HomeMy WebLinkAboutResolution - 5036 - Contract - Lamar Industries Inc - Mackenzie Park Lake Dredging - 11_16_1995Resolution No. 5036
November 16, 1995
RESOLUTION Item #23
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 and all related documents by and
between the City of Lubbock and Lamar Industries, Inc., of Shawnee, Oklahoma to furnish and
install all services and materials as bid for the Mackenzie Park Lake Dredging for the City of
Lubbock, which contract is attached hereto, 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
Passed by the City Council t]
ATTEST:
81yi,- J'k-rv#�Vj
Betty . Johnso4 City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, P chasing Manager
APPROVED AS TO FORM:
Whald G. Vandiver, First
Assistant City Attorney
DGVAp\Wocsllsmar.res
October 26, 1995
RESOLUTION # 5036 November 11, 1995
i
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
806-767-2167
MAILED TO VENDOR: October 3,1995
CLOSE DATE: October 19,1995 @ 4 P.M.
Office of
Purchasing
BID #13392 - MACKENZIE PARK LAKE DREDGING
ADDENDUM #2
The following items take precedence over specifications for the above named bid. Where any item called
for in the bid documents is supplemented here, the original requirements not affected by the addendum
shall remain in effect.
1. Please modify or amend Bid Documents as per the attached information dated
October 11, 1995, from Parkhill, Smith and Cooper, Inc.
All requests for additional information or classification concerning this bid must be submitted in writing
and directed to Laura Ritchie, Buyer.
THANK YOU,
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
r
PARKHILL, SMITH & COOPER, INC.
ENGINEERS ■ ARCHITECTS ■ PLANNERS
4010 AVENUE R, LUBBOCK, TEXAS 79412
(806) 747-0161 ■ FAX (806) 747-7146
ADDENDUM NO. 1: October 11, 1995
RE: City of Lubbock Parks and Recreation
MacKenzie Park Lake Dredging
BID: #13392
TO: All Prospective Bidders/Plan Holders
This Addendum forms a part of and shall be attached to the Contract Documents and modifies the original Bid
#13392 as noted below:
Acknowledge receipt of this Addendum in the space provided on Page.2 of this Addendum.
This Addendum consists of I pages and Q drawings.
GENERAL:
Attached is a copy of the attendance list for the Pre -Bid Conference that was held October 11, 1995 at 10:00
am at the City of Lubbock Municipal Building Purchasing Conference Room L-04 and a list of plan holders as
of the date of this Addendum #1.
,SUMMARY OF INQUIRIES AND RESPONSES FROM THE PRE -BID CONFERBNN�:
1. Bidder's Ouestion: What are the restraints on removing the brush and the trees on the bank of the water
way?
Gigs Response: The brush can be removed if absolutely necessary. However, the brush is considered
to be wildlife habitat and thus, removal will be minimized. The trees cannot be
removed or damaged. If trees are removed or damaged, the contractor will be
responsible for replacing them with one of like kind and size.
2. Bidder's Ouestion: What kind of latitude will be given on the quantity of material measured and the final
shape of the channel?
City's Response: The dredging will take place under water, therefore, it is reasonable to expect that the
j final cross -sections of the channel will not be exactly as shown on the drawings. By
!, monitoring the quantity of material that has been dredged and then looking at the final
cross -sections of the channel, the City will be able to evaluate the progress of the job.
Some latitude will be given on the shape of the channel, but the contractor will only
be paid for the percentage of the material that has been dredged.
2555 - ADDENDUM NO. 1
Bid #13392
Page 1 of 3
3. Bidder's Question: Will the contractor be required to revegetate areas where the grass is damaged?
City's Response: No. The contractor will be required to minimize the areas of grass that will be
damaged and grade any damaged areas back to their original condition.
4. Bidder's Question: Will on -site soil be available for the contractor to use for the purposes of constructing
temporary jetties in the water way to reach some of the wider areas?
Cilys Response: No. If the contractor requires fill material for construction of any temporary controls
or structures, it will be his responsibility to procure that soil. Depending on the
volume and the type of soil that will be required, it may be possible to dispose of this
material on City -owned property in the proximity of the site. This will have to be
determined on a case -by -case basis.
5. Bidder's Question: Can the lake be dewatered?
Ci(5fs Response: Because of the elevation of groundwater at the site, the lake cannot be completely
dewatered. We estimate, however, that under dry conditions, the lake can be
dewatered to a point where the deepest water is approximately 3-feet deep.
6. Bidder's Ouestion: Do you expect hardened material in the channel?
Cily's Response: We do not expect hardened material in the channel. If it is encountered, the
contractor will not be required to remove it without a contract modification. If this
material is not removed, however, the contract price will be decreased based on the
volume of the material not removed, or an equal amount of material can be removed
in another location as directed by the Owner's representative.
7. Bidder's Ouestion Will cost be the deciding factor on how deep the contractor will dredge (based on the
Alternates)?
City's Response: Yes.
AIN
The following items are to be included as part of the Specifications.
1. Section 01010, SUMMARY OF WORK.
A. PART 1 GENERAL,1.4 CONTRACT TIME AND LIQUIDATED DAMAGES, article B., change the
liquidated damages from "$100.00 per day" to "$200.00 per day".
I Section 02482, DREDGING.
A. PART 3 EXECUTION, 3.4 FINAL PAYMENT, delete the fourth (4th) sentence of the this paragraph
("The Contractor will be notified when measurements will... ")
No changes were identified.
2555 - ADDENDUM NO. 1
Bid #13392
Page 2 of 3
F
BID PROPOSAL:
No changes were identified.
ACKNOWLEDGED
LAMAR INDUSTRIES, Inc.
BY:
Cecil Miller
THE CITY OF LUBBOCK
BY:
2555 - ADDENDUM NO. 1
Bid #13392
Page 3 of 3
I
COMPANY
City of Lubbock
PREBID CONFERENCE #13392
MACKENZIE PARK LAKE DREDGING
October 11, 1995 @ 10:00 A.M.
Purchasing Conference Room, L-04
REPRESENTATIVE ADDRESS
Laura Ritchie 1625 13th Street, Lubbock, TX
PHONE#
767-2163
4 Li c d
uc, 6 -2 Ca 6i-e" a17 e, LcJ o c,/<
7 ZZ
?i
l.�AI(- 4<.t'U�
Cgs� P-i A K1 is 4010 & a e L Wr W-ad ,
IJSGN � GJT N bf� LUxF�X Po , ?mod D
-lATl ,n I f
`l(0'7 "Zbto(o
n
tl
it
. BID #13392
ACCT #9905.9246
r OCTOBER 3, 1995
E DAVID PERRY
PARK DEVELOPMENT
CRAIG WUENSHE
PARK DEVELOPMENT
TAM MCALESTER
MCALESTER CONSTRUCTION
& FENCE .
204 N. GREER BLVD.
PITTSBURG, TX 75686
r JOHN TYTENICZ RHODE CONSTRUCTION
MERCO WASTE MANAGEMENT, INC. BOX 53370
516 WEST CALIFORNIA LUBBOCK, TX 79453
OKLAHOMA CITY, OK 73102
SPECIALIZED MAINTENANCE SVCS.
4533 PASADENA BLVD.
PASADENA, TX 77503
ENVIRONMENTAL CONTRACTING
4190 W. 123RD STREET
r' ALSIP, IL 60658
LONE STAR DIRT & PAVING
" 7602 AVENUE U
r LUBBOCK, TX 79423
e
LDC CONSTRUCTION COMPANY
I I BOX 65251
LUBBOCK, TX 79423-2008
HUNTER CONSTRUCTION COMPANY
BOX 2587
LUBBOCK, TX 79408
FDANNY KLEIN CONSTRUCTION
r„ 4310 93RD STREET
LUBBOCK, TX 79423
r�
�. ,DODGE ROOM
460150TH STREET
`-LUBBOCK, TX 79414
i,
HYDRO PUMP & EQUIPMENT
PO BOX 40234
HOUSTON, TX 77240
EAGLE BUILDING & DEVELOPMENT
ROUTE 7 BOX 247B
LUBBOCK, TX 79401
R E. MONKS CONSTRUCTION
8355 VOLLMER ROAD
COLORADO SPRINGS, CO 80908
WARDROUP & ASSOCIATES, INC.
4408 BROWNFIELD DRIVE
LUBBOCK, TX 79410
ALL TEXAS BUILDERS, INC.
BOX 3486
LUBBOCK, TX 79458
BIDNET
PO BOX 5600
ALBANY, NY 12205
TEXAS CONTRACTORS
2510 NATIONAL DRIVE
GARLAND, TX 75041
JOHN WEBB
PARK DEVELOPMENT
LOUIS YELICH
HYDRO PUMP & EQUIPMENT
PO BOX 40234
HOUSTON, TX 77240
J.D. IVEY & COMPANY
PO BOX 445
SEALY, TX 77474
AGRONOMIC MANAGEMENT GROUP
PO BOX 120123
ARLINGTON, TX 76012
R & R DITCHING
4818 KENT STREET
LUBBOCK, TX 79415
KNOX, GAILEY & MEADOR INC.
BOX 5736
LUBBOCK, TX 79417
PHARR & COMPANY
BOX 2791
LUBBOCK, TX 79408
BROWN-MCKEE, INC.
BOX 3279
LUBBOCK, TX 79452-3279
AGC
3004 50TH STREET
LUBBOCK, TX 79413
AMERICAS COMPANY
4320 N. BELTLINE ROAD
IRVING, TX 75038
BID #13392
ACCT #9905.9246
PAGE 2
F.W. DODGE
SHERWOOD ATRIUM BUILDING
.• 2900 WESTFORK DRIVE
BATON ROUGE, LA 70827-0008
F.W. DODGE
REGENCY CENTER
701 NORTHWEST 63 ST, STE 103
OKLAHOMA CITY, OK 73116-7634
r,
r"
t
p
G
ram+
6.
F.W. DODGE
PO BOX 53293
NEW ORLEANS, LA 70153-3293
F.W. DODGE
5100 E. SKELLY DR, STE. 1010
TULSA, OK 74135-6552
r"l'
F.W. DODGE
6007 FINANCIAL PLAZA, STE 106
SHREVEPORT, LA 71129-9978
PARKHIL L, SMrM & COOPER, INC
4010 AVENUE R
LUBBOCK, TX 79412
BID #13392
ACCT #9905.9246
PAGE 3
LETTERS
GONZALES BROTHERS COMPANY
PO BOX 971
7 LUBBOCK, TX 79408
QUICKSILVER CONSTRUCTION
1205 E. 46TH STREET
LUBBOCK, TX 79401
r
BIRCHWOOD CONSTRUCTION
PO BOX 8241
LEVELLAND, TX 79338
l;.
t.
E�E
t
;l
l
E
WEBB CONSTRUCTION, INC.
609 B AUSTIN
LEVELLAND, TX 79336
ART CUEVAS
7406 83RD STREET
LUBBOCK, TX 79424
PLAINS BUILDERS, INC.
BOX 5262
LUBBOCK, TX 79417
LUBBOCK BUILDING SERVICES
PO BOX 65600-194
LUBBOCK, TX 79464
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
606-767-2167
MAILED TO VENDOR:
CLOSE DATE:
NEW CLOSE DATE:
October 3,1995
October 18,1995 @ 2 P.M.
October 19,1995 @ 4 P.M.
Office of
Purchasing
BID #13392 - MACKENZIE PARK LAKE DREDGING
ADDENDUM #1
The following items take precedence over Addendum #1 details for the above named project. Where any
item called for in the bid documents is supplemented here, the original requirements not affected by the
addendum shall remain in effect.
1. Please change the bid closing date from
Wednesday, October 18, 1995, at 2:00 P.M. to
Thursday, October 19,1995, at 4:00 P.M.
All requests for additional information or classification concerning this bid must be submitted in writing
and directed to Laura Ritchie, Buyer.
THANK YOU,
LA R TCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR:
CLOSE DATE:
October 3,1995
October 19, 1995 @ 4 P.M.
Office of
Purchasing
BID #13392 - MACKENZIE PARK LAKE DREDGING
ADDENDUM #2
The following items take precedence over specifications for the above named bid Where any item called
for in the bid documents is supplemented here, the original requirements not affected by the addendum
shall remain in effect.
1. Please modify or amend Bid Documents as per the attached information dated
October 11, 1995, from Parkhill, Smith and Cooper, Inc.
All requests for additional information or classification concerning this bid must be submitted in writing
and directed to Laura Ritchie, Buyer.
THANK YOU,
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
F
PARKHIL-L, SMITH & COOPER, INC.
�^ ENGINEERS ■ ARCHITECTS ■ PLANNERS
4010 AVENUE R, LUBBOCK, TEXAS 79412
(806) 747-0161 ■ FAX (806) 747-7146
ADDENDUM NO. 1: October 11, 1995
RE: City of Lubbock Parks and Recreation
MacKenzie Park Lake Dredging
BID: #13392
TO: All Prospective Bidders/Plan Holders
This Addendum forms a part of and shall be attached to the Contract Documents and modifies the original Bid
#13392 as noted below:
Acknowledge receipt of this Addendum in the space provided on Pagel of this Addendum.
This Addendum consists of 3 pages and Q drawings.
GENERAL:
Attached is a copy of the attendance list for the Pre -Bid Conference that was held October 11, 1995 at 10:00
am at the City of Lubbock Municipal Building Purchasing Conference Room L-04 and a list of plan holders as
of the date of this Addendum #1.
SUMMARY OF INQUIRIES AND RESPONSES FROM THE PRE -BID CONFE.REENN
1. Bidder's Ouestion: What are the restraints on removing the brush and the trees on the bank of the water
way?
City's Response: The brush can be removed if absolutely necessary. However, the brush is considered
to be wildlife habitat and thus, removal will be minim; The trees cannot be
removed or damaged. If trees are removed or damaged, the contractor will be
responsible for replacing them with one of like kind and size.
2. Bidder's Question: What kind of latitude will be given on the quantity of material measured and the final
shape of the channel?
Ci , s Response: The dredging will take place under water, therefore, it is reasonable to expect that the
final cross -sections of the channel will not be exactly as shown on the drawings. By
monitoring the quantity of material that has been dredged and then looking at the final
cross -sections of the channel, the City will be able to evaluate the progress of the job.
�- Some latitude will be given on the shape of the channel, but the contractor will only
be paid for the percentage of the material that has been dredged.
2555 - ADDENDUM NO. 1
17 Bid #13392
Page 1 of 3
6
3. Bidder's Question: Will the contractor be required to revegetate area where the grass is damaged?
Cit f s Response: No. The contractor will be required to n+in9,t,i the areas of grass that will be
damaged and grade any damaged areas back to their original condition.
4. Bidder's Question: Will on -site soil be available for the contractor to use for the purposes of constructing
temporary jetties in the water way to reach some of the wider areas?
Ci, Vs Response: No. If the contractor requires fill material for construction of any temporary controls
or structures, it will be his responsibility to procure that soil. Depending on the
volume and the type of soil that will be required, it may be possible to dispose of this
material on City -owned property in the proximity of the site. This will have to be
determined on a case -by -case basis.
5. Bidder's Question: Can the lake be dewatered?
Cis Response: Because of the elevation of groundwater at the site, the lake cannot be completely
dewatered We estimate, however, that under dry conditions, the lake can be
dewatered to a point where the deepest water is approximately 3-feet deep.
6. Bidder's Ouestion: Do you expect hardened material in the channel?
&s Response: We do not expect hardened material in the channel. If it is encountered, the
contractor will not be required to remove it without a contract modification. If this
material is not removed, however, the contract price will be decreased based on the
volume of the material not removed, or an equal amount of material can be removed
in another location as directed by the Owner's representative.
7. Bidder's Question: Will cost be the deciding factor on how deep the contractor will dredge (based on the
Alternates)?
CiVs Response: Yes.
SPECIFICATIONS:
The following items are to be included as part of the Specifications.
1. Section 01010. SUMMARY OF WORK.
A. PART 1 GENERAL,1.4 CONTRACT TIME AND LIQUIDATED DAMAGES, article B., change the
liquidated damages from "$100.00 per day" to "$200.W per day".
2. Section 02482. DREDGING.
A. PART 3 EXECUTION, 3.4 FINAL PAYMENT, delete the fourth (4th) sentence of the this paragraph
("The Contractor will be notified when measurements will....
DRAWINGS:
No changes were identified.
2555 - ADDENDUM NO. 1
Bid #13392
Page 2 of 3
BID PROPOSAL:
No changes were identified.
ACKNOWLEDGED
BY:
THE CITY OF LUBBOCK
BY:
2555 - ADDENDUM NO. 1
Bid #13392
Page 3 of 3
i�
r..
r
R.
COMPANY
City of Lubbock
PREBID CONFERENCE #13392
MACKENZIE PARK LAKE DREDGING
October 11, 1995 @ 10:00 A.M.
Purchasing Conference Room, L-04
REPRESENTATIVE ADDRESS
Laura Ritchie 1625 13th Street, Lubbock, TX
PHONE#
767-2163
r
�
4i
` hG C3
L) 5 i-ucll-16 1 l.a ci-0-443'(1! 1 ®�� �Gi rJ4G
72-Z 61d V
Awel,/11 sm� 0,�f�r
ZX2 o�4
7
G,e4k- b,,�-' W E
OSC-H E:_ 61:z f 5p LUxt' K Eo Z e :) n ,2
I LI -Z i-We
r
r
i
p
a w .
i
''BID #13392
ACCT #9905.9246
7OCTOBER 3, 1995
.w
DAVID PERRY
PARK DEVELOPMENT
CRAIG WUENSHE
PARK DEVELOPMENT
TIM MCALESTER
MCALESTER CONSTRUCTION
& FENCE
204 N. GREER BLVD.
PITTSBURG, TX 75686
7"JOHN TYTETIICZ RHODE CONSTRUCTION
MERCO WASTE MANAGEMENT, INC. BOX 53370
516 WEST CALIFORNIA LUBBOCK, TX 79453
, .OKLAHOMA CITY, OK 73102
SPECIALIZED MAINTENANCE SVCS.
1F=4533 PASADENA BLVD.
1 PASADENA, TX 77503
ENVIRONMENTAL CONTRACTING
r,4190 W. 123RD STREET
ALSIP, IL 60658
p"j „LONE STAR DIRT & PAVING
7602 AVENUE U
LUBBOCK, TX 79423
�LDC CONSTRUCTION COMPANY
G BOX 65251
LUBBOCK, TX 79423-2008
I;
HUNTER CONSTRUCTION COMPANY
iI7BOX 2587
" LUBBOCK, TX 79408
DANNY KLEIN CONSTRUCTION
F4310 93RD STREET
LUBBOCK, TX 79423
7DODGE
ROOM
460150TH STREET
7 LUBBOCK, TX 79414
HYDRO PUMP & EQUIPMENT
PO BOX 40234
HOUSTON, TX 77240
EAGLE BUILDING & DEVELOPMENT
ROUTE 7 BOX 247B
LUBBOCK, TX 79401
R. E. MONKS CONSTRUCTION
8355 VOLLMER ROAD
COLORADO SPRINGS, CO 80908
WARDROUP & ASSOCIATES, INC.
4408 BROWNFIELD DRIVE
LUBBOCK, TX 79410
ALL TEXAS BUILDERS, INC.
BOX 3486
LUBBOCK, TX 79458
BIDNET
PO BOX 5600
ALBANY, NY 12205
TEXAS CONTRACTORS
2510 NATIONAL DRIVE
GARLAND, TX 75041
JOHN WEBB
PARK DEVELOPMENT
LOUIS YELICH
HYDRO PUMP & EQUIPMENT
PO BOX 40234
HOUSTON, TX 77240
J.D. IVEY & COMPANY
PO BOX 445
SEALY, TX 77474
AGRONOMIC MANAGEMENT GROUP
PO BOX 120123
ARLINGTON, TX 76012
R & R DITCHING
4818 KENT STREET
LUBBOCK, TX 79415
KNOX, GAILEY & MEADOR INC.
BOX 5736
LUBBOCK, TX 79417
PHARR & COMPANY
BOX 2791
LUBBOCK, TX 79408
BROWN-MCKEE, INC.
BOX 3279
LUBBOCK, TX 79452-3279
AGC
3004 50TH STREET
LUBBOCK, TX 79413
AMERICAS COMPANY
4320 N. BELTLINE ROAD
IRVING, TX 75038
BID #13392
ACCT 199905.9246
PAGE 2
I
F.W. DODGE
SHERWOOD ATRIUM BUILDING
2900 WESTFORK DRIVE
BATON ROUGE, LA 70827-0008
t F.W. DODGE
REGENCY CENTER
701 NORTHWEST 63 ST, STE 103
r OKLAHOMA CITY, OK 73116-7634
r
r�-
t
P
i.
4�
r,
i
r .
e
r
cl,
�I
F.W. DODGE
PO BOX 53293
NEW ORLEANS, LA 70153-3293
F.W. DODGE
5100 E. SKELLY DR, STE. 1010
TULSA, OK 74135-6552
F.W. DODGE
6007 FINANCIAL PLAZA, STE 106
SHREVEPORT, LA 71129-9978
PARKIELL, SWM & COOPER, INC
4010 AVENUE R
LUBBOCK, TX 79412
BID #13392
ACCT #9905.9246
PAGE 3
ro LETTERS
GONZALES BROTHERS COMPANY
WEBB CONSTRUCTION, INC.
PLAINS BUILDERS, INC.
PO BOX 971
609 B AUSTIN
BOX 5262
7 LUBBOCK, TX 79408
LEVELLAND, TX 79336
LUBBOCK, TX 79417
b' QUICKSILVER CONSTRUCTION
ART CUEVAS
LUBBOCK BUILDING SERVICES
1205 E. 46TH STREET
7406 83RD STREET
PO BOX 65600-194
r., LUBBOCK, TX 79401
LUBBOCK. TX 79424
LUBBOCK, TX 79464
n BIRCHWOOD CONSTRUCTION
PO BOX 8241
LEVELLAND, TX 79338
r
t
i
r(
hl
MAILED TO VENDOR: October 3,1995 _
CLOSE DATE: October 18, 1995 @ 2 P.M.
NEW CLOSE DATE: October 19,1995 @ 4 P.M.
BID #13392 - MACKENZIE PARK LAKE DREDGING
ADDENDUM #1 —
The following items take precedence over Addendum #1 details for the above named project. Where any
item called for in the bid documents is supplemented here, the original requirements not affected by the
addendum shall remain in effect. —'
1. Please change the bid closing date from
Wednesday, October 18, 1995, at 2:00 P.M. to
Thursday, October 19,1995, at 4:00 P.M.
All requests for additional information or classification concerning this bid must be submitted in writing
and directed to Laura Ritchie, Buyer.
THANK YOU,
LA RI /CL-i
BUYER ---
PLEASE RETURN ONE COPY WITH YOUR BID
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: MACKENZIE PARK LAKE DREDGING
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13392
PROJECT NUMBER 9905.9246
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITION
�I
NOTICE TO BIDDERS
BID #13392
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the
Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the
18th day of October,1995. 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:
"MACKENZIE PARK LAKE DREDGING"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing
Manager and publicly read aloud.
r
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City
of Lubbock, prior to the expiration of the date above first written.
•� The City of Lubbock will consider the bids on the 9th day of N23ember,1995, at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article
5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds
•+$25,000.00. Said statutory bonds should be issued by a company carrying a current es Rating of B or superior• as the rating of the
P 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 bid bond from a reliable surety company, payable without recourse to the
order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that
bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) days after notice of award of the
r• contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions
under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and
�.. considered in the preparation of the bid submitted. There will be a pre -bid conference on 11th day of October,1995, at
j 10:00 o'clock am., in the Purchasing Conference Room, L-04, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to
in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the
requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement,
minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will
not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid
i openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the Purchasing Department at (906) 767-2167 (Monday -Friday, 9:00 - 5:00 p.m.)
r+ or 1625 13th Street, Room L-04, at least 48 hours in advance of the meeting.
t..
CITY OF LUBBOCK
t
� &-:bi�l I —
VICTOR KHJkAN
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Faz (806)767-2164.
71
71,
GENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the MACKENZIE PARK LAKE DREDGING.
2. CONTRACT DOCUMENTS
7 All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
PA of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
ti
R 3. PLANS FOR USE BY BIDDERS
7 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.
r-*
4. BIDDER INQUIRIES
No bidder shall request any information verbally. All written requests for additional information or clarification concerning
this bid must be addressed to:
LAURA RITCHIE
BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806)767-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 90 (NINETY) consecutive calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City, may direct the Contractor to take
such action as the City deems necessary to insure completion of the project within the time specified
6. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
7. AFFIDAVITS OF BILLS PAID
!"" The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
8. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor
of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the
project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision The specifications for materials and methods set forth in the contract
documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.
9. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which
shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use during
construction. Plans and specifications for use during construction will only be famished directly to the Contractor. The
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
11. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies,
machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the
work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its
certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
fI
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Conhactoes expensc.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take
such other precautionary measures for the protection of persons, property and the work as may be necessary. The
Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and
when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost
and expense. The Contractoes responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
j' In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger We or property and the Contractor shall
farther use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
rExplosive materials shall not be stored or kept at the construction site by the Contractor.
! In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor" s intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
i I The successful bidder shall be required to have a responsible local representative available at all times while the work is in
�j progress under this contract The sucoessU bidder shall be required to furnish the name, address and telephone number
l where such local representative may be reached during the time that the work contemplated by this contract is in progress.
r" 17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The 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.
18. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned The bidders' attention is hirther directed to the
requirements of Article S 1S9a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
P'
f
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per
diem wages included in these contract documents.
20. PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder
without being considered
21. PREPARATION FOR BID
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and
the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the
materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy
between the price written in words and the price written in figures, the price written in words shall govern. If the bid is
submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm,
association, or partnership, the name and address of each member must be given and the bid signed by a member of the
firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the
company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent.
Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted
with the bid. The bid shall be executed in ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside
of the envelope in the following manner:
(a) Bidder's name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may
be withdrawn or altered thereafter.
BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
No Text
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE:
DATE: October 18, 1995
i�
PROJECT NUMBER: 13392 - MACKENZIE PARK LAKE DREDGING
Bid of LAMAR INDUSTRIES, INC.
(hereinafter called Bidder)
rTo the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
t Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction of a MACKENZIE PARK
i
LAKE DREDGING — Project No. 13392
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
j construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
price stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
FBASE BID: Excavate the lake as indicated for the lump sum price.
MATERIALS: N . A. (S 0.00 )
SERVICES: One Hundred Fifty Eight Thousand Three Hundred Eighty (S 158,380.00 )
Dollars
TOTAL BASE BID: One Hundred Fifty Eight Thousand Three Hundred (S 158,380.00 )
Eighty Dollars
ALTERNATE NO.1 Excavate the lake one (1) foot lower than base bid.
MATERIALS: N . A. ($ 0.00 )
SERVICES:Thirty—Eight Thousand Five Hundred Dollars ($ 38,500.00 )
TOTAL ALTERNATE NO. 1 (Add): Thirty —Eight Thousand Five Hundred (s 38,500.00 )
Dollars
Y
PM
a
ALTERNATE NO.2 Excavate the lake one (1) foot lower than Alternate No. 1.
MATERIALS: N.A. (S 0.00 )
SERVICES: Thirty -Six Thousand Dollars (S 36,000.00 )
TOTAL ALTERNATE NO.2 (Add): Thirty Six Thousand Dollars ($ 36,000.00 )
ALTERNATE NO.3 Excavate the lake one (1) foot lower than Alternate No. 2.
MATERIALS: N.A. (S 0.00 )
SERVICES: Thirty -Four Thousand Dollars (S 34,000.00 )
TOTAL ALTERNATE NO. 3(Add): Thirty -Four Thousand Dollars ($ 34,000.00 )
(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
1' the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of
$200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for
completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
7
p�
1
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than five percent (S% ) 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 ten (10) days after notice of
award of the contract to him.
Enclosed with this bid is a Cashices Check or Certified Check for Dollars
(S ) or a Bid Bond in the sum of Five Percent of Amount Bid Dollars (S 5% ), which it is
agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the
undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days
after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
F
F
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents
made available to him for his inspection in accordance with the Notice to Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
Secretary Bill T. Thurman
F
7
k
Contractor
Cecil R. Miller, President
(Printed or Typed Name)
LAMAR INDUSTRIES, INC.
Company
204 N. Louisa, P.O. Box 3078
Address
Shawnee Pottawatomie
City, County
Oklahoma 74802-3078
State Zip Code
Telephone: 4( 05) 275-3374
Fax Number: 4( 05 ) 274-3376
F
Bond No.
Fidelity and Deposit Company
POST OFFICE BOX 1227 OF MARYLAND MU MORE, MD 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, --_—
as Principal, (hereinafter called the "Principal"),
and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, P.O. Box 1227, Baltimore, Maryland 21203, a corporation
duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and
firmly bound unto____— Cit1_r of Lubbock., Texas
----------- ---------------
-_-__ Obligee, (hereinafter called the "Obligee"),
in the sum of _ Fi_v_e. Per Cent of _Am_ount Bi.dI_n---- 5%_ 7_ — r—Dollars ($__ 5%_—_—_�__),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these: presents.
WHEREAS, the Principal has submitted a bid
Mas:Js�nx�.€_ P�rk_�ake Dredging-
0 G NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding
or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,
otherwise to remain in full force and effect.
r, Signed and sealed this—_____19!L1------ — —_day of_- October --A.D., 19 95
Lamar Industries, Inc. (SEAL)
Principal
Witness
A Title
FIDELITY AND DEPOS MPANY OF MARYLAND
ety
By
Witness Title
L
C323f--SOM, 7-92 236374
Conforms to Amencin Institute of Architects Document A•310,
Fdnvary 1970 Edition. �
F
F
F
7
Power of Attomey
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE. RALTIMORE, MD
KNOW ALL MEN BY THESE PRESENT'S: That the FMELrrY AND DEPOSrr COMPANY OF MARYLAND, a corporation of the State of
Maryland, by C. M. PECOT, JR., Vice -President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article
VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force
and effect on the date hereof, does hereby nominate, constitute and appoint Paul S . Howell and W. D . Howell, Jr.,
both of Edmond, Oklahoma, EACH .....................
iVTr5c and lawtulagent kid Attorney -in -Fact, to make, execute, seal andsdeliver, for, and gn its behalf as surety, and as its act and deed:
any and all bonds and undertakings.........»......,�;E`'...........
r 4���
An a execution of such bonds or undertakings in pursuance„ a presenls,l be as binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been duly ezecntvLd` and acknowledged by the regularly elected officers of the Company
at its office in Baltimore, Md., in their own proper persorid
The said Assistant Secretary does hereby certify tha the extract set forth on the reverse side hereof is a true copy of Article VI, Section
2, of the By -Laws of said Company, and is now in -
IN WITNESS WHEREOF, the said Vice-Presidii Lt, �d Assistant`6ecretary have hereunto subscribed their names and affixed the
Corporate Seal of the said FIDELITY AND DEPL!$Iii�-COMPAI�OF-MARYLAND, this 7 th _ _ -day of
March —,A.D. 19 w>
A7TL� FIDELITY AND DEPOSIT,COMPANY OF MARYLAND
-, �j ,
SEAL /;41
•�...� By
Assistant Secretary Vice silent
STATE OF MARYLAND
COUNTY AF BALTIMORE SS:�11
On this!th ____day of— -kizch A.D. 192., before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice -President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSrr COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first
//above written.
CAROL J. FA R Notary Public
My Commission Expires AagusLjs 1Q9-0
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELrrY AND DEPOSrr COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and
I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially
authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSrr COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 19 th
day of nctnher _ , 19_95
1.I428c—076-2141
-- Assistant Secretary
LIST OF SUBCONTRACTORS
Minority Owned
Yes No
MERCO WASTE MANAGEMENT, Inc. 0
0 0
0 0
0 0
0 0
0 0
0 0
0 ❑
0 ❑
0 ❑
PAYMENT BOND
F
?vm CHECK d -_
BEST RATING Ll---
AS
qAT BY
7�11
-- -�
a
7,
F
F
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE PRESENTS, that
Lamar Industries, Inc.
Principal(s), and
Fidelity and Deposit Company of Maryland
(hereinafter called the Principal(s), as
(hereinafter cafe eth u et ), S vyrot a e jrhldd Land_ fir}nly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of nhlawful money of the United States 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 9ttday of
November ,19 93t0 Mackenzie Park Lake Dredging
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 27 day of
November 19 95
ryland
Lamar Industries, Inc.
Principal
r
By:
(Title) .
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard
Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of
process may be had in matters arising out of such suretyship.
Fidelity afid Deposit Company of
Surety Maryland
7(Tlile) Atto e i Fact,• `;.
Approved as to Form W y
City
Lubbock
mey,
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
PERFORMANCE BOND
BOND CHECK
BEST RATING __14 - _
LICENSED N r8yz-
e4&1�1
DATEI _
7,
p
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
Lamar Industries, Inc.
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
Fidelity and Deposit Company of Maryland
(hereinafter called the Surew(s), as Surety(s� are held and firml bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of TOnePHEll 0 FFi,ft }" Tho (S i 5A 3un nhlawful money of the United States for the
payment whereof, the said Principal and Suretybind 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 9 day of
November ,19 5 Mackenzie Park Lake Dredging
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
( amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
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.
n
F
F
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument tm?7 day of
November ,19
Fidelit )nd Deposit Company of Maryland Lamar Industries, Inc.
Surety Principe
* By.
itle) Att ev-in-Fact (Title) ✓2ztt
F
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates ' Howarc
Cowan an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service
of process may be had in matters arising out of such suretyship.
Fidelity
Surety
it Company of Maryl
At nay -in -Fact_
Approved as to form:
City o bock Y
By:
Ci ttorney
Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
4 Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, BALTIMORE, MD
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by C. M. PECOT, JR., Vice -President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article
VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof.and are hereby certified to be in full force
and effect on the date hereof, does hereby nominate, constitute and appoint Paul S . Howe 11 and W . D . Howe 11, Jr
both of Edmond, Oklahoma, EACH .................................................
ilTrrue ana lawfulagent and Attorney -in -Fact, to make, execute, seal and\1��'ver, for, ants behalf as surety, and as its act and deed:
any and all bonds and undertakings........_( .....�............
I' An a execution of such bonds or undertakings in pursuance
amply, to all intents and purposes, as if they had been duly e>
at its office in Baltimore, Md., in their own proper perso�
,I o
f
The said Assistant Secretary does hereby certify
2, of the By -Laws of said Company, and is now
7,11
IN WITNESS WHEREOF, the said Vice-Presij
Corporate Seal of the said FIDELITY AND DEPC
March — A.D. 19 94
be as binding upon said Company, as fully and
by the regularly elected officers of the Company
��V
set f�oit\th$=e reverse side hereof is awe copy of Article VI, Section
have hereunto subscribed their names and affixed the
ND, this_—7th_—---____..-------day of
Nam, FIDEL v DEPOS&i&MPANY OF MARYLAND
A SEAL
By
_ Assistant Sec Vice sident
S1'ATE.tlF MARYLAND 1} O
Cou7 IY OF BALTIMORE 1 ss' ,O
l7t'this— !kh? __—day of Marchl `, A.D. 199A-, before the subscriber, a Notary Public of the State of Maryland, duly
6minissioned and qualified, came C. M. PECOT, JR., Vice -President and C. W. ROBBINS, Assistant: Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally (mown to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the sea] affixed to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
+� CAR0LJ.FADiR Notary Public
My Commission Expires_ AugusE_i,_I
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and
I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially
authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate sea] of the said Company, this —21___
day of —November _—, 1995_.
1
+Assistant Secretary
r L1428,-076-2141
I
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have
power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents,
Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons
to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contract's, agreements, deeds,
and releases and assignments of judgements, decrees, mortgages and instruments in the' nature of mortgages, ... and to affix the
seal of the Company,thereto."
i
No Text
I
Ilk 14.AIJ: Uk INS UKA NC E
11
TO: CITY OF LUBBOCK DATE: 01-11-a6 ss
P.O. BOX 2000 LAMAR. I NDUSTR 1 ES , INC. TYPE OF PR J
LUBBOMTX 79457 P. p, ox 3078 MACKENZI PARK LAKE DREDGING
THIS IS TO CERTIFY THAT Shawnee, OK 74802
(Name and Address of Iastucd) is, at the date
of this c4nificate, insured by this Compiny with respect to the business operations hercirjAcr described. for the typed of insura:ace
and in accordance with the provisions of the stsnderd policies used by this cotrtparty, the farther hereinafter described. Exceptions to
Standard policy noted hereon,
TYPE OF INSMUNCE
POLICY NUMBER
EFFEarrvt
t',XF)RATtON
LI,st1TS
DATE
DATE
CommadaiCcaerstLIAUlry.
ECA12359023
01-13-96
01-13-97
Otne lAW&3u S 1,000,000.
C Claims Made
ProductaC=p*p A00 s 1,056.6667
a Oacvr awo
PcmaW A Adv. Wury i
a owner'. R Commaon Protwlve
B Includes WAIVER OF
UBROGATION in
favor of:
Uth ooe mmcc s_ . ,_
F'uvV& %&*(MyateFire) frm
CITY OF L U B B
C K
Mel! E..xa (My one Fteson) s_ 5: 000
,tU70.W0TfYELLl.82M
Ot AnyAm
CombinodsiarSet.imlt S 1;000,000.
0 AlI Owned Autos
ECA12084795
01-13- 96
01-13- 97
Bodily Wu y (Pa Pawn) S
0 Scheduled Milos
soauy tajtuy (er Acciden:) S
OE Xlred Autos
Pros 7r Dazust S
t NorrO mod Amos
Qi Includes WAIVER OF S
BROGATION in
avor of;
CITY OF LU
BOCK
X ADDITIONAL
CITY OF LUBB
CK
G.tRAIGf LGL91LJ77'
0 Any Auto
A42 Only - Earh, Accident S
0
Othar thaw Auto Only:
Josh Aodd.-u s
�$Fregsta s.��_
Q BU�Lt�EiS SRlS:C
Q 10695 of tho Pout Contract Prko �
s
0 ArSTA UAT10X RX%(=
CK Ana
USA69076603
01-13-96
01-13-97
E,�,o,�, e s 11000,000.
0 other Thus Umbr rta Farm
S
W0P- tSCOMPEWS n0NA?M
FMPL0=11manT
no Prorietod 0 WNW
5tatutery uralu
ftmers<Exeeutive D ECcludad
Each Aocidtnt
*X= err.
Dieuse polity Limit S_ ....._
Disnisr-Etstt Employe* s�___
OTHER
The above policies either is tho body thereof or by appropriate endorsement provide that they may not bedia&d or canceled by the
Insurer in less than the lc&21 flax required ellAr the insured has =ived written notice such cta or cc lation, or i
there is to legal requlr=ant, in less than live bays in advance of cancellation. A. N?rthern I su a CompalcT _
Fi'4'E COPMS OF THE CERTIFICATX OF W=ANCE
MUST BE,SENT TO THE CYTY OF LUBBOCK
B. M4ry
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED ABOV%: "Howe-TI -Stone Insure'neetir
HAVE BEEN ISSUED TO THE NAMED INSURED ABOVE FOR THE POLICY PERIO W, D. Howell, Jr. �._....r
I ND 1 CATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION ride. P ,-G , auras^,,,
OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE Edmond, OK 73083-5010
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE -INSURANCE AFFORDED (405) 3k1-8330
BY THESE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL.THE TERMS, EXCLUSIONS AND CONDITIONS 01
SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
F I
This Policy ronstM Of this Dectratinns F, mi, thu Ownvis and Contractors ProtuLtive Liability
Coverage Form and the Endorsemet a indicated as apglientle.
❑ EC 6419385135 ® NEW ❑ RENEWAL OF_-
1. NAMED INSURED and MAILING ADDRESS:
City of Lubbock
P.O. Sox 2000
Lubbock, TX 79457
2. POLICY PERIOD: From 11-27-95 to 11-27-26
12:01 A.M. Standard Time at your Mailing Address tbove.
WRYLAND CASUALTY COMPANY
BALTIMORE, MD 21203
A Stock Company
Acct#0000732545-001-00000
�' tov vvv� � rnvvvvgn � pmnvi v, ivr - �
e
IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THI
INSURANCE A STATEC IN THIS POLICY.
3. LIMITS OF INSURANCE
AGGREGATE LIMIT $ 500, 000.
EACH OCCURRENCE LIMIT $ 500.000.
Designation and Mailing Address of Contractor:
Lamar Industries, Inc.
P.O. Sox 3076
Shawnee, OK 74802
7 Location of Covered Operations (Same as item t unless shown below).
MacKenzie Park Lake, Dredging
Lubbock, TX
CLASSIFICATION
Construction Operations
Owner (not railroads)
Excluding Operations
on board ships
CODE NO,
16292
PREMIUM BASE RATE PER a1000
_-_ OF COST
158,380 2.419
4. FORMS / ENDORSEMENTS APPLICABLE: IL 00 21 (1185) 46024 (0590) TOTAL PREMIUM
L CG0009(1188) C00004(0286) CG2855(0393) CO2824 930013(1292 COF RAOR G IS o. $
R S. FORM OF BUSINESS: ❑ Individual ❑ Joint Venture' ❑ Partnership ® (
17 Countersigned:
Date
By:
ii N&% i"Koyt'o nwwwf d "hwom. Rn+vtr•n &ry
%mmmR Wmm'"aftw aOwn,"
ADVANCE PREMIUM
383.
383.
7 47736 Ed. 4-87
State Insurance Fund
FORM UN6
CERTIFICATE OF INSURANCE
CERTIFICATE ISSUED TO:
CITY OF LUBBOCK
ATTN:LAURA RITCHIE
PO BOX 2000
LUBBOCK , TX 79457
THIS IS TO CERTIFY THAT POLICY NUMBER 00836182 96 1 ISSUED IN THE NAME OF:
LAMAR INDUSTRIES INC OTHER BUSINESSES COVERED:
P 0 BOX 3078
SHAWNEE , OK 74802 3078
IS IN FORCE ON THE DATE HEREOF, AS FOLLOWS:
CERTIFICATE OF INSURANCE APPLIES ONLY TO LOCATIONS AND OPERATIONS
WITHIN THE STATE OF OKLAHOMA AND EXTRA TERRITORIAL JURISDICTION.
THIS POLICY DOES NOT COVER INJURIES TO RESIDENTS OF OTHER STATES
WHILE PERFORMING WORK IN THAT OTHER STATE UNLESS SUCH WORKER IS
HIRED IN OKLAHOMA AND SPECIFICALLY AFFORDED COVERAGE BY ENDORSEMENT
KIND OF INSURANCE: WORKERS COMPENSATION AND EMPLOYERS LIABILITY
POLICY PERIOD: EFFECTIVE: 01 01 96 AT 12:01 A.M.
EXPIRES: 01 01 97 AT 12:01 A.M.
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS
EXTENDS OR ALTERS THE COVERAGE AFFORDED IN THE POLICY DESCRIBED HEREIN.
LIMITS OF LIABILITY:
WORKERS COMPENSATION INSURANCE: FULLY COMPLIES WITH THE REQUIREMENTS OF
THE STATE LAWS OF OKLAHOMA.
EMPLOYERS LIABILITY INSURANCE:
BODILY INJURY BY ACCIDENT 500,000 EACH ACCIDENT
BODILY INJURY BY DISEASE 500,000 EACH EMPLOYEE
BODILY INJURY BY DISEASE 500,000 POLICY LIMIT
THE DESCRIBED POLICY IS A STANDARD OKLAHOMA WORKERS COMPENSATION AND EMPLOYERS
LIABILITY POLICY APPROVED BY THE STATE PROPERTY AND CASUALTY RATE BOARD. IN
THE EVENT OF ANY MATERIAL CHANGE IN, OR CANCELLATION OF SAID POLICY THE
UNDERSIGNED COMPANY WILL GIVE A 10 DAY WRITTEN NOTICE TO THE PARTY TO WHOM
THIS CERTIFICATE IS ISSUED, BUT FAILURE TO GIVE SUCH NOTICE SHALL IMPOSE NO
OBLIGATION NOR LIABILITY UPON THE COMPANY. SIGNED 01-08-96 AT ITS
OKLAHOMA CITY, OKLAHOMA OFFICE.
OKLAHOMA STATE INSURANCE FUND
H C0
UNDERWRITER
RE:MACKENZIE PARK LAKE DREDGING
t.
State Insurance Fund P.O. Box 53606 Oklahoma City, OK 73152 (405 ) 232-7663
7,
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To He Completed by Appropriate Insurance Agent/Brokcr
Prior to Award of Contract J
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed
by me with th below idcritifiui Contractor. If the below identified Contractor is awarded this contract by the City of
Lubbock, I I be able to, within ten (10) days alter being notified of such award by contractor, furnish a valid insurance
certificate to a City meeting all of the rctluir¢ments dcfincd in this bid/proposal.
Paul S. Howell
Agent (SiLKnafu ) Agent (Print)
Name of Agegtl,�roker:
Howell -Stone Insurance, Inc. '
Address of AgentMroker:
P.O. Box 5010 _
City/Statc/7_ip:
Edmond, Oklahoma 73083
405 341-8330
Agent/Broker Telephone #: (
) - r
lI:
Date: 10/17/95
CONTRACTOR'S NAME:
Lamar Industries, Inc.
(Print or Type )
3078 Bo
x ox
CON�rRAGTOR"S ADDRESS: P.O. _
. ^V
Shawnee, Oklahoma 74802
NOTE TO AGENT/BROKER
If this time requirement is not tnet, the City leas the right to reject this bid/proposal and award the contract to
another contractor. If you have any questions concerning these requirements, please contact the Purchasing
Manager for the City of Lubbock Rt (806)767-2165.
FBID ff13392 - MAC:KENZIE PATIK LAKE DREDGING
I
7
A CONTRACTOR SHALL: CONTRACTOR CHECKLIST
l
(1) provide coverage for its employees providing services on a project, for the duration of the project based on proper
reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to
beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project;
r (4) obtain from each person providing services on a project, and provide to the governmental entity:
a
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of coverage showing coverage for all persons providing services on the
project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of
the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor
knew or should have known, of any change that materially affects the provision of coverage of any person
providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are required to be
covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice
does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be
printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common
to the worker population. The text for the notices shall be the following text provided by the commission on the
sample notice, without any additional words or changes:
i
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
71. materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or
status as an employee."
r
i
7 6
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for
coverage, to verify whether your employer has provided the required coverage, or to report an employee's failure to
provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any
coverage agreements for all of its employees providing services on the project, for the duration of the
project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the
coverage period, if the coverage period shown on the current certificate of coverage ends during the
duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the
person knew or should have known, of any change that materially affects the provision of coverage of any
person providing services on the project; and
(I) contractually require each other person with whom it contracts, to perform as required by paragraphs
(A) - (I), with the certificate of coverage to be provided to the person for whom they are providing
services. ❑
No Text
CONTRACT
STATE OF TEXAS
7 COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 9th day of November,1995, by and between the City of Lubbock, County
of Lubbock, State of Texas, acting by and through David R Langston, Mayor, thereunto authorized to do so, hereinafter referred to
" as OWNER, and LAMAR INDUSTRIES, INC., of the City of Shawnee, County of Pottawatomie, and the State of Oklahoma,
hereinafter termed CONTRACTOR
F
1
71
71,
1
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the constriction of certain improvements descnW as follows:
BID #13392 - MACKENZIE PARK LAKE DREDGING - $158,380.00
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 famish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents,
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid
submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account
thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas, in the
year and day first above written .O-
ATTEST:
Representative
..4 Zly 0 01
ATTEST: 4
L Corporate Secretary
CONTRACTOR
41111 Z l /
PRINTED NAME:
TrrLE: Pit=S�oe�-�
4 COMPLETE ADDRESS:
Lamar Industries, Inc.
P.O. Box 3078
Shawnee, Oklahoma 74802-3078
71
r :, U=lC- (=Z C C U- L : L� L_.w L__.:_ L�: [ ::._ : L _ _ ' t. _..j Lm -
MR
i
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or 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: LAMAR INDUSTMES, 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,
JOHN WEBB, PARK DEVELOPMENT SUPERVISOR City of Lubbock, under whose supervision these contract
documents, including plans and specifications, were prepared, and who will inspect constructions; 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.
CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement,
Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any),
Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for 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.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
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.
I
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 documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout
of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not
relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished 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 documents. He will not be required to
make exhaustive or continuous onsite 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 documents, 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 onsite 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.
13. LINES AND GRADES
All lines and grades shall be fin-nished by the Owner's Representative whenever necessary for the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any
action on the contract, and to any rights of the Contractor to receive any money under thi:; contract.
The Owner's Representative shall, within a reasonable time, render and deliver to both the, Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
.. such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
j decision
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
r* It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions,
r, and all other matters which in any way effect the work under this contract. No verbal agrczment or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify arty of
the terms or obligations herein contained.
lr
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 disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be
constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's
Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in
accordance with the contract documents, regardless of the stage of its completion.or the time or place of discovery of such
errors and regardless of whether Owner's 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
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for
observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be bome 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.
'j It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
" selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at
Contractor's expense.
23. CHANGES AND ALTERATIONS
,... The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the
beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the
increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shill recompense the Contractor for
any material or labor so used, and for arry 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, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided
under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Oaner's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
C to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor for performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the: extra work is commenced, then
the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) percent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost 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
iI Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 1000/0, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adoptoi by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall
cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by 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 Representative for a written order
authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to
the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
work after making written request for written order and shall keep adequate and accurate account of the actual field cost
thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS -
It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other
contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances
necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's
Representative. 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 bid to complete the work in accordance with
these plans and specifications. It is further understood that any request for clarification must be submitted no later than five
(5) days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of _
compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend,
indemnify 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 sustained 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 subcontractor 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
attomey'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 progresses, are intended as reminders to the
Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors. —
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
` with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
i contract execution
A Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500.000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 0° o of the otal contract price (00/6 of potential
loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of $500.0,00 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
T
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -
insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's
employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the —
contractor's/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, —
motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a project. _
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll '—
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the
duration of the project. —
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded
the contract.
4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of
the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage
with the governmental entity showing that coverage has been extended.
5. The contractor shall obtain from each person providing services on the project, and provide to the
governmental entity: —
(a) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends —
during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within ten (10) days after the contractor knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project.
1
t
r8. ' The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Workers' Compensation Commission, informing all persons providing services on the project that
,r. they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
k
9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification codes and paymll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially affects the provision
of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by paragraphs
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by worker's compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and paymll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured,
with the commission's Division of Self -Insurance Regulation. Providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil
actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy the
breach within ten (10) days after receipt of notice of breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
0
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 aft operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten (10) days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the project
based on proper reporting of classification codes and payroll amounts and filling of any overage
agreements; _-
(b) provide a certificate of coverage showing workers' compensation coverage to the governmental
entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's current
certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the —
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(ii) no later than (7) seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within ten (10)
days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report
I
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed in at least 19 point normal type,
and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text provided by the commission on
the sample notice, without any additional words or'changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation Insurance. This includes
persons prov0ng, hauling, or delivering equipment and materials, or proving labor or
transportation or other service related to the projee4 regardless of the Identity of their
employer or status as an employees"
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage. " and
(h) contractually require each person with whom it contracts to provide services on a project, to:
(i) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
(ii) provide a certificate of coverage to the contractor prior to that person beginning work on
the project;
(iii) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the; project;
(v) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage showing
extension of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(vii) notify the governmental entity in writing by certified mail or personal delivery, within
ten (10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
(viii) contractually require each other person with whom it contracts, to perform as required
by paragraphs (A) - (I), with the certificate of coverage to be provided to the person for
whom they are providing services.
T
T
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree
not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to
job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and
other terms, conditions, and privileges of employment
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS. MATERIALM AND FURNISHERS OF
MACHINERY. EOU1PMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, ^
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (S) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the —
unpaidportion 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.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. 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 specified or required in these contract documents by Owner; provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless —
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner 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 employes. 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, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. 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.
34. TPAE 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 consideration for the awarding
7 of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of S200.00 (TWO
HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the
r.., work -
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
r j " change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done,
either by contract or by 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 intends to carry on the work, with dates at which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this
r"' project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
, considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
7 Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
T extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then consider such written request
and respond to Contractor in writing granting or rejecting the request for an extension of time to complete the project.
l
T
37. 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 incident to such work, whether
growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid
contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is
let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
bids offered for the work It is understood and agreed that the actual amount of work to be done and the materials to be —
furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and 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 performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid 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.
41.' PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract..
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials 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
K 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 percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owners Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proud 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 before the 31 st 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 contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contract.
!^ 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
p
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 Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written
notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
46. 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 date of substantial completion. The Owner
or the Oamees Representative shall give notice of observed defects with reasonable promptness.
T
47. 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.
48. 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 otherwise in the contract documents.
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 orders 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 shallbe 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 supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the _
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or 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 newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cosrt 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 thirty (30) days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may effect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
!^ within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
included in payments to the Contractor and have not been incorporated 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
i of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed
' work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by
the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the
whole work to completion, and which cannot be utilized The Owner's Representative shall then make a final statement of
the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums
that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to
the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said
final statement as due the Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory 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 further agreed that this contract shall not be in effect until such bonds are so
furnished.
T
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions conflict
with any of the general conditions contained in this contract, then in such event the special conditions shall control.
53. LOSSES FROM NATURAL CAUSES _
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
'Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR —
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority 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 observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent _.
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, firm, or corporation.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
No Text
Resolution T2502
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
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE'IT'RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing
contracts shall be as set forth in
exhibits shall be attached hereto
and purposes:
rate of per diem wages'for public works
the following named exhibits, which
and made a part hereof for all intents
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January , 1987.
Ranett"oyd, City Secretary
APPROVED AS T ONTENT:
/, - W-evo-tl�
Bi 1 P�yne, D rector of Building
Services
e.
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
Do ld G. Vandiver, 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
Craf t
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
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
CITY OF LUBBOCK, TEXAS
PARKS & RECREATION DEPARTMENT
MACKENZIE PARK
LAKE DREDGING
SUPPLEMENTARY GENERAL CONDITIONS
AND
TECIMCAL SPECIFICATIONS
September 1995 �
Parkhill, Smith & Cooper, Inc.
Engineers • Architects • Planners
SECTION 00003
TABLE OF CONTENTS
CITY OF LUBBOCK, TEXAS
MACKENZIE LAKE DREDGING
�I
DIVISION 0 - CONDITIONS OF THE CONTRACT
00805 Supplementary General Conditions
.•
DIVISION 1- GENERAL REQUIREMENTS
01010 Summary of Work
01019 Contract Considerations
01025 Measurement and Payment
4
01040 Coordination and Meetings
01300 Submittals
01400 Quality Control
01500 Construction Facilities and Temporary Controls
01560 Environment Protection
f'
01700 Contract Closeout
DIVISION 2 - SITE WORK
02482 Dredging
DIVISION 3 - CONCRETE
Not Required
DIVISION 4 - MASONRY
Not Required
DIVISION 5 - METAIS
CNot
Required
DIVISION 6 - WOOD AND PLASTICS
Not Required
r
2555-95 00003 - 1
r
NUMBER OF
PAGES
K]
2
1
2
2
2
2
2
4
2
4
r
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
Not Required
DIVISION 8 - DOORS AND WINDOWS
Not Required
DIVISION 9 - FINISHES
Not Required
DIVISION 10 - SPECIALTIES
Not Required
DIVISION 11 - EQUIPMENT
Not Required
DIVISION 12 - FURNISHINGS
f(
Not Required
t
DIVISION 13 - SPECIAL CONSTRUCTION
.-�
Not Required
DIVISION 14 - CONVEYING SYSTEMS
Not Required
DIVISION 15 - MECHANICAL
Not Required
DIVISION 16 - ELECTRICAL
_
Not Required
w
2555-95 00003 - 2
r
I
SECTION 00805
SUPPLEMENTARY GENERAL CONDITIONS
PART 1 GENERAL
The following paragraphs identify and describe changes to specific paragraphs in the General
Conditions.
1.1 ADDITIONS, DELETIONS, AND REVISIONS
1.1.1 General Conditions "11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE",
delete the entire paragraph and replace with the following:
The Contractor will be furnished five (5) sets of the full-sized drawings and five (5) sets of the
9
specifications for use during construction. This shall include all plans and specifications
furnished to material suppliers and subcontractors but does not include executed contract copies.
r- Plans and specifications for use during construction will be furnished directly only to the
contractor.
." 1.1.2 General Conditions "21. OBSERVATION AND VESTING", add a forth paragraph as follows:
F
` The Contractor shall pay all costs for pre -construction testing called for in the Technical
,.. Specifications and for all failing tests during construction. The Owner shall pay for all
construction testing except for failed tests. The Contractor shall be billed directly for failed tests
by the testing laboratory at the rate per test being paid by the Owner. Failure of Contractor to
pay for failed tests will result in a reduction of that amount from fin,-d payment.
1.1.3 General Conditions "26. RIGHT OF OWNER TO MODIFY METHODS AND
EQUIPMENT", delete the first paragraph of this section.
1.1.4 General Conditions "27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE
PUBLIC", modify as follows:
Delete the fourth sentence of the first paragraph, i.e., "The Contractor„ his sureties... including
attorney's fees." and replace it with the following: "The Contractor, his sureties and insurance
carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents,
including Engineer, and employees from all suits, actions, or claims of any character
whatsoever, brought for or on account of any injuries or damages received or sustained 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
}- project which is the subject matter of this contract, on account of the failure of the Contractor
or any subcontractor 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, including Engineer, or employees including attorney's fees."
2555-95 00805 - 1
1.1.5 General Conditions "28. CONTRACTOR'S INSURANCE", modify as follows:
A. Add the following paragraph after the first paragraph: "All insurance, as hereafter
specified, shall include a waiver of subrogation against the Owner, the Owner's agents,
and the Owner's Engineer."
B. In addition to the City, the Engineer is to be named as an additional insured on the
Comprehensive General Liability Insurance, the Owner's Protective or Contingent: Public
Liability and Property Damage Liability Insurance, the Comprehensive Automobile
Liability Insurance and the Excess or Umbrella Liability Insurance policies, and a copy
of the endorsement doing the foregoing is to be attached to the Certificates of Insurance
for such policies.
C. The Engineer is to be named as an additional insured on the Builder's Risk Insurance
Policy, as its interests may appear.
1.1.6 General Conditions "39. PROTECTION OF ADJOINING PROPERTY", modify as follows:
Delete the last sentence' of the paragraph, i.e., "The Contractor agrees to... out of the existence
or character of the work." and replace it with the following: "The Contractor agrees to
indemnify, save and hold harmless the Owner and the Engineer against any claim or claims for
damages due to any adjacent or adjoining property arising or growing out of the performance
of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work."
1.1.7' General Conditions "53. SPECIAL CONDITIONS", modify as follows:
Delete the paragraph and replace it with the following:' "In the event any special or
supplementary general conditions that are a part of the contract documents conflict with any of
the general conditions contained in this contract, then in such event the special or supplementary
general conditions shall control."
1.1.8 General Conditions "56. CONSTRUCTION PROCEDURES AND SAFETY", add the
following paragraph:
"Owner's Representative and the Engineer shall not specify construction or service -related
procedures and shall not manage,' control or have charge of construction, nor shall Owner's
Representative or Engineer implement or be responsible for health or safety procedures.
Owner's Representative and Engineer shall not be responsible for the acts or omissions of
Contractor or other parties on the project and shall not be responsible for construction means,
methods, techniques, sequences, or procedures, nor for precautions or programs. All of these
matters shall be responsibility of the Contractor. Owner's Representative's and Engineer's
monitoring or review of portions of the work performed under any construction contracts shall
not relieve the Contractor from its responsibility for performing the work in accordance with
the applicable contract documents." Contractor shall defend, indemnify and hold harmless
Owner, Engineer, their officials, officers, directors, consultants, agents and employees from and
against all claims, damages, whether direct, indirect or consequential, losses and expenses
(including but not limited to attorney's fees and court costs) connected with any illness, injury
or loss to the person or property of Contractor, its subcontractors, suppliers, their employees
and agents, or any other person, arising out of or resulting from Contractor's responsibilities
2555-95 00805 - 2
i under this paragraph; the foregoing shall apply notwithstanding the negligence of any person
or entity indemnified hereunder.
1 � Not withstanding the above, the Contractor will not be required to indemnify the Owner's
Representative or the Engineer to causes arising out of the Engineer's negligent acts, errors, or
rW omissions.
C`
r., 2555-95
END OF SECTION
00805 - 3
I
SECTION 01010
,., SUMMARY OF WORK
PART1 GENERAL
1.1 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Owner occupancy.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.3 WORK COVERED BY CONTRACT DOCUMENTS
A. Identification: City of Lubbock, Texas "MacKenzie Park Lake Dredging."
B. Location: City of Lubbock, Texas, MacKenzie Park.
•� C. Verbal Summary: Without force or effect on requirements of the Contract Documents
a description of the Project is as follows:
�... The project will consist of a Base Bid and three Additive Alternates as follows:
■ Base Bid - Lake
Excavate the lake as indicated in the Plans and in accordance with the
Specifications, dewater the excavated material using a method which has been
submitted and approved by the Owner, and stockpile the material in the area
shown on the plans.
■ Additive Alternate No. 1
Excavate the lake one (1) foot lower than base bid and as indicated in the Plans
and in accordance with the Specifications, dewater the excavated material using
a method which has been submitted and approved by the Owner, and stockpile the
material in the area shown on the plans.
■ Additive Alternate No. 2
Excavate the lake one (1) foot lower than Alternate No. 1 and as indicated in the
Plans and in accordance with the Specifications, dewater the excavated material
using a method which has been submitted and approved by the Owner, and
stockpile the material in the area shown on the plans.
■ Additive Alternate No. 3
Excavate the lake one (1) foot lower than Alternate No. 2 and as indicated in the
.� Plans in accordance with the Specifications, dewater the excavated material using
a method which has been submittted and approved by the Owner, and stockpile the
material in the area shown on the plans.
.,r
2555-95 01010 - 1
1.4 CONTRACT TIME AND LIQUIDATED DAMAGES
A. Completion of the Project in a timely manner is of utmost importance. The Contractor will
be required to complete the project within 90 calendar days from the date of the Notice to
Proceed.
B. Liquidated Damages will be incurred at $100.00 per day after the 90-day,contract time not
including Owner approved Weather Days.
1.5 CONTRACTOR USE OF SITE
A. Construction Operations will be limited to areas adjacent to construction site as designated
by the Owner.
1.6 OWNER OCCUPANCY
A. The Owner will occupy the site during construction for the conduct of normal operations.
B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations.
C. Schedule the Work to accommodate this requirement.
1.7 PUBLIC OCCUPANCY
A. The site will be open to the public during construction:
B. Provide barriers, flag men, etc: in order to protect the public at all times.
C. Schedule the work to minimize conflicts and to accommodate these requirements.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
2555-95 i 01010-2
r-+
` SECTION 01019
CONTRACT CONSIDERATIONS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Application for Payment.
B. Change procedures.
1.2 RELATED SECTIONS
A. General Conditions of the Agreement.
B. Section 00805 - Supplementary General Conditions.
1.3 APPLICATIONS FOR PAYMENT
A. Submit four copies of final application to the Owner.
B. Payment Period: As defined in Owner -Contractor agreement.
C. Waiver of liens from subcontractor.
1.4 CHANGE ORDER PROCEDURES
A. The Engineer will advise of minor changes in the Work not involving an adjustment to
Contract Sum/Price or Contract Times.
B. Execution of Change Orders: Engineer will issue Change Orders for signatures of
parties as provided in the General Conditions of the Contract.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2555-95 01019 - 1
r
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 GENERAL
The lump sum price bid on each item, as stated in the proposal, shall include furnishing all labor,
superintendence, machinery, equipment, and materials necessary or incidental to complete the various
r" items of work in accordance with the plans and specifications. Cost of work or materials shown on the
!: plans or called for in the specifications and for which no separate payment is made shall be included in
the bid prices on the various items.
1PW
1.1 BASE BID - LAKE
Excavate the lake as indicated in the Plans and in accordance with the Specifications, dewater
the excavated material using a method which has been submitted and approved by the Owner
r- and stockpile the material in the area shown on the Plans. Provide equipment, labor,
materials and perform all work required by these specifications and drawings. Bid price will
include all labor, equipment and superintendence necessary to excavate the lake as indicated
on the plans and in accordance with the specifications and dewater the excavated material.
i Payments will be made for lump sum bid.
1.2 ADDITIVE ALTERNATE NO. 1
Excavate the lake one (1) foot lower than base bid and as indicated in the Plans and in
accordance with the Specifications, dewater the excavated material using a method which has
been submitted and approved by the Owner and stockpile the material in the area shown on
the Plans. Payments will be made for lump sum bid.
1.3 ADDITIVE ALTERNATE NO. 2
Excavate the lake one (1) foot lower than Alternate No. 1 and as indicated in the Plans and
in accordance with the Specifications, dewater the excavated material using a method which
1 has been submitted and approved by the Owner and stockpile the material in the area shown
on the Plans. Payments will be made for lump sum bid.
1.4 ADDITIVE ALTERNATE NO. 3
Excavate the lake one (1) foot lower than Alternate No. 2 and as indicated in the Plans and
in accordance with the Specification, dewater the excavated material using a method which
has been submitted and approved by the Owner and stockpile the material in the area shown
on the Plans. Payments will be made of lump sum bid.
1.5 FINAL CLEANUP
The Contractor shall perform final cleanup of all parts of the work before final acceptance
of the work by the Owner. This cleanup shall include removing all excavated material not
�., in fill site and in general preparing and leaving the site in an orderly manner.
fi
r
2555-95 01025 - 1
No Text
r
C
SECTION 01040
COORDINATION AND MEETINGS
PART GENERAL
1.1 SECTION INCLUDES
A. Coordination.
B. Field engineering.
C. Preconstruction conference.
1.2 COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of specifications.
B. Coordinate completion and clean up of Work of separate Sections in preparation for
Substantial Completion.
1.3 FIELD ENGINEERING
A. Provide field engineering services. Establish elevations, lines, and levels, utilizing
4
recongnized engineering survey practices. Field engineering for verification and layout
will be at the Contractor's expense.
•
r
r
1.4 PRECONSTRUCTION CONFERENCE
A. Engineer will schedule a conference after Notice of Award.
B. Attendance Required: Engineer, Owner and Contractor.
C. Agenda
1. Execution of Owner -Contractor Agreement.
2. Submission of executed bonds and insurance certificates.
3. Distribution of Contract Documents.
4. Submission of list of Subcontractors and progress schedule.
5. Designation of personnel representing the parties in Contract.
6. Procedures and processing of field decisions, submittals, applications for payments,
proposal request, Change Orders and Contract closeout procedures.
7. Scheduling.
8. Owners Requirements.
9. Survey.
10. Security.
11. Procedures for maintaining record documents.
PART 2 PRODUCTS
Not Used
2555-95 01040 - 1
7
PART 3 EXECUTION
Not Used
END OF SECTION
2555-95 01040 - 2
l SECTION 01300
SUBMTITALS
PART
GENERAL
1.1
RELATED DOCUMENTS
F
A.
The Drawings, General Provisions including General Conditions, Supplementary
General Provisions, Special Provisions and Division 1- General Requirements apply to
the work of this Section.
r
1.2
SECTION INCLUDES
�.
A.
Submittal procedures.
a
4
B.
Drawings.
r-
1.3
RELATED SECTIONS
A.
Section 01400 - Quality Control: reports.
B.
Section 01700 - Contract Closeout: Contract warranty and closeout submittals.
1.4
SUBMITTAL PROCEDURES
A.
Transmit each submittal with Contractor's standard preprinted transmittal form.
r»
B.
Sequentially number the transmittal forms.
C.
Identify Project Engineer, Contractor, Subcontractor; pertinent Drawing sheet and detail
number(s), and specification Section number, as appropriate.
D.
Apply Contractor's stamp, signed or initialed certifying that review, verification of
r-
Products required, field dimensions, adjacent construction Work, and coordination of
information, is in accordance with the requirements of the Work and Contract
Documents.
E.
Schedule submittals to expedite the Project, and deliver to the Engineer's business
address. Coordinate submission of related items.
F.
Identify variations from Contract Documents and Product or system limitations which
may be detrimental to successful performance of the completed Work.
G.
Provide space for Contractor and Engineer review stamps.
d
H.
Revise and resubmit submittals as required, identify all changes made since previous
r.
submittal.
I�
I.
Provide number of copies required by Contractor plus four (4) copies for Engineer.
r
,., 2555-95 01300 -1
J. Distribute copies of reviewed 'submittals to concerned parties. Instruct parties to
promptly report any inability to comply with provisions.
1.5 CONSTRUCTION PROGRESS SCHEDULES
A. Submit initial progress schedule in duplicate within 15 days after date established in
Notice to Proceed for Owner review.
B. , Revise and resubmit as required.
C. Submit revised schedules with each Application for Payment, identifying changes since
previous version.
D. Submit a horizontal bar chart with separate line for each major section of Work or
operation, identifying first work day of each week.
E. Show complete sequence of construction by activity, identifying Work of separate stages
and other logically grouped activities. Indicate the early and late start, early and late
finish, float dates, and duration.
F. Indicate estimated percentage of completion for each item of Work at each submission.
G. Indicate submittal dates required for shop drawings, product data, samples, and product
delivery dates, including those furnished by Owner and under Allowances.
1.6 DRAWINGS
A. Submit in the form of one reproducible transparency and one opaque reproduction.
B. After review, reproduce and distribute in accordance with Article on Procedures above
and for Record Documents described in Section 01700 - Contract Closeout.
1.7 REQUIRED SUBMITTALS
A. The following list is a general list of items to be submitted by the Contractor. The
Contractor should submit additional information as necessary for insuring conformance
with plans and specifications and is encouraged to review individual specification
sections for specifics:
1. Proposed dredging method and verification method:
2. Dewatering facility Iayout and materials of construciton.
3. Method of dewatering excavated material including equipment used and a
'description of the operation of the dewatering facilities..
4. < Final verification surveys.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
2555-95 01300 - 2
SECTION 01400
QUALITY CONTROL
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. The Drawings, General Provisions including General Conditions, Supplementary General
Provisions, Special Provisions and Division 1- General Requirements apply to the work
of this Section.
1.2 SECTION INCLUDES
A. Quality assurance and control of excavation.
B. References.
1.3 RELATED SECTIONS
A. Section 01300 - Submittals.
B. Individual Specification Sections: Inspections and tests required and standards for testing.
1.4 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over, services, site conditions, and workmanship, to produce
Work of specified quality.
B. Perform work by persons qualified to produce workmanship of specified quality.
1.5 REFERENCES
A. Obtain copies of standards when required by Contract Documents.
B. The contractual relationship of the parties to the Contract shall not be altered from the
Contract Documents by mention or inference otherwise in any reference document.
1.6 INSPECTION AND TESTING LABORATORY SERVICES
A. The Contractor shall pay for all Contractor -required services required prior to
construction.
B. The Contractor shall notify Owner and independent firm 24 hours prior to expected time
for operations requiring services.
C. Perform testing as directed by the Engineer. Testing will be at Owner's cost except for
failed tests. Failed test will be at the cost of the Contractor.
n 2555-95 01400 - 1
PART 2 PRODUCTS
Not Used
2555-95 01400 = 2
r
7 SECTION 01500
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART1 GENERAL
1.1 SECTION INCLUDES
A. Temporary Controls: Barriers, protection of the Work and water control
B. Construction Facilities: Parking, progress cleaning and temporary buildings.
1.2 RELATED SECTIONS
A. Section 01700 - Contract Closeout.
1.3 BARRIERS
A. Provide barriers to prevent unauthorized entry to construction areas, to allow for
Owner's use of site, and to protect existing facilities and adjacent properties from
damage from construction operations and demolition.
B. Provide protection for plant life designated to remain. Replace damaged plant life.
L C. Protect non -owned vehicular traffic, stored materials, site and structures from damage.
r• 1.4 WATER CONTROL
A. Protect site from puddling or running water.
1.5 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual
specification Sections.
B. Provide temporary and removable protection for completed work. Control activity in
immediate work area to minimize damage.
C. Prohibit traffic from landscaped areas.
1.6 PROGRESS CLEANING
A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean
and orderly condition.
B. Remove waste materials, debris, and rubbish from site periodically or when directed by
the Owner and dispose of off -site.
1.7 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
69*
2555-95
A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior
to Final Application for Payment.
01500 - 1
r+
B. Remove underground installations to a minimum depth of 2 feet. Grade site to original
grade and return to original condition.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition. Restore
permanent facilities used during construction to specified condition.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
2555-95 01500 2
q1.,.
i
SECTION 01560
ENVIRONMENTAL PROTECTION
PART1 GENERAL
1.1 REFERENCES
k The publications listed below form a part of this specification to the extent referenced. The
publications are referred to in the text by the basic designation only.
r CODE OF FEDERAL REGULATIONS (CFR)
P
29 CFR 1910-SUBPART G Occupational Health and Environmental Control
CORPS OF ENGINEERS (COE)
COE EP-1165-2-304 1976 Flood Plain Regulations for Flood Plain Management
1.2 DEFINITIONS
I
A. Sediment
Soil and other debris that have eroded and have been transported by runoff water or
.-
wind.
B. Solid Waste
Rubbish, debris, garbage, and other discarded solid materials resulting from industrial,
commercial, and agricultural operations and from community activities.
C. Rubbish
Combustible and noncombustible wastes such as paper, boxes, glass, crockery, metal,
lumber, cans, and bones.
D. Debris
Combustible and noncombustible wastes such as ashes and waste materials resulting
from construction or maintenance and repair work, leaves, and tree trimmings.
E. Chemical Wastes
l
l
This includes salts, acids, alkalies, herbicides, pesticides, organic chemicals, and spent
products which serve no purpose.
F. Sanitary Wastes
1. Sewage
Wastes characterized as domestic sanitary sewage.
2. Garbage
Refuse and scraps resulting from preparation, cooking, dispensing, and
consumption of food.
G. Oily Waste
E`
Petroleum products and bituminous materials.
�--
1.3 ENVIRONMENTAL PROTECTION REQUIREMENTS
Provide and maintain, during the life of the contract, environmental protection as defined.
.•
Plan for and provide environmental protective measures to control pollution that develops
2555-95 01560 - 1
during normal construction practice. Plan for and provide environmental protective measures
required to correct conditions that develop during the construction of permanent or temporary
environmental features associated with the project. Comply with Federal, state, and local
regulations pertaining to the environment, including but not limited to water, air, and noise
pollution. -
A. Storm Water Pollution Prevention Plan (SWPPP)
Prepare and comply with SWPPP in accordance with "NPDES General Permits for
Storm Water Discharges From Construction activities that are classified as 'Associated
with Industrial Activity'", Federal Register, Vol. _57, No. 175, September 9, 1992.
Submit SWPPP to Engineer within fifteen days after Notice to proceed.
B. Preconstruction Survey
Perform a preconstruction survey of the project site with the Engineer, and pollution
prevention measures necessary to assess existing environmental conditions in, and
adjacent to the site.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
3.1 PROTECTION OF NATURAL RESOURCES
Preserve the natural resources within the project boundaries and outside the limits of
permanent work. Restore to an equivalent or improved condition upon completion of work.
Confine construction activities to within the limits of the work indicated or specified.
A. Land Resources
Except in areas to be cleared, do not remove, cut, deface, injure, or destroy trees or
shrubs without the Engineer's permission. Do not fasten or attach ropes, cables, or
guys.to existing nearby trees for anchorages unless authorized by the Engineer. Where
such use of attached ropes, cables, or guys is authorized, the Contractor shall be
responsible for any resultant damage.
1. Protection
Protect existing trees which are to remain and which may be injured, bruised,
defaced, or otherwise damaged by construction operations. Remove displaced
rocks from uncleared areas. By approved excavation, remove trees with 30
percent or more of their root systems destroyed.
2. ' Replacement ,
Remove trees and other landscape features scarred or damaged by equipment
operations, and replace with equivalent, undamaged trees and landscape features.
Obtain Engineer's approval before replacement.
2555-95 01560 - 2
r
3. Temporary Construction
Remove traces of temporary construction facilities such as haul roads, work areas,
�- structures, foundations of temporary structures, stockpiles of excess or waste
materials, and other signs of construction. Grade temporary roads, parking areas,
and similar temporarily used areas to conform with surrounding contours.
r.. B. Water Resources
1. Oily Wastes
Prevent oily or other hazardous substances from entering the ground, drainage
areas, or local bodies of water. Surroundall temporary fuel oil or petroleum
storage tanks with a temporary earth berm of sufficient size and strength to contain
the contents of the tanks in the event of leakage or spillage.
C. Fish and Wildlife Resources
Do not disturb fish and wildlife. Do not alter water flows or otherwise significantly
disturb the native habitat adjacent to the project and critical to the survival of fish and
wildlife, except as indicated or specified.
3.2 HISTORICAL AND ARCHAEOLOGICAL RESOURCES
A. Carefully protect in place and report immediately to the Engineer historical and
archaeological items or human skeletal remains discovered in the course of work. Stop
work in the immediate area of the discovery until directed by the Engineer to resume
work. If historical and archaeological resources such as artifacts (stone tools), features
(stone walls), deposits (sea shells and charcoal stained soil), human bones and other
cultural remains are encountered, stop that portion of work and notify the Engineer
immediately. Within thirty-six (36) hours the Owner will determine if a change
pursuant to the Contract should be issued or to direct the Contractor to proceed without
change. No adjustment in contract price or completion time will be allowed for delays
that do not exceed thirty-six (36) hours from the time the Contractor is notified to stop
work. The Owner retains ownership and control over historical and archaeological
resources.
3.3 EROSION AND SEDIMENT CONTROL MEASURES
A. Burnoff
Burnoff of the ground cover is not permitted.
B. Borrow Areas
Manage and control borrow areas to prevent sediment from entering nearby streams or
lakes. Restore areas, including those outside the borrow areas, disturbed by borrow and
haul operations. Restoration includes grading, replacement of topsoil, and establishment
of a permanent vegetative cover.
C. Protection of Erodible Soils
Immediately finish the earthwork brought to a final grade, as indicated or specified.
Immediately protect the side slopes and back slopes upon completion of rough grading.
Plan and conduct earthwork to minimize the duration of exposure of unprotected soils.
D. Temporary Protection of Erodible Soils
Mechanically retard and control the rate of runoff from the construction site. This
includes construction of diversion ditches, benches, and berms to retard and divert
runoff to protected drainage courses.
2555-95 01560 - 3
3.4 CONTROL AND DISPOSAL OF SOLID AND SANITARY WASTES
Pick up solid wastes, and place in containers which are regularly emptied. Do not prepare,
cook, or dispose of food on the project site. Prevent contamination of the site of other areas
when handling and disposing of wastes. On completion, leave the areas clean. Control and
dispose of waste.
A. Disposal of Rubbish and Debris
Dispose of rubbish and debris in accordance with the requirements specified in area as
directed by Owner.
B. Garbage Disposal
Place garbage in approved containers, and move to a pick up point or disposal area,
where directed.
3.5 DUST CONTROL
Contractor will be fully responsible for dust control along all haul roads and in the project
area. Keep dust down at all times, including during nonworking periods. Sprinkle or treat,
with dust suppressants, the soil at the site, haul roads, and other areas disturbed by
operations.
END OF SECTION
f
2555-95 01560 4
r
7 SECTION 01700
CONTRACT CLOSEOUT
PART GENERAL
1.1 SECTION INCLUDES
A. Closeout procedures.
B. Final cleaning.
C. Project record documents.
1.2 RELATED SECTIONS
A. General Conditions
B. Supplementary Conditions
C. Section 01500, Construction Facilities and Temporary Controls: Progress cleaning.
1.3 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready
for Owner's inspection.
B. Provide submittals to Engineer that are required by governing or other authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
D. Provide As -Built Surveys for verification with the Contract Documents.
1.4 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Remove waste and surplus materials, rubbish, and construction facilities from the site.
1.5 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to the
Work:
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed submittals.
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Record Documents and Shop Drawings: Legibly mark each item to record actual
r construction including:
1. Field changes of dimension and detail.
2. Details not on original Contract Drawings.
E. Submit documents to Engineer for approval.
2555-95 01700 - 1
PART 2 PRODUCTS
2555-95 01700 -2
F
SECTION 02482
DREDGING
PART GENERAL
2555-95
1.1 DEFINITION
Hard material is defined as material requiring the use of special equipment for economical
removal, and includes boulders or fragments too large to be removed in one piece by the
dredge.
1.2 SUBMITTALS
Submit the following in accordance with Section 01300, "Submittals."
A. Drawings
1. Submit proposed dredging method.
2. Dewatering Facilities - Indicate dewatering location and installation details.
3. Submit method of transport of dredged material from water body to Fill Site.
1.3 MATERIAL TO BE REMOVED
The work consists of furnishing all plant, labor, materials and equipment and performing all
work required by these specifications and the drawings forming parts thereof for excavation
of the lake, stockpiling the material and dewatering the excavated material. The Contractor
shall remove sufficient material to within 0.5 feet as indicated in the contract drawings and
described in the Technical Clauses.
A. Hard Material
1. Should the Owner direct in writing that hard material be removed, the work
shall be performed and , an adjustment in the contract price or time for
completion, or both, will be made in accordance with Contract Documents. If
hard material is to be removed, blasting will not be permitted.
1.4 ARTIFICIAL OBSTRUCTIONS
Rubbish and incedental items shall be removed and disposed of by the Contractor. The
Owner has no knowledge of cables, pipes, or other artificial obstructions or of any wrecks,
wreckage, or other material that would necessitate the use of additional equipment for
economical removal. If actual conditions differ from those stated or shown, or both, an
adjustment in contract price or time for completion, or both, will be made in accordance
with Contract Documents.
1.5 QUANTITY OF MATERIAL
The total estimated amount of material to be removed from within the specified limits,
02482-1
including side slopes, but excluding overdepths, is 30,000 cubic yards. The maximum
amount of allowable overdepth dredging is estimated to be 2,000 cubic yards. The estimated
quantity for bidding purposes shall be 32,000 cubic yards, which is the total quantity,
including overdepth. The quantities listed are estimates only. Within the limits of available
funds, complete the work specified whether the quantities involved are greater or less than
those estimated.
1.6 SIDE SLOPES
Dredging on side slopes shall follow, as closely as practicable, the lines indicated or
specified.
1.7 PERMIT
The Contractor shall comply with conditions and requirements of the Corps of Engineers
Permit and other State or Federal permits. The Owner will secure the permit for dredging
and disposal of material as indicated. Make arrangements with Owner for disposal of
excavated materials.
1.8 ENVIRONMENTAL PROTECTION REQUIREMENTS
Provide and maintain during the life of the contract, environmental protective measures.
Also, provide environmental protective measures required to correct conditions, such as oil
spills or debris, that occur during the dredging operations. Comply with Federal, State, and
local regulations pertaining to water, air, and noise pollution. The Contractor shall perform
his excavation operations in a manner that will reduce turbidity to the lowest practicable
level when using the normal accepted hydraulic dredging practices.
1.9 BASIS FOR BIDS
Bids will be lump sum bids based on execution of the Work in accordance with the Contract
Documents. The dredging conditions specified and indicated describe conditions which are
known. However, the Contractor is responsible for other conditions encountered which are
not unusual when compared to the conditions recognized in the dredging business as usual
in dredging activities such as those required under this contract.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
3.1 INSPECTION
Inspect the work,'keep records of work performed, and ensure that gages, targets, ranges,
2555-95 02482-2 m
7
and other markers are in place and usable for the intended purpose. Furnish, at the request
of the Owner, boats, boatmen, laborers, and materials necessary for inspecting, supervising,
�— and surveying the work.
3.2 CONDUCT OF DREDGING WORK
A. Plant
Maintain the plant, pipelines, and associated equipment to meet the requirements of
the work. Promptly repair leaks or breaks along pipelines. Remove dredged material
placed due to leaks and breaks.
B. Disposal of Excavated Material
Provide for safe transportation and disposal of dredged materials. Transport and
dispose of dredged material in the area designated for disposal of dredged material.
The deposit of dredged materials in unauthorized places is forbidden.
1. Method of Disposal. Pipeline for hydraulic dredging shall discharge into the
disposal area.
2. Disposal in Indicated Stockpile Area. Provide acid maintain necessary
bulkheads, dikes, ditches, weirs, spillways, and other construction necessary
to confine and retain the excavated material in the dredge stockpile area.
3. Pipeline. If a leak occurs in the discharge pipeline, immediately discontinue
using the line until leaks are repaired. Remove material placed due to leaks or
breaks.
C. Unauthorized Disposal of Material.
1. Any excavated material deposited other than in places designated or approved
by the Owner will not be paid for, and the Contractor will be required to
remove such misplaced excavated material and deposit it where directed at the
Contractors expense.
2. During the progress of the work, the Contractor shall not deposit worn out
discharge pipe, wire rope, scrap metal, timbers, or any other such type of
rubbish or obstructive material in the disposal areas, more along the banks of
the waters. Such material, together with any scrap, rope, wire cable, piles,
pipe, or any other obstructive material which may be encountered during the
dredging operations, shall be disposed of by the Contractor in and approved
location. The Contractor shall also remove and dispose: of any other discarded
materials located within the limits of the project under these specifications.
Ir D. Method of Communication
Provide a system of communication between the dredge crew and the crew at the
disposal area. A portable two-way radio is acceptable.
r^ 2555-95
E. Salvaged Material
Anchors, chains, firearms, and other articles of value, which are brought to the
surface during dredging operations, shall remain or become the: property of the Owner
and shall be deposited on shore at a convenient location near the site of the work, as
directed.
02482-3
F. Safety of Structures
The prosecution of work shall ensure the stability of structures lying on or adjacent
to the site of the work, insofar as structures may be jeopardized by dredging
operations. Repair damage resulting from dredging operations, insofar as such
damage may be caused by variation in locations or depth of dredging, or both, from
that indicated or permitted under the contract.
G. Plant Removal
Upon completion of the work, promptly remove plant, including ranges, buoys, piles,
and other markers or obstructions.
3.3 MEASUREMENT & PAYMENT
The Owner will take measurements before dredging.
Contractor will provide Owner with an electronic and hard copies of final survey for
verification with the Contract Documents. Survey data shall be in the following format:
ASCII Format, one data point per line. Line format as follows:
Point #, Northing, Easting, Elevation, Description,
A. Verification
Payment will be made on a lump sum basis. Contractor will be responsible for
surveying the bottom of the water way at the control points established by the
Engineer prior to Commencement of the Work. Any discrepancies in the Contractor's
survey and the cross -sections included on the Plans, should be reported to the Owner
immediately. The surveyed cross -sections will be submitted to the Owner for
comparison to the completed cross -sections.
The Contractor will survey -the water way after completion of the Work to verify that
dredging has been accomplished in accordance with the tolerances included in these
specifications. Submit final survey as specified.
3.4 FINAL EXAMINATION AND ACCEPTANCE
As soon as practicable after the completion of areas, which in the opinion of the Owner, will
not be affected by further dredging operations, each area will be examined by the Owner.
Remove shoals and lumps by dragging the bottom or by dredging. However, if the bottom
is soft and the shoal areas form no material. obstruction, removal may be waived at the
discretion of the Owner. The Contractor will be notified when measurements are to be made
and will be permitted to accompany the measurement party and to inspect the data and
methods used in preparing the final estimate. When areas are found to be in a satisfactory
condition, the work therein will be accepted as complete. Final estimates will be subject to
deductions or correction of deductions previously made because of excessive overdepth,
dredging outside of authorized areas, or disposal of material in an unauthorized manner.
END OF SECTION
2555-95 02482-4