
PLEASE MODIFY OR AMEND CONTRACT DOCUMENTS AS FOLLOWS:
1. Please change the closing date and time from September 19, 1991
at 2:00 P.M. to September 23, 1991, at 2:00 P.M.
PLEASE RETURN ONE COPY WITH YOUR BID
TpShuffiep
R
Buyer
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE: GATEWAY PLAZA - PHASE I,
PAVING AND BRICK
ADDRESS: 1656 BROADWAY
BID NUMBER: 11567
PROJECT NUMBER: 1291-541101-9672
CONTRACT PREPARED BY: Purchasing Department
-1-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
INDEX
PAGE
t
1.
NOTICE TO BIDDERS..........................................................................................3
2.
GENERAL INSTRUCTIONS TO BIDDERS.............................................................................5
ri6
3.
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10
4.
PAYMENT BOND..............................................................................................14
�+
I5.
is
PERFORMANCE BOND..........................................................................................17
6.
CERTIFICATE OF INSURANCE..................................................................................20
7.
CONTRACT..................................................................................................22
u,
s.,
8.
GENERAL CONDITIONS OF THE AGREEMENT.......................................................................24
r
i
9.
CURRENT WAGE DETERMINATIONS...............................................................................42
r
10.
SPECIFICATIONS........... 43
11.
SPECIAL CONDITIONS........................................................................................44
PON
12.
NOTICE OF ACCEPTANCE......................................................................................45
rr►
j
f
t
r+
f,
t'
i
1
pm
i
-2-
(THIS PAGE LEFT BLANK INTENTIONALLY)
I
NOTICE TO BIDDERS
r
71
(THIS PAGE LEFT BLANK INTENTIONALLY)
NOTICE TO BIDDERS
BID # 11567
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 o1clock p.m. on the 19th day of September. 1991. 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:
GATEWAY PLAZA - PHASE I, PAVING & BRICK
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 of Lubbock will consider the bids on the 10th day of October. 1991., 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 Am. 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 IgsA Rating of 1. 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 undarstood 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 Am. Civil St., and the requirements contained
therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, or national origin in consideration for an award.
There will be a pre -bid conference on 12th day of September, 1991, at 10:00 o'clock a.m., Personnel "
Conference Room 9108, Municipal Building, 1625 13th Street.
CITY OF LUBBOCK
7 r` VC.P
BY: Gene Eads,
Purchasing Manager
r
ADVERTISEMENT FOR BIDS
BID # 11567
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 D.m. on the 19th day of September. 1991, or as charKled 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:
GATEWAY PLAZA - PHASE I, PAVING i BRICK
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,
1 color, sex, or national origin in consideration for an award.
There will be a prebid conference on 12th day of September. 1991, at 10:00 o'clock a.m., Personnel
Conference Room 108, Municipal Building, 1625 13th Street.
I -
BY: Gene Eads, C.P
PURCHASING MANAGER
r
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
GENERAL INSTRUCTIONS TO BIDDERS
-4-
(THIS PAGE LEFT BLANK INTENTIONALLY)
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
Site pavement and brick work at the Gateway Plaza, Phase I, 1656 Broadway, Lubbock, Texas.
The contractor shall furnish ell 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.
6. 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-
7. 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-
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
i It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in
a.
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
w this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
.r
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger sig-
nals, 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
i lights to protect it, and when damage is incurred, the damaged portion shall be im --diately 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.
l 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
r.- notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem
a 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
e" while the work is in progress under this contract. The successful bider shall be required to furnish the
1 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
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 r
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.
1a. 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.
-a-
r
7
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten
dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such
I 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 than wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
r
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-
r` 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 bee 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
i
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fol-
lowing:
(a) Notice to Bidders.
M General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Band (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
M 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)
r
r
r
t,
BID PROPOSAL
r
-10-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
l '
PLACE Lubbock
DATE September 23, 1991
I PROJECT NO. 1291-541101-9672
BID PROPOSAL
BID FOR LUMP SLIM CONTRACTS
Proposal of Pharr Construction Co.. Inc. d/b/a Pharr & Co- (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Cramer)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a GATEWAY PLAZA —
FPHASE I, PAVING AND BRICK. BID # 11567
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other re-
lated contract documents and the site of the proposed work, and being familiar with all of the conditions surround-
ing tho construction of the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica-
tions and contract documents, within the time set forth therein and at the price stated below. The price to cover
l " all expenses incurred in performing the work required under the contract documents, of which this proposal is to be
a part, is as follows:/ 4 BID: LL �l�L'tO a�l'ji (S�00 C1n
D )
�+ Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a
written "Notice to Proceed" of the Owner and to fully complete the project within 90 (NINETY) consecutive calendar
days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
pay to owner as liquidated damages the sum of $100.00 (one Hundred dollars) for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with in-
struction number 20 of the General Instructions to Bidders.
Bidder understands that the owner reserves the right to reject any or all bids and to waive any formality in
the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar
days after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined
the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees
to commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
r
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($ ) or a Proposal Bond in the sum of 5% of total amount bid Dollars (S 5%
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bon
(if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of sa
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 shalt be bound and include all cc
tract documents made available to him for his inspection in accordance with the Notice to Bidders.
PHARR CONSTRUCTION CO., IN^,
.I,
d/b a HARR & COMPANY
Contra or
,II BY:
tJimmy iy. P rr
;4 Presidd,nt
(seats f Bidder is a Corporation)
•�1111ii111\\1'�
ATTEST:
Secret y Jackie Miller --
-12-
�PHARR CONSTRUCTION CO.. INC.
d/b/a PHARR & COMPANY
r LIST OF SUBCONTRACTORS
t.
4
r This form shall be completed and submitted with the Bidder's Proposal.
Minority owned
0 Yes No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
i
r
f
R
i
t '
.13-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BID BOND
Know all men by these presents:
That Pharr Construction Co., Inc. dba Pharr and Company
(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
Lubbock, Texas
(hereinafter called the Obligee) in the full and just sum of ($ 5% of greatest _amount bid )
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 19th day of September lg 91 .
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to
the Principal for GATEWAY PLAZA PHASE I
PAVING AND BRICK BID# 11567
PROJECT # 1291-5411-1-9672
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. Pharr Construction Co., Inc.
dba Pharr and Company
Wi as: r l 1S1n r 9 ',fit. 0 51 1:1E1
ByA//j L�
Jis�imy R. harr, President
Attest: MER� TS BOND G, COMPAN
By1/
1: rederick is y,, Ator
(THIS PAGE LEFT BLANK INTENTIONALLY)
3 MERCHANTS BONDING COMPANY (Mutual)
DES MOINES, IOWA
POWER OF 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 its true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute. acknowledge 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 THOUSAND ($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)
.• �` P6,
CO��q ••
/ By9/—
yc
E
• Q1933 •�%
Vice President _ • 'yf+ecu(rve L.ce Prestdlz!�.
STATE OF IOWA
COUNTY OF POLK ss. �'��✓ \�a�
On this 1st 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.
•,•• ••
BRV4,o•••
mil/ /dam/�G�
��Cj.
.
6
• Q 9 i
••
Notary Public. Polk County. Iowa
3 ; IOWA m i
My Commission Expires
2 ••• ••
8-4-92
• O '•. P • STATE OF IOWA
...
•• SCOUNTY OF POLK ss.
•••
••• • • • •' • • ••• I. M.J. Long. Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify that the above and
7
foregoing is a true and correct copy of the POWER OF ATTORNEY. executed by said MERCHANTS BONDING
L
COMPANY (Mutual), which is still in force and effect.
In
. • • "' •
�o�io
Witness Whereof, I have hereunto set my hand and affixed the seal of the Company. at
this 19th day of September 19, 91
•� ��\KG.
�� ' pR P R ' 9'••
_ q,A
• -o rr,.
�•
December 31, 1991
This of attorney expires
y 1 33;
'•Jd�
power
• . • , .��y
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
I
F
PAYMENT BOND
-14-
(THIS PAGE LEFT BLANK INTENTIONALLY)
BOND CHECK
UNITED PACIFIC INSURANCE CONFPAN'Y'
HOME OFFICE, FEDERAL WAY, WASHINGTON
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
BEST RATING A- OF THE REVISED CIVIL STATUTES OF TEXAS AS
LICENSED IN TEXAS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959
DATEBY (McGREGOR ACT — PUBLIC WORKS)
(Penalty of this Bond must be 100 0 of Contract Amount)
KNOW ALL MEN BY THESE PRESENTS, That
Pharr Construction Co., Inc. dba Pharr & Company
(hereinafter called the Principal), as Principal, and UNITED PACIFIC INSURANCE COMPANY, a Washington Corpora-
tion of Federal Way, Washington (hereinafter called the Surety), as Surety, are held and firmly bound unto
itV of Lubbock
(hereinafter called the Obligee), in the amount of THIRTY EIGHT THOUSAND AND NO/ 100---
--------------------- DOLLARS ($ 38,000.00 ) 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 natobo , 19 -91 , to
Bid #11567 — Gateway Plaza — Phase I Project
which contract is hereby referred to and made a part hereof as fully and to the some 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.
,1
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 some extent 'as if it were
copied at length herein.
IN WITNESS WHEREOF, t;ie said Principal and Surety have signed and sealed this instrument this 18th
day of October , 19_91_.
-z
BDU-2838A Ed. 2187 (Texas)
Pharr Construction Co., Inc. dba
Ph,at & Company
Principal
UNITED P CIFIC INSUR CE COMPANY
By Attornmy-in.Focr
Laura Espinoza
No Text
UNITED PACIFIC INSURANCE COMPANY
HEAD OFFICE, FEDERAL WAY, WASHINGTON
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the
State of Washington, does hereby make, constitute and appoint Ruth Anderson, Laura Espinoza, Amy R. Brown, Steve
�.. Deal, Donal Boley and Chris Simpson, individually, of Wichita Falls, Texas
its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds
and undertakings of Suretyship,
and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other
writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and
attested by one otherof such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof.
r The Power of Attorney is granted under and by authority of Article Vli of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which
dl became effective September 7, 1978, which provisions are now in full force and effect, reading as follows:
ARTICLE VII —EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice
President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize
them to execute on behaif of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the
nature thereof, and (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
2. Attorneys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to
l execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and
.. other writings obligatory in the nature thereof.
3. Attorneys -in -Fact shall have powerand authority to execute affidavits required to be attached to bonds, recognizances, contracts of
indemnity or other conditional or obligatory undertakings and they shalt also have power and authority to certify the financial statement of the
Company and to copies of the By -Laws of the Company or any article or section thereof.
FIR
The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has
not been amended or repealed:
"Resolved, that the signature of such directors and officers and the seal of the Company may be affixed to any such
power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing
such fascimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so
executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which it is attached." Asst.
IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its
corporate seal to be hereto affixed, this 1 St day of August 1991.
UNITED PACIFIC INSURANCE COMPANY
STATE OF Pennsylvania SS. i SSaL Asst. VlcePresid nt
couNTYOF Philadelphia
On this 1st day of August , 19 91, personally appeared F. M. Schwait
Asst.
to me known to be the Vice -President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the
foregoing instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said company and
the Resolution, set forth therein, are still in full force. /_� , ,
f., My Commission Expires: �AL Jul << �' �— - [ `fL 2,,00
/
s February 1 19 93 4 Notary Public in and for State of • Pennsylvania
Residing at Philadelphia
I,Y L. • Lorah , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above
i and foregoing is a true and correct copy of a Power of Atto�tey executed by UNITED PACIFIC INSURANCE COMPANY, which is still in full force
and effect.
'~ �`` ��t" • 18th October 91
IN WITNESS WHEREOF, I have hereunto set my hand and affi f said Company this day of 19
. SEAL
EDU-1431 Ed. 6l79 r��a o• Assistant Secretary
r
No Text
F
PERFORMANCE BOND
p`e
(THIS PAGE LEFT BLANK INTENTIONALLY)
hi
r
r-
TJ'NITED PACIFIC INSURANCE COMP.AI*-TY
HOME OFFICE, TACOMA, WASHINGTON ~
BOND CHECK STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
BEST RATING ��'.,"'_-'--" OF THE REVISED CIVIL STATUTES OF TEXAS AS
UCENSED IN TEXAS AMENDED BY
DATE *t_BY CTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959
(McGREGOR ACT - PUBLIC WORKS)
(Penalty of this Bond must be 100% of Contract Amount)
KNOW ALL MEN BY THESE PRESENTS, That
Pharr Construction Co., Inc. dba Pharr & Company
(hereinafter called the Principal), as Principal, and UNITED PACIFIC INSURANCE COMPANY, a Washington
Corporation of Tacoma, Washington (hereinafter called the Surety), as Surety, are held and firmly bound unto
City of Lubbock
(hereinafter called the Obligee), in the amount of THIRTY EIGHT THOUSAND AND NO/ 100---
•
-------------- 38,000.00
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 I 0+-b
day of
October
19 91 , to
Bid #11567 - Gateway Plaza - Phase I Project
which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at length
herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faith-
fully perform the work in accordance with the plans, specifications and contract documents, then this obligation
shall be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised
Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liobilitiesan
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, file said Principal and Surety have signed and sealed this instrument this. 18th
day of October , 19=91 .
BOU-2838 ED. 7-71 (TEXAS)
Pharr Construction Co., Inc. dba''
Pharr& Company
/ \ P.incipol
UNITED CIFIC INSUR E COMPANY
By Laura Espinoza Attorney -in. Fact
(THIS PAGE LEFT BLANK INTENTIONALLY)
46
r UNITEI3 MACIFIC INSURANCE COMPANY
r
HEAD OFFICE, FEDERAL WAY, WASHINGTON
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the
State of Washington, does hereby make, constitute and appoint Ruth Anderson, Laura Espinoza, Amy R. Brown, Steve
�•• Deal, Donal Boley and Chris Simpson, individually, of Wichita Falls, Texas
i
its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds
and undertakings of Suretyship,
and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other
writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and
attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof.
The Powerof Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which
became effective September 7,1978, which provisions are now in full force and effect, reading as follows:
ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice
President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize
them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the
nature thereof, and (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
2. Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to
execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof. The corporate seal is not necessary forthe validity of any bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof.
3. Attomeys•in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of
indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the
Company and to copies of the By -Laws of the Company or any article or section thereof.
The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June,1979, at which a quorum was present, and said Resolution has
not been amended or repealed:
"Resolved, that the signature of such directors and officers and the seal of the Company may be affixed to any such
power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing
such faccimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so
executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the
future with respect to any bond or undertaking to which it is attached."
Asst.
IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its
corporate seal to be hereto affixed, this 1 St day of August 1991.
STATE OF Pennsylvania ss.
COUNTY OF Philadelphia •.�„
UNITED PACIFIC INSURANCE COMPANY
ASSt . Vice Presiddfnt
On this 1 St day of August , 19 91, personally appeared F. M. SchWait
Asst.
to me known to be the Vice -President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the
foregoing instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said company and
the Resolution, set forth therein, are still In full force.
My Commission Expires: ►A. J� i� �'�Z
February 1 ,19 93 �` 00 . Notary Public in and for State of •Pennsyllvania
�T,,%,,r,p+` Residing at Philadelphia
I, Ray L. Lorah , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above
and foregoing is a true and correct copy of a Power of Alto(�iey executed by UNITED PACIFIC INSURANCE COMPANY, which is still in full force
and effect. k
18th October 91
IN WITNESS WHEREOF, I have hereunto set my hand and affi f said Company this day of 19
6 wit
BDU-1431 Ed. W79 ♦,����� a• Assistant Secretary
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
r
7
F
CERTIFICATE OF INSURANCE
-20-
(THIS PAGE LEFT BLANK INTENTIONALLY)
rn
7
7
7
CERTIFICATE OF INSURANCE ISSUE DATE (MMIDONY)
—23-91 10
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
'Wisby & Associates
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
P. 0. Box 53205
Lubbock, Texas 79453
_F=CjE5_RELOW.
Limits sh n
COMPANY A
L I ETTER I U..S. Fire Insurance Company——
COMPANY
INSURED
LETTER
.... .......
Pharr construction Co., Inc.
LETTERCOMPANY c
dba Pharr and Company
--------- --
COMPANY
D
P. 0. Box 2791
LETTER
Lubbock, Texas 79408
COMPANY
LETTER E
COVERAGES
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 REOUIREMENT, 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
LTR
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE (MM/DDIYY) DATE (MM/DDIYY)
GENERAL LIABILITY
GENERAL AGGREGATE---$, 21000.1-11
A X COMMERCIAL GENERAL LIABILITY
PRODUCTS-COMPIOP AGG. $ 1#000
CLAIMS MADE X occuR.543 060795 6
8-15-91 8-15-92 PERSONAL & ADV. INJURY $ .1,000
OWNER'S & CONTRACTOR'S PROT.
EACH OCCURRENCE S 1,000
FIRE DAMAGE (Any one tire) i 5 0
MED. EXPENSE (Any one person) $ 1=1
AUTOMOBILE LIABILITY
COMBINED SINGLE
LIMIT $ 11000
A ANY AUTO
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per person)
133 598 798
8-15-91 8-15-92
X HIRED AUTOS
BODILY INJURY
X NON -OWNED AUTOS
(Per accident)
GARAGE LIABILITY
PROPERTY DAMAGE $
EXCESS LIABILITY
EACH OCCURRENCE $1,000
A X UMBRELLA FORM 523 629 138
6 8-15-91 8-15-92 AGGREGATE s 11000
OTHER THAN UMBRELLA FORM
407 077 878
8-15-91 8-15-92 STATUTORY LIMITS
WORKER'S COMPENSATION
*Work Comp.
is assigned riskpoliCy EACH ACCIDENT s 500
A AND
Certificate
will be forthcoming DISEASE —POLICY LIMIT s 500
EMPLOYERS' LIABILITY
DISEASE —EACH EMPLOYEE s 500
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Gateway Plaza - Phase I
CERTIFICATE HOLDER
CANCELLATION
City of Lubbock
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
P. 0. BOX 2000
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Lubbock, Texas 79457
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
'Alick 9.
I-ACORD-25-S (7/90)
OACORD CORPORATION 1990
(THIS PAGE LEFT BLANK INTENTIONALLY)
��g .v: L..� � �a..� Cm_r� i�.... i�... L_.,. L:� L �--� L.�_� L� l:� , L_� : i�� 1...�. ��.
(THIS PAGE LEFT BLANK INTENTIONALLY)
's
r
s
r
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this October 10, 1991, 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 PHARR CONSTRUCTION CO.. 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 # 11567 - GATEWAY PLAZA - PHASE I PROJECT IN THE AMOUNT OF $38,000.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or
their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
Labor, insurance and other accessories and services necessary to complete the said construction in accordance with
the contract documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the 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.
••
4 �VED AS TOi
ATTEST:
tl
Corpl.
ate Secretary
CITY OF LUBBOCK, TEXAS (OWNER)
J e By: `
MAYOR
PO BOX 2791
LUBBOCK, TX 79408
r+►
-23-
(THIS PAGE LEFT BLANK INTENTIONALLY)
i
F
GENERAL CONDITIONS OF THE AGREEMENT
-24-
(THIS PAGE LEFT BLANK INTENTIONALLY)
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: PHARR CONSTRUCTION CO.,
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 CARLOS VIGIL, PARK DEVELOPMENT SUPERVISOR, 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 shall 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
r 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.
-25-
T. 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 will 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.
-26-
I
13. LINES AND GRADES
Alt 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
IRepresentative 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 shalt give the Owner's Repre-
sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks,
retc., 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.
r
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 shalt review all work included herein. He has the authority to stop the work whenever such
E 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
r 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
r 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
p with the meaning and intent of this contract, either party may file with said Owner's Representative within
l 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
C 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
F
the Owner's Representative fait 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
1 engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's
Representative for his decision.
R
r,
-27-
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and
shalt 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 correction 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.
-28-
21. OBSERVATION AND TESTING
t 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
rIt 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
r' receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re-
t 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,
rin 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.
r.,
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
i
M
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 WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, 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.
-30-
25. DISCREPANCIES AND OMISSIONS
r'
26.
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.
RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
t If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the
F
l 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
r' the Contractor shall comply with such order.
t
i
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.
t
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shell 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.
-31-
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 & Collapse Hazard "—
Underground Damage Hazard
Products & 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 Builders Risk policy in the amount of (100% of poten-
tial loss) naming the City of Lubbock as insured.
-32-
E. Excess or Umbrella Liability Insurance
The Contractor shall have Excess or Umbrella Liability Insurance in the amxmt 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.
i (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
7 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, MATERIALMEM. 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
r� 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
r•. 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
r�
.33-
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 loss 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 loss 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 --
shall 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 laws, 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 �-
-34-
r
4
r
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-pletion 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
rcontract.
f 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
r time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in
[E 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 shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor 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,
i_
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 Owner0s 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
r
-35-
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.
T
-36-
r
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
r., 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
ta" 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
r" 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
rK
-37-
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.
-38-
r
i
F
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus-
tained, such sums 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
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.
I
-39-
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 arxi/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 wilt 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 fait 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 _
materiels 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 E25,000.00, 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 shalt 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 shalt control.
-40-
r
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 circum,.tence 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
E 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.
r
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.
I
-41.
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
E
CURRENT WAGE DETERMINATIONS
.42-
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
0
Resolution #2502
• January 8, 1987
Agenda Item #18
DGV:da
RESOLUTION
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
A
WHEREAS, such wage rates were established by Resolution No. 719
;,enacted February 12, 1981, updated by Resolution No. 1590 enacted February
i 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
we 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
TTE .
Ranett6.Boyd, City Secretary o
APPROVED T, ONTENT:
Bi 1 P yne, Director of Building
Services
January , 1987.
� .. ��
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Do ld G. Uandiver, First
Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate —
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35 —
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70 —
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30 —
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25 _
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75 -
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00 -
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourlv Rate
Asphalt Heaterman
$5.25
Asphalt Shoveler
4.75
Concrete Finisher
7.35
Concrete Finisher -Helper
4.75
Electrician
10.50
Flagger
4.75
Form Setter
6.50
Form Setter -Helper
5.50
Laborer, General
4.75
Laborer, Utility
5.80
Mechanic
6.50
Mechanic -Helper
6.00
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
6.00
Bulldozer
5.25
Concrete Paving Machinist
6.50
Front End Loader
5.85
Heavy Equipment Operator
6.40
Light Equipment Operator
6.40
Motor Grade Operator
8.00
Roller
5.25
Scraper
5.25
Tractor
5.50
Truck Driver -
Light
5.25
Heavy
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 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
-43-
(THIS PAGE LEFT BLANK INTENTIONALLY)
SECTION O1 SUMMARY OF WORK
Gateway Plaza - Site Concrete & Brick Work, Phase I
1656 Broadway, Lubbock, Texas
1. General
1.1 Scope of Project
A. Contractor to supply all supervision, perform all work,
and furnish all labor, equipment, and incidentals
necessary to fully and properly complete all work as
described in the plans and specifications. All
construction and other work shall be done in
accordance with the best engineering and construction
practices for the skill or trade involved.
1.2 Work Included
A.
Section
02
- Earthwork & Grading
B.
Section
03
- Concrete
C.
Section
04
- Brick Work
D.
Section
05
- Brick Pavement
1.3 Additional Information
A. All information under General Instructions To Bidder,
General Conditions of Agreement, and Special
Conditions apply to this section.
B. These plans and specifications were prepared by the
Parks and Recreation Department (which shall be called
Owner). Contractor shall set all construction stakes
for locations of elements at project site. Contractor
to notify Owner for approval of staking 36 hours
before construction process. Owner ►gill instruct
contractor on adjustments if necessary.
7
2. Quality Assurance
2.1 Contractor shall take all precautions necessary to protect all _
existing trees, shrubbery, sidewalks, buildings, vehicles,
utilities, etc., in the area where the work is being done.
The Contractor shall rebuild, restore, and make good at his
own expense, all injury and damage to same which may result
from work being carried out under this contract.
2.2 The Contractor shall take all necessary precautions to assure
the safety of the site visitors during the construction and _
clean-up operations. The Contractor shall maintain and keep
in good repair the work intended under these Plans and
Specifications and shall perform all necessary repair,
construction, and renewal to the date of acceptance by
Owner.
2.3 Any utilities and irrigation lines shown on plans are for
information only and are not guaranteed by the Owner to be _
accurate as to location and depth. The Contractor's
attention is directed to the fact that other underground
utility lines may exist that Owner is not aware of. It is
the Contractor's obligation to locate and familiarize
himself with all utilities and to provide for their safety.
Damage to utilities will be repaired at Contractor's
Expense.
2.4 Contractor shall use adequate numbers of skilled workers who
are thoroughly trained and experienced in the necessary
crafts and who are familiar with the specified requirements
and methods needed for proper performance of the work of
this bid.
2.5 Contractor shall submit shop drawings for all work included
in this bid illustrating all plans and details necessary to
communicate the construction of this work.
End - of - Section
Section 02 EARTHWORK AND GRADING
Gateway Plaza - Site Concrete & Brick Work, Phase I
1656 Broadway, Lubbock, Texas
1. General
1.1 Scope of Project
A. To furnish and supply all supervision, equipment, and
labor necessary to perform excavation, grading,
backfill, compaction, and stock piling of material as
specified herein and on the plans.
1.2 Related work specified elsewhere
A. Section 03 - Concrete
B. Section 04 - Brick Work
C. Section 05 - Brick Pavement
1.3 Additional Information
A. All information under GENERAL CONDITIONS OF AGREEMENT,
GENERAL INSTRUCTIONS TO BIDDER, and SPECIAL
CONDITIONS, apply to this section.
B. The bid amount shall be total cost for work mentioned in
the scope of work.
2. Products
2.1 Material -Site Fill
A. Fill material, if necessary, to be provided by
Contractor.
B. Natural, fertile, friable soils possessing
characteristics of soils in the vicinity which produce
heavy growth of crops, grass, or other vegetation.
C. Top soil to be free of subsoil, brush, organic litter,
objectionable weeds, clods, shale, stones 1 1/2"
dimension or larger, stumps, roots, or other materials
harmful to grading, planting, plant growth, or
maintenance operations.
7
3. Execution
3.1 Protection _
A. Carefully maintain bench marks, layout stakes, and other
reference points. —
B. Protect property, including adjoining property and
public right-of-way, from damage by trucks and
equipment.
C. Protect active utilities to be retained on site, whether
shown on drawings or uncovered during excavation
operations. If damaged, repair at Contractor's
expense.
D. Protect existing trees and plant material to be retained
from damage by trucks and equipment.
E. Keep excavations free of water.
3.2 Site Preparation
A. Clearing
1. Remove trash, debris, and other obstructions found
at or above existing grade from areas of
proposed structures, walks, curbs, and paving
(if applicable).
2. Contractor shall be responsible for removing
unusable material from site.
B. Grubbing (if applicable)
1. Remove stumps, roots over 2" in diameter, matted
roots and other obstructions found at or below
existing grade from cleared areas.
2. Remove waste materials daily as it accumulates.
3. Comply with applicable codes and ordinances
regarding waste transportation and disposal.
4. Burning and blasting on site will not be
permitted.
r
i
3.3 Excavation
A. Excavate to bring areas to grade and subgrades
indicated. Scarify excavated areas occurring under
concrete to a depth of 6", then compact to required
rr; density.
B. Stockpile all excavated material on site; exact location
to be determined by Owner.
C. Contractor to separate top soil and subsoils into two
(2) piles.
3.4 Fill and Backfill
A. Placing: Place material in loose, even successive lifts
not to exceed the following depths: (if applicable).
r 1. Fill below concrete slabs: Max. 8" high lifts.
1Y 2. Site fill and backfilll : Max. 12" high lifts.
B. Compaction: Thoroughly and evenly compact each lift to
the following densities:
1. Fill below concrete slabs: Not less than 95%
standard density to at least four (4) feet
outside of slab.
2. Site fill: Not less than 90% standard density.
C. Cushion Sand: Provide uniform, smooth, compacted sand
•- layer to 2" depth below site flatwork. Moisten and
compact sufficiently to prevent undue displacement
during the placement of reinforcing and concrete.
D. Moisture Control: When moisture must be added prior to
compaction, uniformly apply water to surface, but do
not flood. Free water shall not appear on surface
during or after compaction operations. Remove and
replace, or scarify air-dry soil too wet to allow
proper compaction.
3.5 Grading
A. Uniformly grade areas, including adjacent transition
areas to smooth surface at required grades and
elevations.
r" B. Concrete subgrade: Excavate or fill as required to
provide finish grade shown on plans. Shape subgrade
to true and even lines to provide for uniform
thickness of sand cushion.
r
3,F Finish Grading
A. = grade areas to achieve final contours indicated.
B. Provide uniform roundings at top and bottom of slopes
and other breaks in grade. Correct irregularities and
areas where water will stand.
C. Topsoil:
1. Remove 2" of existing topsoil and replace with 3"
of topsoil on all areas to be planted.
2. Uniformly distribute topsoil to required grades;
feather back to where grades remain unchanged.
3. Place and compact topsoil in manner conducive to
the growth and maintenance of plant material.
4. Degree of finish shall be that ordinarily
obtainable with blade or scraper operations.
Remove rubbish, vegetation, and rocks over 1
112" in diameter. Leave areas smooth and
suitable for establishment of lawns and
planting. Correct irregularities and areas
where water will stand.
3.7 Maintenance
A. Before final acceptance, protect newly graded areas from
traffic, construction and weather damage, washing,
erosion and rutting, and repair such damage that
occurs.
B. Correct settlement below established grades to prevent
ponding of water.
C. Excess stockpiled material to remain on site. Other
material, such as waste, to be removed from site and
leave work in clean finished condition. r`
3.8 Final Acceptance
A. Site shall be thoroughly inspected by Owner prior to
final acceptance.
B. Any areas needing further grading or other attention
shall be completed to Owner's satisfaction.
End - of - Section
';F_CTTON 03 CONCRETE WORK
Gateway Plaza - Site Concrete & Brick Work, Phase I
1656 Broadway, Lubbock, Texas
1. General
1.1 Scope of Project
A. Refer to drawings for sections and locations of concrete
work.
1.2 Related Work as Specified Elsewhere:
A. Section 02 - Earthwork & Grading
B. Section 04 - Brick Work
C. Section 05 - Brick Pavement
1.3 Codes and Standards:
r
A. Comply with the provisions of the following codes,
specifications and standards, except where more
stringent requirements are shown or specified.
ACI 347 "Recommended Practice for Concrete Formwork".
ACI 304 "Recommended Practice for Measuring, Mixing,
Transporting and Placing Concrete".
Concrete Reinforcing Steel Institute, "Manual of
Standard Practice".
1.4 Workmanship:
A. The Contractor is responsible for correction of concrete
work which does not conform to the specified
requirements, including strength, tolerances and
finishes. Correct deficient concrete as directed by
the Owner.
B. Contractor to have a minimum of 3 years experience in
forming and pouring concrete of a similar nature and
scope.
C. Concrete shall meet minimum strength specified on
details.
t
D. Contractor shall, at Owner's request, submit proof or
r- test data of concrete to be used. Contractor shall be
r responsible for type of concrete delivered by ready -
mix plant.
T
2. Products
2.1 Form Materials:
A. Forms for Exposed Finish Concrete: Unless otherwise
shown or specified, construct all formwork for exposed
concrete surfaces with plywood, metal, metal -framed
plywood -faced or other acceptable panel -type
materials, to provide continuous, straight, smooth,
exposed surfaces. Finish in largest practicable sizes
to minimize number of joints and to conform to joint
system shown on drawings. Provide form material with
sufficient thickness to withstand pressure of newly- -'
placed concrete without bow or deflection. Forms used
for this class of concrete shall be new or "good -as -
new."
B. Use Plywood complying with U.S. Product Standard PS-1
"b-B (Concrete Form) Plywood" Class 1, Exterior Grade _
or better, mill -oiled and edge -sealed, with each piece
bearing legible trademark of an approved inspection
agency, unless otherwise acceptable to Owner.
2.2 Reinforcing Materials:
A. Reinforcing Bars: ANSI/ASTM A 615 with Supplementary
Requirements (sl), and as follows:
Provide Grade 60, except No. 3 ties and stirrups may
be Grade 40.
B. Welded Wire Fabric: ANSI/ASTM A 185, welded steel wire
fabric.
C. Supports for Reinforcement: Provide supports for
reinforcement including bolsters, chairs, spacers and
other devices for spacing, supporting and fastening
reinforcing bars and welded wire fabric in place. Use
wire bar type supports complying with CRSI, unless
otherwise specified. Wood, brick and other devices
will not be acceptable.
1. For slabs -on -grade, use supports with sand plates for horizontal runners where wetted base
materials will not support chair legs.
r
?. For exposed -to -view concrete surfaces, where legs
of supports are in contact with forms, provide
supports with legs which are hot/dip galvanized,
or plastic protected or stainless steel
protected.
1' 2.3 Concrete Materials:
'4
A. Portland Cement: ANSI/ASTM C 150, Type I, unless
otherwise acceptable to Owner.
B. Use only one brand of cement throughout the project,
rot unless otherwise acceptable to Owner.
C. Aggregates.:
1. Clean, sharp, natural sand free from loam, clay,
t lumps or other deleterious substances.
a. Dune sand, bank -run sand and manufactured
sand are not acceptable.
2. Coarse Aggregate: ANSI/ASTM C33. Clean,
uncoated, processed aggregate containing no
clay, mud, loam or foreign matter as follows:
a. Crushed stone, processed from natural rock
or stone.
b. Washed gravel, either natural or crushed.
Use of pit or bank -run gravel is not
permitted.
c. Provide aggregate from a single source for
all exposed concrete.
3. Maximum Aggregate Size: Not larger than one -fifth
of the narrowest dimension between sides of
forms, one-third of the depth of slabs, nor
three -fourths of the minimum clear spacing
between individual reinforcing bars or bundles
of bars.
4. These limitations may be waived if, in the
judgement of the Owner, workability and methods
of consolidation are such that concrete can be
placed without honeycomb or voids.
2.4 Water: Clean, fresh, drinkable.
F
2.5 Air -Entraining Admixture: ANSI/ASTM C 260.
_.6 Water -Reducing Admixture: ANSI/ASTM C 490, Type A,
containing not more than 1°% chloride ions.
2.7 Set -Control Admixtures: ASTM C 494, as follows:
_ Type B, Retarding.
Type C, Accelerating.
Type D, Water -reducing and Retarding.
Type E, Water -reducing and Accelerating.
A. Calcium chloride will not be permitted in concrete,
unless otherwise authorized in writing by Owner.
2.8 Related Materials:
A. Expansion Joints: Redwood 2" x 4" select heart grade
lumber. Joints of 12' or less shall be one continuous
piece installed as shown on detail.
B. Preformed Expansion Joint Fillers: NA
C. Absorptive Cover: Burlap cloth made from jute or
kenaf, weighing approximately 9 oz. pr. sq. yd.,
complying with AASHO M 182, Class 3.
D. Moisture -Retaining Cover: One of the following,
complying with ASTM C 171.
Waterproof paper.
Polyethylene film.
Polyethylene -coated burlap.
E. Membrane -Forming Curing Compound: Federal Spec. TT-C-
800, Type I, unless other type acceptable to the
Owner.
F. Tree Grates: Two piece cast iron with angle frames.
Grates will be furnished by owner.
2.9 Proportioning and Design of Mixers:
A. Exterior concrete shall contain six (6) sacks (564
lbs.) of cement per cubic yard of concrete, 6 percent —
plus or minus l percent of entrained air, coarse
aggregate 1" or smaller and shall be poured with a
slump of 5" plus or minus 1" unless noted otherwise. —
2.10 Admixtures:
A. Use air -entraining admixture in exterior exposed
concrete, unless otherwise indicated. Add air -
entraining admixture at the manufacturer's prescribed
rate to result in concrete at the point of placement —
having air content within the following limits:
r
t
1. Concrete structures and slabs exposed to freezing
and thawing or subjected to hydraulic pressure:
2. 6% for maximum 1" aggregate.
6% for maximum 3/4" aggregate.
B. Use admixtures for water -reducing and set -control in
strict compliance with the manufacturer's directions.
C. Use amounts of admixtures as recommended by the
manufacturer for climactic conditions prevailing at
the time of placing. Adjust quantities and types of
admixtures as required to maintain quality control.
2.11 Slump Limits:
A. Proportion and design mixes to result in concrete slump
at the point of placement as follows:
1. Ramps and Sloping Surfaces: Not more than 3".
2. All Other Concrete: Not less than 1" and not
more than 4".
2.12 Concrete Mixing:
A. Ready -Mix Concrete: Comply with the requirements of
ANSI/ASTM C 94, and as herein specified.
B. Delete the references for allowing additional water to
be added to the batch for material with insufficient
slump. Addition of water to the batch will not be
permitted.
C. During hot weather, or under conditions contributing to
rapid setting of concrete, a shorter mixing time than
specified in ANSI/ASTM C 94 may be required.
D Wher the air temperature is between 85 degrees F. and
90 degrees F., reduce the mixing and delivery time
from 1-1i2 hours to 75 minutes, and when the air
temperature is above 90 degrees F., reduce the mixing
and delivery time to 60 minutes.
3. Execution
3.1 Forms:
A. General
1. Design, erect, support, brace and maintain
formwork to support vertical and lateral loads
that might be applied until such loads can be
supported by the concrete structure. Construct —.
formwork so concrete members and structure are
of correct size, shape, alignment, elevation and
position.
2. Design formwork to be readily removable without
impact, shock or damage to cast -in -place
concrete surfaces and adjacent materials.
3. Forms shall not leak cement paste.
4. Fabricate forms for easy removal without ^
hammering or prying against the concrete
surfaces. Provide crush plates or wrecking
plates where stripping may damage cast concrete
surfaces. Provide top forms for inclined
surfaces where slope is too steep to place
concrete with bottom forms only. Kerf wood --
inserts for forming keyways, reglets, recesses,
and the like, to prevent swelling and for easy
removal.
5. Provide temporary openings where interior area of
formwork is inaccessible for clean -out, for
inspection before concrete placement, and for
placement of concrete. Securely brace temporary
openings and set tightly to form to prevent loss
of concrete mortar. Locate temporary openings on forms at inconspicuous locations.
I
5. Chamfer exposed corners and edges as shown, using
wood, metal, PVC or rubber chamfer strips
fabricated to produce uniform smooth lines and
i tight edge joints.
B. Form Ties:
1. Factory -fabricated, adjustable -length, removable
or snap off metal form ties, designed to prevent
form deflection, and to prevent spalling
concrete surfaces upon removal.
r 2. Unless otherwise shown, provide ties to portion
f remaining within concrete after removal is at
` least 1 1/2" inside concrete. Unless otherwise
shown, provide form ties which will not leave
holes larger than 1" diameter in concrete
surface.
C. Cleaning and Tightening:
1. Thoroughly clean forms and adjacent surfaces to
receive concrete. Remove chips, wood, sawdust,
dirt or other debris just before concrete is
placed.
2. Retighten forms after concrete placement if
required to eliminate mortar leaks.
3.2 Placing Reinforcing:
A. Comply with the specified codes and standards, and
Concrete Reinforcing Steel Institute's recommended
practice for "Placing Reinforcing Bars", for details
and methods of reinforcement placement and supports,
and as herein specified.
B. Clean reinforcement of loose rust and mill scale,
earth, ice, and other materials which reduce or
destroy bond with concrete.
C. Accurately position, support and secure reinforcement
against displacement by formwork, construction, or
concrete placement operations. Locate and support
reinforcing by metal chairs, runners, bolsters,
spacers and hangers, as required.
19
D. Place reinforcement to obtain at least the minimum
coverages for concrete protection. Arrange, space and
securely tie bars and bar supports to hold _
reinforcement in position during concrete placement
operations. Set wire ties so ends are directed into
concrete, not toward exposed concrete surfaces.
E. Do not place reinforcing bars more than 2" beyond the
last leg of continuous bar support. Do not use
supports as bases for runways for concrete conveying
equipment and similar construction loads.
F. Install welded wire fabric in as long lengths as
practicable. Lap adjoining pieces at least one full
mesh and lace splices with wire. Offset end laps in
adjacent widths to prevent continuous laps in either
direction.
3.3 Joints: General
A. Construction Joints: Locate and install construction
joints so as not to impair the strength and appearance
of the structure, as acceptable to the Owner.
1. Provide keyways at least 1 112" deep in all
construction joints in walls, slabs and between
walls and footings; acceptable bulkheads
designed for this purpose may be used for slabs.
2. Place construction joints perpendicular to the
main reinforcement. Continue all reinforcement
across construction joints.
r
r
Control Joints in Slabs -on -Ground: Construct control
joints in slabs -on -ground to form panels or patterns
as shown or directed. Use screed type joints equal to
those manufactured by Superior Concrete Accessories,
Inc. Screed Key joints are of 24 gauge galvanized
steel with 1 1/8" dowel knockouts at 6" on centers.
Install with a minimum of five special 16 gauge by 1"
stakes per ten feet of length of material. If saw cut
control joints are used, they shall be made with a
power saw fitted with an abrasive or diamond blade.
Saw cuts must be one-fourth the slab thickness.
Sawing shall begin as soon as the concrete surface is
firm enough so that it will not be torn or damaged by
the blade. This will be within 4 to 12 hours after
the concrete hardens.
C. Isolation Joints in Slabs -on -Ground: Construct
isolation joints in slabs on ground at all points of
contact between slabs on ground and vertical surfaces,
such as column pedestals, foundation walls, grade
beams and elsewhere as indicated.
D. Expansion Joints: Provide premolded joint filler or
other specified material for expansion joints abutting
concrete curbs, catch basins, manholes, inlets,
structures, walks and other fixed objects.
1. Expansion joints shall be at 20` o.c., unless
otherwise shown.
2. Extend joint fillers full -width and depth of
joint, and not less than 1/2" or more than 1"
below finished surface. Furnish joint filler 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. Form top edge of filler to
conform to top profile of concrete.
3. Protect the top edge of the joint filler during
concrete placement with a metal cap or other
temporary materials. Remove protection after
both sides of joint are placed.
E. Edge Forms and Screed Strips for Slabs: Set edge forms
For bulkheads and intermediate screed strips for slabs
to obtain the required elevations and contours in the
finished slab surface. Provide and secure units
sufficiently strong to support the types of screeds
required. Align the concrete surface to the elevation
of the screed strips by the use of strike -off
templates or accepted compacting type screeds.
F. Preparation of Form Surfaces: Coat the contact
surfaces of forms with a form -coating compound before
reinforcement is placed. Provide commercial
formulation form -coating compounds that will not bond
with, stain nor adversely affect concrete surfaces,
and will not impair subsequent treatment of concrete
surfaces requiring bond or adhesion, nor impede
wetting of surfaces to be cured with water or curing
compounds.
Thin form -coating compounds only with thinning agent of
type, and in amount, and under conditions of the form -
coating compound manufacturer's directions. Do not
allow excess form -coating material to accumulate in
the forms or to come into contact with concrete
surfaces against which fresh concrete will be placed.
Apply in compliance with manufacturer's instructions.
3.4 Concrete Placement:
A. General:
1. Comply with ACI 614, and as herein specified.
2. Deposit concrete continuously or in layers of
such thickness that no concrete will be placed
on concrete which has hardened sufficiently to
cause the formation of seams or planes of
weakness within the section. If a section
cannot be placed continuously, provide
construction joints as herein specified.
3. Deposit concrete as nearly as practicable to its
final location to avoid segregation due to
rehandling or flowing.
B. Pre -Placement Inspection: _
1. Before placing concrete, inspect and complete the
formwork installation, reinforcing steel, and
items to be embedded or cast -in. -"
2. Thoroughly wet wood forms immediately before
placing concrete, as required where form
coatings are not used.
i
C. Placing Concrete in Forms:
1. Deposit concrete in forms in horizontal layers
not deeper than 18" and in a manner to avoid
inclined construction joints.
2. Consolidate placed concrete by mechanical
vibrating equipment supplemented by hand -
spading, rodding or tamping. Use vibrators
designed to operate with vibratory element
submerged in concrete, maintaining a speed of
not less than 6000 impulses per minute.
3. Do not use vibrators to transport concrete inside
of forms. Insert and withdraw vibrators
vertically at uniformly spaced locations not
farther than the visible effectiveness of the
machine. Do not insert vibrators into lower
layers of concrete that have begun to set. At
each insertion, limit the duration of vibration
to the time necessary to consolidate the
concrete and complete embedment of reinforcement
and other embedded items without causing
segregation of the mix.
D. Placing Concrete Slabs:
1. Deposit and consolidate concrete slabs in a
continuous operation, within the limits of
construction joints, until the placing of a
panel or section is completed.
!- 2. Consolidate concrete during placing operations so
�; that concrete is thoroughly worked around
reinforcement and other embedded items and into
corners.
3. Bring slab surfaces to the correct level with a
straightedge and strike off. Use bull floats or
darbies to smooth the surface, leaving it free
of humps or hollows. Do not sprinkle water on
the plastic surface. Do not disturb the slab
surfaces prior to beginning finishing
operations.
4. Maintain reinforcing in the proper position
during concrete placement operations.
E. Cold Weather Placing:
1. Protect concrete work from physical damage or
reduced strength which could be caused by frost,
freezing actions, or low temperatures, in
compliance with ACI 306 and as herein specified.
r
i
When air temperature has fallen to or is expected
to fall below 40 degrees F., uniformly heat all
water and aggregates before mixing as required
to obtain a concrete mixture temperature of not
less than 50 degrees F., and not more than 80
degrees F., at point of placement.
3. Do not use frozen materials or materials
containing ice or snow. Do not place concrete
on frozen subgrade or on subgrade containing
frozen materials.
4. Do not use calcium chloride, salt and other
materials containing antifreeze agents or
chemical accelerators, unless otherwise accepted
in mix designs.
3.5 Finish of Formed Surfaces:
A. The following finishing procedure shall be observed:
1. After striking -off and consolidating concrete,
smooth the surface by screeding and floating. �-
Do not use "Jitterbugs". Use hand methods only
where mechanical floating is not possible.
Adjust the floating to compact the surface and
produce a uniform mixture.
2. 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,
smoother finish. --
3. 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 shown.
Eliminate any tool marks on concrete surface.
4. After completions of floating and when excess
moisture or surface sheen has disappeared
complete surface finishing as follows:
B. Broom Finish:
1. Broom finish, by drawing a fine broom across
concrete surface, perpendicular to line of
traffic. Repeat operation if required to
provide a fine line texture acceptable to the
Owner.
2. On inclining slab surfaces, provide a coarse,
non -slip finish by scoring surface with a stiff -
bristled broom.
r
Exposed Aggregate Finish:
'� p
1. Apply exposed aggregate finish to slabs and other
areas as shown on the drawings. Do not begin
exposed aggregate work until sample panel has
been approved by the Owner.
Provide redwood dividers of size and spacing as
shown on the drawings. Dividers shall be
redwood, select heart grade, and shall be
securely staked to grade and line as established
in the field.
3. Immediately following the first floating
operations, apply special approved aggregate
(3/4" diameter Vealmoor aggregate) by
broadcasting over the floor area and tamping to
embed the aggregate.. Apply the aggregate at the
required rate to match the approved sample
panel.
4. After the concrete has taken its initial set,
expose the surface aggregates using a water fog
spray and fiber -bristle brooms to remove the
surface matrix. Expose the coarse aggregate
r-� approximately 1/8" or more to match the approved
sample panel, but no so deep as to displace the
bond of the aggregate to the matrix. The use of
surface retarders will not be permitted, unless
otherwise accepted in writing by the Owner.
5. After the concrete has taken its final set, apply
a weak acid wash to clean the exposed aggregate
surfaces. Thoroughly neutralize and flush the
acid wash from the finish surfaces. Protect all
other adjacent construction and finishes from
damage due to the acid wash; repair or replace
damaged or defaced work as directed by the
Owner.
' 3.6 Concrete Curing and Protection:
r-, A. General: Protect freshly placed concrete from
premature drying and excessive cold or hot
temperature, and maintain without drying at a
relatively constant temperature for a period of time
necessary for hydration of cement and proper
hardening.
1. Start initial curing application as soon as free
water has disappeared from concrete surface
after placing and finishing. Weather
r- permitting, keep continuously moist for not less
than 72 hours.
r
2. Begin final curing procedures immediately
Following initial curing and before concrete has
dried. Continue final curing for at least 168
cumulative hours (not necessarily consecutive)
during which concrete has been exposed to air
temperatures above 50 degrees F. Avoid rapid
drying at end of final curing period.
B. Curing Methods: Perform curing of concrete by moist
curing or by moisture retaining cover curing or by
membrane -forming curing compound and by combinations
thereof, as herein specified.
1. Provide moisture curing by following methods:
2. Keep concrete surface continuously wet by --
covering with water. Continuous water -fog
spray.
3. Covering concrete surface with specified
absorptive cover, thoroughly saturating cover
with water and keeping continuously wet. Place
absorptive cover to provide coverage of concrete --
surfaces and edges, with 4" lap over adjacent
absorptive covers.
4. Provide moisture -cover curing as follows:
5. Covering concrete surfaces with moisture -
retaining cover for curing concrete, placed in '—
widest practicable width with sides and ends
lapped at least 3" and sealed by waterproof tape
or adhesive. Immediately repair any holes or -�
tears during curing period using cover materials
and waterproof tape.
6. Provide curing compound for slabs as follows:
7. Apply specified curing and sealing compound to
concrete slabs as soon as final finishing
operations are complete (within 24 hours).
8. Apply uniformly in continuous operation by power -
spray or roller in accordance with
manufacturer's directions. Re -coat areas
subjected to heavy rainfall within 3 hours after _
initial application. Maintain continuity of
coating and repairing damage during curing
period.
9. Do not apply membrane curing compounds on
surfaces which are to be covered with coating
material applied directly to concrete, liquid —
floor hardener, waterproofing, dampproofing,
7
F
membrane roofing, floor, painting, and other
coatings and finish materials, unless otherwise
acceptable to Owner.
C. Curing Formed Surfaces: Cure formed concrete surfaces,
including undersides of beams supported slabs and
other similar surfaces by moist curing with forms in
place for full curing period or until forms are
removed. If forms are removed, continue curing by
methods specified above, as applicable.
D. Curing Unformed Surfaces: Initially cure unformed
surfaces, such as slabs, floor topping, and other flat
surfaces by moist curing.
1. Final cure unformed surfaces, unless otherwise
specified, by methods specified above, as
applicable.
2. Final cure concrete surfaces to receive liquid
floor hardener or finish flooring by use of
moisture -retaining cover, unless otherwise
directed.
3.7 Miscellaneous Concrete Items:
A. Filling -In: Fill-in holes and openings left in
concrete structures for passage of work by other
trades, unless otherwise shown or directed, after work
of other trades is in place. Mix, place and cure
concrete as herein specified, to blend with in -place
construction. Provide other miscellaneous concrete
filling shown or required to complete work.
B. Curbs: Provide monolithic finish to interior curbs by
stripping forms while concrete is still green and
steel -troweling surfaces to a hard, dense finish with
corners, intersections and terminations slightly
rounded.
3.8 Concrete Surface Repairs:
A. Patching Defective Areas: Repair and patch defective
areas with cement mortar immediately after removal of
forms, but only when acceptable to Owner.
ro
B. Cut. uut honeycomb, rock pockets, voids over 1/4" in any
dimension, and holes left by tie rods and bolts, down
to solid concrete but, in no case to a depth of less
than 1 Make edges of cuts perpendicular to the
concrete surface. Before placing cement mortar or
proprietary patching compound, thoroughly clean,
dampen with water and brush -coat the area to be
patched with neat cement grout, or proprietary bonding
agent.
C. For exposed -to -view surfaces, blend white Portland
cement and standard Portland cement so that, when dry,
patching mortar will match color surrounding. Provide
test areas at inconspicuous location to verify mixture
and color match before proceeding with patching.
Compact mortar in place and str"Ae-off slightly higher
than surrounding surface.
D. Repair of Formed Surfaces: Remove and replace concrete
having defective surfaces if defects cannot be
repaired to satisfaction of Owner. Surface defects,
as such, include color and texture irregularities,
cracks, spalls, air bubbles, honeycomb, rock pockets;
fins and other projections on surface; and stains and
other discolorations that cannot be removed by
cleaning. flush out form ties holes, fill with dry
pack mortar, or precast cement cone plugs secured in
place with bonding agent.
E. Repair finished unformed surfaces that contain defects
with adversely affect durability of concrete. Surface
defects, as such, include crazing, cracks in excess of
0.01" wide or which penetrate to reinforcement or
completely through non -reinforced sections regardless -
of width, spalling, pop -outs, honeycomb, rock pockets,
and other objectionable conditions.
F. Correct high areas in unformed surfaces by grinding,
after concrete has cured at.least 14 days.
G. Correct low areas in unformed surfaces during, or
immediately after completions of surface finishing
operations by cutting out low areas and replacing with
fresh concrete. Finish repaired areas to blend into
adjacent concrete. Proprietary patching compounds may
be used when acceptable to Owners.
H. Repair defective areas, except random cracks and single
holes not exceeding 1" diameter, by cutting out and
replacing with fresh concrete. Remove defective areas
to sound concrete with clean, square cuts and expose
reinforcing steel with at least 3/4" clearance all
around. Dampen concrete surfaces in contact with
patching concrete, and brush with a neat cement grout
I
r
f
7
r
a
coating or concrete bonding agent. Mix patching
concrete of same materials to provide concrete of the
same type or class as original concrete. Place,
compact and finish to blend with adjacent finished
concrete. Cure in the same manner as adjacent
concrete.
I. Repair isolated random cracks and single holes not over
1" in diameter by dry -pack method. Groove top of
cracks and cut-out holes to sound concrete and clean
of dust, dirt and loose particles. Dampen cleaned
concrete surfaces and brush with neat cement grout
coating or concrete bonding agent. Mix dry -pack,
consisting of one part portland cement to 2-112 parts
fine aggregate passing a No. 16 mesh sieve, using only
enough water as required for handling and placing.
Compact dry -pack mixture in place and finish to match
adjacent concrete. Keep patched area continuously
moist for not less than 72 hours.
1. Use epoxy -based mortar for structural repairs,
where directed by Owner.
2. Repair methods not specified above may be used,
subject to acceptance of Owner.
3.9 Quality Control Testing During Construction:
A. Sampling and testing for quality control during the
placement of concrete may include the following, as
directed by the Owner.
B. Sampling Fresh Concrete: ASTM C 172, except modified
for slump to comply with ASTM C 94.
C. Slump: ASTM C 143; one test for concrete load at point
of discharge; and one test for each set of compressive
strength test specimens.
r
Air Content: ASTM C 173, volumetric method for
lightweight concrete; ASTM C 231 pressure for normal
weight concrete; one for each set of compressive
strength test specimens.
E. Concrete Temperature: Test hourly when air temperature _
is 40 degrees F. and below,.and when 80 degrees F. and
above; and each time a set of compression test
specimens is made.
F. Compression Test Specimen: ASTM C 31; one set of 6
standard cylinders for each compressive strength test,
unless otherwise directed. Mold and store cylinders
for laboratory cured test specimens except when field -
cure test specimens are required.
G. Compressive Strength Tests: ASTM C 39; one set for
each 100 cu. yds. or fraction thereof, of each
concrete class placed in any one day or for each 5,000
sq. ft. of surface area placed; 2 specimens tested at
7 days, 3 specimens tested at 28 days, and one
specimen retained in reserve for later testing if
required.
1. When the frequency of testing will provide less
than 5 strength tests for a given class of
concrete, conduct testing from at least 5
randomly selected batches or from each batch if
fewer than 5 are used.
2. When the total quantity of a given class of
concrete is less than 50 cu. yds., the strength
test may be waived by the .Owner if, in his --
judgement, adequate evidence of satisfactory
strength is provided.
3. When the strength of field -cured cylinders is
less than 85% of companion laboratory -cured
cylinders, evaluate current operations and
provide corrective procedures for protecting and
curing the in -place concrete.
F
H. Test results will be reported in writing to the Owner
and the Contractor on the same day that tests are
made. Reports of compressive strength tests shall
contain the project identification name and number,
date of concrete placement, name of concrete testing
service, concrete type and class, location of concrete
batch in the structure, design compressive strength at
28 days, concrete mix proportions and materials;
compressive breaking strength and type of break for
both 7-day tests and 28-day tests.
I. Additional Tests: The testing service will make
additional tests of in -place concrete when test
results indicate the specified concrete strengths and
other characteristics have not been attained in the
structure, as directed by the Owner. The testing
service may conduct tests to determine adequacy of
concrete by cored cylinders complying with ASTM C 42,
or by other methods as directed. Contractor shall pay
for such tests conducted, and any other additional
testing as may be required, when unacceptable concrete
is verified.
END OF SECTION
(THIS PAGE LEFT BLANK INTENTIONALLY)
�e;.'Lion 04 Brick Work
gateway Plaza - Site Concrete & Brick work, Phase I
1656 Broadway, Lubbock, Texas
1. General
1.1 Scope of Project
A. To furnish and supply all superintendence,
labor, equipment, materials and incidentals
necessary to complete the brick work in
accordance with drawings and specifications
at the Gateway Plaza.
1.2 Related Work Specified Elsewhere
A. Section 02 - Earthwork & Grading
B. Section 03 - Concrete
1.3 Additional Information
A. All information under General Instruction to
Bidder, General Conditions of Agreement, and
Special Conditions apply to this section.
2. Materials
A. Face Brick shall be 2 1/4" X 3 5/8" X 7 5/811
.
B. Brick shall be from dense hard fired clay.
Color blending shall be one Red to one Harvard
Blend. Several bricks showing extreme variations
in color and texture shall be submitted to the Owner's
Representative for approval before construction begins.
C. Brick shall meet ASTM Specification C902-79A
and shall be free of objectionable chippage,
size variation and other defects. Broken
bricks are not allowed.
D. Mortar: Type N, mix by proportions in
accordance with B1A MI-7Z.
E. Brick ties and rebar shall be clean and free
of rust and be new, unused material.
F
r"
P
F. Brick planter box shall be topped with a precast concrete
wall cap supplied by contractor and munfactured as
detailed to simulate natural cut building stone. -'
Compressive strength shall be 6500 PSI with less than 6%
water absorption. Color shall be buff limestone.
Suggested vendor is Stewart Stone Products, P.O. Box 8434 --
Dallas, Texas 75205 (1-800-827-9186) or "approved equal."
3. Quality Assurance
A. No anti -freeze compounds or other substances
shall be added to mortar.
B. No air -entraining admixtures, or material
containing air -entraining admixtures will be
allowed. _
C. Water must be clean and free of deleterious
amounts of acids, alkalies, and organic
material.
D. Contractor shall leave area clean and haul off
extra materials, trash, and any equipment used
for job.
E. Contractor shall prevent grout or mortar from staining the
face of masonry walls and shall clean up any concrete or
mortar spills. Contractor shall not wash concrete trucks
or concrete equipment on the site.
F. Contractor shall cut bricks with a motor -driven saw.
G. Mortar joint thickness shall be 3/8".
4. Safety
A. Contractor shall use barricades and/or rope
off hazardous work areas if necessary to
protect the public health, safety, and
welfare.
B. Contractor shall protect existing utilities
including irrigation system, and shall be —
responsible for any damage to such utilities.
C. Contractor to protect existing landscaping and _
shall be responsible for any damage to such
landscaping.
I
i
5. Protection of Materials
A. Brick shall be stored in a manner which
prevents mud, dust, or materials likely to
cause staining or other defects from coming
into contact with it.
B. Cover materials when necessary to protect from
elements. Protect reinforcement from elements.
C. Cover partially completed walls when work is not in
progress. Hold cover securely in place.
D. Cold Weather Protection:
1. Preparation:
a. If ice or snow has formed on masonry bed, remove by
carefully applying heat until top surface is dry to
the touch.
b. Remove all masonry deemed frozen or damaged.
2. Products:
a. When brick suction becomes excessive, sprinkle with
heated water:
(1) When units are above 32 degree F (0 degree C.),
heat water above 70 degree F. (21 degree Q .
(2) When units are below 32 degree F. (0 degree C.),
heat water above 130 degree F. (54 degree C.).
b. Use dry masonry units.
c. Do not use wet or frozen units.
3. Construction requirements while work is progressing:
a. Air temperature 40 degree F.(4 degree C.) to 32
degree F. (0 degree C.):
(1) Heat sand or mixing water to produce mortar
temperatures between 40 degree F. (4 degree C.) and
120 degree F. (49 degree C.).
b. Air temperatures 25 degree F. (-4 degree C.) to 20
degree F. (-7 degree C.).
(1) Heat sand and mixing water to produce mortar
temperatures between 40 degree F. (4 degree C.) and
120 degree F. (49 degree C.)
c. Air temperatures 25 degree F. (-4 degree C.) to 20
F. (-7 C.):
(1) Hedt sand and mixing water to produce mortar
temperatures between 40 degree F. (4 degree C.) and
120 F. (49 degree C.)
(2) Maintain mortar temperatures on boards above
freezing.
(3) Use salamanders or other heat sources on both
sides of walls under construction.
(4) Use windbreaks when wind is in excess of 15 mph.
d. Air temperatures 20 degree F.(-7 C.) and below:
(1) Heat sand and mixing water to produce mortar
temperatures between 40 degree F. (4 degree C.) and
120 degree F. (49 degree C.).
(2) Provide enclosures and auxiliary heat to
maintain air temperature above 32 degree F. (0
degree C.).
(3) Minimum temperature of units when laid: 20
degree F. (-7 degree C.).
4. Protection requirements for completed masonry and
masonry not being worked on:
a. Mean daily air temperature 40 degree F. (4 degree
C.) to 32 degree F. (0 degree C.):
(1) Protect masonry from rain or snow for 24 hr. by
covering with weather -resistive membrane.
b. Mean daily air temperature 32 degree F. (0 degree
C.)
(1) Completely cover masonry with weather -resistive
membrane for 24 hr. —
6. Clean -Up and Final Inspection
A. Contractor to clean brick thoroughly with 20%
solution of muriatic acid to remove any
efflorescence present.
B. After all clean-up is completed Contractor
shall notify Owner for a final inspection. At
this time, if work is completed according to
specifications and Owner's satisfaction, a
Notice of Acceptance will be issued.
P"
7. Warranty
A. Contractor shall guarantee all workmanship for
a period of one (1) year from date of final
acceptance. During this time, Contractor
shall correct, at his expense, any defects or
{ faults which occur.
.. End - of - Section
F
7
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
i
Section 05 Brick Pavement
Gateway Plaza - Site Concrete & Brick Work, Phase I
1656 Broadway, Lubbock, Texas
1. General
1.1 Scope of Project
A. To furnish and supply all superintendence,
labor, equipment, materials and incidentals
necessary to complete the brick pavement work
in accordance with drawings and specifications
at the Gateway Plaza.
1.2 Related Work Specified Elsewhere
A. Section 02 - Earthwork and Grading
B. Section 03 - Concrete
1.3 Additional Information
A. All information under General Instruction to
Bidder, General Conditions of Agreement, and
Special Conditions apply to this section.
2. Materials
A. Brick will be used street paving brick and will be
supplied by owner. Unit size is approximately 8" x 4" x
2-1/2".
B. Brick will be from dense hard fired clay.
C. Contractor shall install bricks on gravel and sand base as
shown on the drawings and as specified herein.
3. Quality
Assurance
r-
A.
Contractor
shall
cut paving
bricks with a motor -driven
saw.
B.
Water must
be clean
and free
of deleterious
amounts of
acids,
alkalies,
and organic
material.
is
C.
Contractor
shall
leave area
clean and haul off
extra materials,
trash, and
any equipment used
for job.
Unused
paving brick
shall be returned to Owner.
D. Contractor shall clean up any concrete or
mortar spills. Contractor shall not wash concrete trucks
-or-concrete equipment on the site.
4. Brick Paving
Construction shall:
A. Prepare base of 8" bank run gravel, smooth and level over
well compacted subgrade.
B. Install edging and then fill with 1 1/2 - 2" of masonry
sand and level.
C. Lay brick with minimal joint width in patterns as noted on
drawings. Slope surface of brick 1/8" to 1/4" perf foot r-
for drainage.
D. Level surface with vibrating compaction machine. Sweep
joints with one part portland cement and 6 parts masonry
sand, wet and repeat until all joints are filled flush.
5. Metal Edging
A. Aluminum 3/16" x 5 1/2 " shall be used in areas of straight
or slightly curved lines. Curves of smaller radius than
36" shall be edged with 1/8" x 4" aluminum edging bent
around forms to achieve proper shape.
B. Edge shall extend 1/2" below the finish elevation of the
brick pavers.
C. Finish shall be dark brown or black anodized aluminum. --
6. Safety
A., Contractor shall use barricades and/or rope
off hazardous work areas if necessary to
protect the public health, safety, and
welfare.
B. Contractor shall protect existing utilities
including irrigation system, and shall be
responsible for any damage to such utilities.
C. Contractor to protect existing landscaping and _
shall be responsible for any damage to such
landscaping.
7. Protection of Materials
rw
A.
Brick shall be stored in a manner which
prevents mud, dust, or materials likely to
cause staining or other defects from coming
►'
C
into contact with it.
B.
Cover materials when necessary to protect from
r-
elements.
8. Clean -Up
and Final Inspection
r
A.
Contractor to clean brick thoroughly with 20%
solution of muriatic acid to remove any
efflorescence present.
B.
After all clean-up is completed Contractor
shall notify Owner for a final inspection. At
�..
this time, if work is completed according to
specifications and Owner's satisfaction, a
Notice of Acceptance will be issued.
7. Warranty
A.
Contractor shall guarantee all workmanship for
a period of une (1) year from date of final
acceptance. During this time, Contractor
shall correct, at his expense, any defects or
faults which occur.
End - of - Section
7
N
r
t
(THIS PAGE LEFT BLANK INTENTIONALLY)
r
SPECIAL CONDITIONS
I
r
(THIS PAGE LEFT BLANK INTENTIONALLY)
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
BOB-767-3000
PHARR CONSTRUCTION CO., INC.
PO BOX 2791
LUBBOCK, TX 79408
SUBJECT: GATEWAY PLAZA - PHASE I
October 14, 1991
The City of Lubbock, having considered the proposals submitted and
opened on the 19th day of September, 1991, for work to be done and
materials to be furnished in and for: •
City of Lubbock Bid # 11567
Gateway Plaza - Phase I
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 October 10, 1991, at the bid price
contained therein, subject to the execution of and furnishing of all
4 other documents specified and required to be executed and furnished
under the contract 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 (510) bid security, submitted with your proposal,
r 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 retained by the City of
Lubbock.
CITY OF LUBBOCK
Gene Eads, C.P.M.
Purchasing Manager
(THIS PAGE LEFT BLANKINTENTIONALLY)