HomeMy WebLinkAboutResolution - 5086 - Contract - Row Wall Electric Company - Ballfield Lighting, Mackenzie Park - 01_25_1996Resolution No. 5086
January 25, 1996
Item #25
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and Row Wall Electric Company of Lubbock, Texas, to furnish and
install all services and materials as bid for the Ballfield Lighting at Mackenzie Park, 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 herein ilvkT97 \
Passed by the City Council this 2
ATTEST:
Betty . Johnson, tity Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
Db6ald G. Vandiver, First
Assistant City Attorney
dp:ccdocslrowwa11.res
January 12, 1996
Resolution # 5086 Jan. 25, 1996
r
r
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
B06-767-2167
MAILED TO VENDOR:
CLOSE DATE:
NEW CLOSE DATE:
Office of
Purchasing
January S, 1996
January 10, 1996, ar, 4 P.M.
January 12, 1996, @ 2 P.M.
BID # 13449 - BALLFIELD LIGHTING AT MACKENZIE PARK
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 this addendum,
shall remain in effect.
1. On the plans sheet 1 of 1, add the following General Notes:
A The contractor shall remove existing poles and fixtures and place them at an on -site
location. The City will remove them from the site.
B. The contractor shall be responsible for connecting existing conduits to both new and
existing control boxes.
C. The contractor shall fully supply and install a square D or "approved equal" 2-position
Maintained Key Operated Selector Switch with an E-10 key class 9001 type KS IIKI
series J with finger safe contact block class 9001 type KA2 series H in a box in the press
box using existing conduit.
D. The contractor shall be responsible to maintain the integrity of the existing lighting
system. The contractor shall coordinate with the owner as for the time and extent of the
down time associated with the removal of the old system and the connections of the new.
(Each system will have its own set of conduits.)
2. Delete Item #1 from Addendum #1, and add the following
Section 03 Lighting, subsection 3.1 Luminaire Assembly, General Description please add the
following
Hubbell luminaries catalog #SLS XXXXX-030-140-PH, 040-HO-PH, 050-HO-PH, 060-
HO-PH, and remote ballasts catalog #BAL 150OH-008 shall be considered pre -approved
equals. Qualite Sports -Lighting luminaire catalog #PS 45-1500 WHOR with remote
ballasts and G-90 ballast boxes shall be considered pre -approved equals.
3. Delete Item #2 from Addendum #1.
4. Please change the bid closing date and time from:
January 10, 1996 at 4:00 P.M. to
January 12,1996 at 2:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed to:
LAURA RITCHIE
BUYER
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806)767-2164
THANK YOU,
LAURA RITCHIE
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
r
r
F
r
0
F
F
s
City of Lubbock
P.O. Box 2000
Lubbock, Texas 7J457
606-767-2167
Office of
Purchasing
MAILED TO VENDOR: December 28,1995
CLOSE DATE: January 3, 1996, @ 4 P.M.
NEW CLOSE DATE: January 10, 1996, @ 4 P.M.
BID # 13449 - BALLFIELD LIGHTING AT MACKENZIE PARK
ADDENDUM #1
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 this addendum,
shall remain in effect.
1. Section 03 Lighting, subsection 3.1 Luminaire Assembly, General Description, please add
the following:
Hubbell luminaires, part no.#SLS 1500H 1X8 HO/PH/SLS-FF shall be considered a pre -
approved equal.
2. Section 03 Lighting, subsection 3.4 Ballast, please add the following
Contractor shall install ballast in the location as per the manufacturer's
recommendations.
3. Section 04 Steel Poles, subsection 1.2A Pole Specifications, please add the following:
Whitco steel poles model #60-0-12T, 60-12.5T, and 104-80-17T with various cross arms
shall be considered a pre -approved equal. Sherman concrete poles model #SPT-70-29
and SP-90-61 shall be considered a pre -approved equal.
3. Please change the bid closing date and time from:
January 3, 1996 at 4:00 P.M. to
January 10, 1996 at 4:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed to:
LAURA RITCHIE
BUYER
F
k
City of Lubbock
P.O. Box 2000
rLubbock,
Texas 79457
Questions may be faxed to: (806)767-2164
THANK YOU,
i
LAURA RITCHIE
t
BUYER
PLEASE RETURN ONE COPY WITH YOUR BID
l
t
[A
r
I'
E
1
r
i
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: BALLFIELD LIGHTING AT
MACKENZIE PARK
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13449
PROJECT NUMBER: 9023.9246
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
r
INDEX
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.
I
NOTICE TO BIDDERS
BID #13449
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 4:00 o'clock p.m. on the 3rd
day of January,1996, 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:
"BALLFIELD LIGHTING AT MACKENZIE PARK"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing
Manager and publicly read aloud.
It is the sole responsibility of the bidder to 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 25th day of January,1996, at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of
the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company
carrying a current Best Ratin of B or superior" as the rating of the bond company is a factor that will be considered in determination
of the lowest responsible bidder.
r
Bidders are required, s req ed, 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 (50/6) 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.
4,.
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 20tb day of December,1995, at
9:00 o'clock a.m., 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
openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 767-2281 at least 48 hours in
advance of the meeting.
CITY OF 2LB
VICTOR
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/Fax (806)767-2164.
1
GENERAL INSTRUCTIONS TO BIDDERS
i
GENERAL INSTRUCTIONS TO BIDDERS
r„ 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 BALLFIELD LIGHTING AT MACKENZIE PARK.
p 2. CONTRACT DOCUMENTS
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 constriction
A„ of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. 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. TINM AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 60 (SIXTY) consecutive calendar days
from the date specified in the Notice to Proceed issued by the City of Lubbock to the successfid 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.
r
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
r the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
t:
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 furnished directly to the Contractor. The
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
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
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
4 ,
r
t
6 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 Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
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
f contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
r.. requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
t" unless the following conditions exist:
I
(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 thereoZ 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.
22. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the Mowing:
(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.
W 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.
L
r.
I
L~ L- L- t-- t---� L-
--l-....- . . ....... .
BID SUBMITTAL
LUMP SUM BID CONTRACT
I— 12-9C
i
NUMBER 13449 - BALLFIELD LIGHTING AT MACKENZIE PARK
►t �—
(hereinafter calked Bidder)
Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
in compliance with your invitation for bids for the construction of a � H L 1. �t e ld t4n
�5 A a G k e n z, vv i°e, r le-
g carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
nents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the
led project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to
ruct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the
stated below. The price to cover all expenses incurred in performing the work required under the contract documents.
' -!�TEM NOA: Field #5 Field Lighting
.TRIALS: �:J�'r / (( /D V—e--r!L
- JCCAO� (s JI
s
7 -�-
'?VICES: � 7 od rA'4- o1 1ei9/-/ /i "0/00p«/S'e1/wl� �O (s �, e�2, I
r%r L BID rTEM NO. 1: t !� e �%�dvsc� �/ ' l/'ov'' ��1�•a��� (s JTl
,
y `ITEM NO.2: Field #6 Field Lighting
TERIALS:
:VICES: /(/,�w ✓�i oysa4./ S;f ✓�%o
�AL BID ITEM N0. 2: , Scf� Ad'ye
BID ITEM NO. 3�Field #7 Field Lighting
MATERIALS: C/ d •- 77 /I/, �t / /i oy. �% .
AL BID rrEM NO. 3: � l 9E/ . J �5a- �1 0ael2✓ �'
.AL BID ITEMS 1, 2 & 3: Field #5, #6, #7 Field Lighting
i'i'OTAL BID (ITEMS 1, 2, & 3): Ag `li•-� � /i/�, ✓��.�r_. / �iR� �v
r ALTERNATE NO. 1: Connie Mack Field Lighting (Add) �
- MATERIALS:,�1
,..
SERVICES:
�i ALTERNATE NO. 1 (Add):
(s 137,1 c�-5"/ )
(s ez 2, O 9,41 ).
7 )
(s /02 U D
(s /� % 73 7 )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
A Bidder hereby agrees to commence the work on the above project on or before a date to be spvcifiai in a written "Notice to
't �v
S Proceed" of the Owner and to fully complete the project within 60 (SIXTY) consecutive calendar days thereafter as stipulated in the
°t specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of
s 5200.00 (TWO HUNDRED DOLLARSI for each consecutive Calendar day in excess of the time set forth hercinabove for
' ;completion of this pmject, 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
21 of the General Instructions to Bidders.
- Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
.� "-`-'Scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
'=specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
r ir` �tefore the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as pro%ided in
i V the contract documents.
�f
r. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's chock or certified
! check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without rccoursc to
lihe 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
7> parantee 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.
t= Enclosed with this bid is a Cashier's Check or Certified Chock for Dollars
r ) or a Bid Bond in the sum of Dollars (S ), which it is
`agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Ow-ncr 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.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all c:ofitract documents
available to him for his inspection in accordance with the Notice to Bidders.
Auth' Sign q
O)rintcO or Typed Name)
0 W
CompanyPu �30�_ 1gr
Address /
Ly%�.��lcv�h��<<
City, .County
% S VO �
state Zip Code
Tclephone: 79 3 V z Z 3
Fax Number: (�Q_�, 7�, 3 G o G 2—
if Bidder is a Corporation)
rATMST:
Secretary
r��1t
t? �
wt�
LIST OF SUBCONTRACTORS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Minority Owned
Yes No
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
0 0
❑ ❑
❑ 0
0 0
PAYMENT BOND
BOND CHECK
BEST RANG.
LICENSE ! TEXAS
DATE BY &�
79
`1 HOWARD COWAN
ATTY IN FACT
Mi
t STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, tha 0 - thereinafter called the Principal(s), as
n r-
Principal(s), ands..// /
(hereinafter called the S ty s) , Sur r are heldand firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of ` " Dollars (' yr °a lawful money of the United States for the
payment whereo ,the Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
12R111Y3 ` A 0 A.- i.........--A :-6- ..--4& #1... .8-A U- �(.i� l�._. -1
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 Section 2253.021(a) of the Texas
Government Code 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 'I `day of
19q L' .
c
Principal
By:
(Ti
By:
(Title)
By:
(Title)
T'
ety company represents that it is duly qualified to do business in Texas, and hereby designates
HOW U agent resident in Lubbock County to whom any requisite notices may be delivered and on whom
of process may be had in matters arising out of such suretyship. y/ )A .� 111.. /254,_ A,,1� Au,
Surety
* gy, 4Zi �/
(Title) HOWARD COWAN
Approved as to form: ATTY- I N FACT
City of Lubbock �
BY� Ci+Kttorney
" 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.
q
P
I
Gtr,e r a l
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY
CW W ALL KEN By THESE PRESENTS: That the Washington International Insurance ccrpany,a corporation organized anC
existing under the laws of the State of Arizona, and having its principal office in the Village of SchaLcibArg,
Illinois, does hereby constitute and appoint
• HOWARD COUAH, KEVIN DUNN AND KARLA HILL
its true and tawfut attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and ell
bonds and urdertakings, recognizances, contracts of irdexnity and other writings obligatory in the nature thereof,
which are c- rzri 5e require-J, or permitted by law, statute, rule, regulation, contract or otherwise, and
the execution of such irsstnlnent(s) in pursuance of these presents, shall be as binding upon the said Vashington
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly
exccuted and ackrowtedged by its President at its principal office.
This Power of Attorney shall be limited in amount to S2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of tl.c F^pr'! ^` n -;ors adopted
I Kareh 22, 1978, July 3, 1980 and October 21, 1986 rich read, in part, as foltows:
1. The President may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Ccrrpany, and
attach the Seal of the Coopany thereto, bonds, and undertakings, recognizances, contracts of indevnity and other
writings obligatory in the nature thereof, and to appoint Special Attorneys in Fact, who are heresy authorized to
certify to copies of any power -of -attorney issued in pursuant to this section and/or any of the By -Laws of the
Coopany, and to remove, at any time, any Such Attc-w y-in-Fact or Special Attorney - in - Fact and revoke the authority
given him.-
2. The sigrotures of the Cheirmn of the Board, the President, Vice Presider,;, Assistant Secretary, Treasurer
and Secretary, and trio earporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding
upon the a-x-ny,
1K TESTI%014Y WHEREIl u
Washington International Insurance Coapany has caused this instrment to be signed and its
corporate se`a�1 by its authorized offi r, this th day of November, 1992.
r !`�� ••'••%t�1�1+ WA Ow IN ATICKAL INSURANCE COMPANY
� f
z f?CORPORATE ,� o SEAL : ' "°
T 0 St ),'P: rson, Vice President
STATE OF I *I•.'.. )ARIZONA Q'5
COUVTY OF
o�``
On this 18th day of xb�e�saber, 1992, before oe came the individual Who executed the preceding instrument, to oe
personally known, and, being by ne duly sworn, said that he is the therein described and authorized officer of the
Washington InTternational Insurance Company; that the seat affixed to said irtstru rnt is the Corporate Seal of said
may:
TN TESTIKONT WHEREOF, 1 have hereunto set cry hand ar,d affixed cry Official Seel, the day and year first above
wri ttm-
"OFFICIAL SEAL" r i I�`1 G 1 C ����` �t.L t•t %i 4
S CN32ISTINE Z.ARETSKY i {
Rotary Puafit, State of R-nots �kristine Zaretsky, Notary Publ ie
Ny Commission EcpiTes October 7,-.i1996
r MT Camm Tson E:w:res 10-7-96 ✓
.�-. . _ � f �- `.- r .r '� RT7 rTTA T E
STATE OF ILLIWOIS )
CYI.lx T Y O F COOK )
I, the tmdersigned, Secretary of WA.SHINGTON INTERvAT10wAL INSURANCE COHPANy, ar. ARIZONA Corporation, DO HEREBY
CERTIFY that the foregoing ar%j attached POWE% CF ATTORNET regains in full force r.rC has not been revoked, and
[ furtherc,ore that Article III, Section 5 of the 6y-Laws of the Corporation, ar.: ; 1 tiGn c! the Board of
Directors, set forth in the Power of Attorney, are now in force.
r Signed and scaled in the Co-rty of Cool. Dared t 31ST ,of J A 19_96
[y ,�'rl_—�_ -- -
'LewiS M. Moeller, Secretary
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information
on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512)475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you
should contact the agent or the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition
of the attached document.
PERFORMANCE BOND
p CHFCCK
L.Ti,!q
PEES"I
LICE NSE I TExA!,
By
DATI 4vtC4
�an c2 To,
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $ 100,000)
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called _th. y Sure s) .91 ety ), eldrilars
y bound unto the City of Lubbock. (hereinaW calleddbe Obligee), in
the amount o 7 (Soma 6� lawful money of the United States for the
payment whereof, Te Principal and urety 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 theory of
1 to
d qql -t jLX0)c � LkdL!4;J a�4
7 1
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 faithf ffly
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise
to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas
Government Code 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 L�ty—of
n t.tAiu , 194L.
Surety6L a
* By:
49e) % WWARD COWAN
ATTY IN FACT
By:
(Title)
By:
(Title)
v YJY
r
r�
i
{ The�d g��n ed surety company represents that it is duly qualified to do business in Texas, and hereby designates
}1pWARD COW�h`lagent 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.C�
Surety
*By;
Approved as to Form
I City of Lubbock r
Ci ttorney
HOWARD COWAN
_. ATTY IN FACT
* 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.
7
Generet
7 WASHINGTON INTERNATIONAL INSURANCE COMPANY
` PCUER OF ATTORNEY
LWOW ALL KEN BY THESE PRESENTS: that the Washington International Insurance Coapany,a corporation organized anC
existing under the laws of the State of Arizona, and having its principal office in the Village of Schaumt)urg
z Illinois, does hereby constitute and appoint
HCIJARD COUAN, KEVIN DUNN AND KARLA HILL
a
its true and lawful attorney(s)-in-fact to execute, seat and deliver for and on its t-ehatf as surety, any and all
L bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,
whicti are c- :-.c; be a; c.-�`, required, or permitted by Law, statute, rule, regulation, contract or otherwise, and
the execution of such instrtment(s) in pursuance of these presents, shall be as binding upon the said Washington
International insurance Company as fully and amply, to all intents and purposes, as if the same has been duly
execsrted and acknowledged by its President at its principal office.
This Power of Attorney shall be limited in amount to S2,000,000.00 for arry single obligation.
i-
This Power of Attorney is issued pursuant to authority granted by the resolutions of tf, gnarrl f ni —Z ors adopted
Kareh 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows:
1. The President may designate Attorneys - in - Fact, and authorize them to execute on behalf of the Company, and
attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other
writings obligatory in the nature thereof, and to appoint Special Attorneys -in -Fact, who are hereby authorized to
certify to copies of any power -of -attorney issued in pursuant to this section and/cr any of the BY -Laws of the
CamparTy, and to remove, at any time, any such Attorney - in - Fact or Special Attorney -in -Fact and revoke the authority
given him.,
2- The signatures of the Chairman of the Board, the President, Vice President Assistant Secretary, Treasurer
and Secretary, and the cocWrate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or
undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or a xertaking bearing
such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding
upon the coaparry.
IK TESTIMONY W'HEREO�� Washington international Insurance Company has caused this instrument to be signed and its
corporate se` �Aoy its authorized offi r, this th day of November, 1992.
\:.'••..•••�/f�G,F WA - ON IN ATIONAL INSURANCE CC1(PANY
z : CORPORATE
O z SEAL ; r*, 0 SC PC rson, Vice President
STATE OF I I4RLZ0KA
r CCU►rTT OF
On
1 pI
this 18th day�of xdveader, 1992, before me tens the individual who executed the preceding instrument, to me
personally known, and, being by ne duly sworn, said that he is the therein described and authorized officer of the
Washington Irrrernational Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said
Camp-TY;
IN TESTIMONY WHEREOF, I have hereunto set cry hard and affixed my Official Seel, the day and year first above
wr it ten -
"OFFICIA-L SEAL" l
S CHRISTINE ZARETSKY ti I ' ��� �•�.��4�
S}rotary Public, SUte of 116no,( � 'Stine Zaretsky, Notary. P ( is
( My Commission Expites October 7 -1996
11 MY Comm %4-aA Ex-pires 10-7-96
itERTT rTCA T E
STATE OF ILLINOIS )
COUR T Y O F COOK )
i, the undersigned, Secretary of WASH INGTON INTERNATIONAL INSURANCE COMPANY an ARI20HA Corporation, DO HEREBY
CERTIFT that the foregoing and attached POWER OF ATTORNEY remains in full force anti; has not been revoked, and
furthermore that Article III, Section 5 of the By -Laws of the Corporation, anti -csolution of the Board of
Directors, set forth in the Power of Attorney, are now in force.
Signed and scaled in the County of Cook. Dated t 3 1 STday,of 19_96 .
Lewis M. Moeller, Secretary
IMPORTANT NOTICE
r
P
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain information
�- on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714-9104
r FAX # (512)475-1771
l
i.
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you
should contact the agent or the company first. If the dispute is not
�- resolved, you may contact the Texas Department of Insurance.
r ATTACH THIS NOTICE TO YOUR POLICY:
j' This notice is for information only and does not become a part or condition
tt of the attached document.
t.
C°
r
r
r
r
CERTIFICATE OF INSURANCE
05CCO ERTIFICATE OFLIABILITY NSURANCE DATE 6
....sMwY. v4.{j(.,...w::-: ..:..vs k.3w.iu v.§..f :nnx.:. Nn:. }.:v ,....:Fri. nx r.Y:fi..i•.....,. ,r.f n.. n... :. ... •. .
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Joe Schoenig Agency HOLDER. TH SNLY. ANONFERS CERTIFICATE DOES NOTNO RIGHSOTHE AM ND,CTE EXTENDAOR
7402 University ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lubbock, TX 79423 COMPANIES AFFORDING COVERAGE
COMPANY
35 77 315 A Truck Insurance Exchange
INSURED
COMPANY
B Mid Century Insurance Company
Rom Wall Electric Co • COMPANY
P.O. Box 1914 C Farmers Insurance Exchange
` I Lubbock, TX 79408 COMPANY
I D
[ - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTIIER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE i POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
i LTR DATE (MMMO/YY) ' DATE (MM/DD/YY) LIMITS
AGENERALUABILITY 7581 16 84
09-01-95 09-01-96GENERALAGGREGATE
S 2,000,00a
XCOMMERCIAL GENERAL LIABILITY '
_ -.—.
PRODUCTS - COMP/OP AGG
S • •
CLAIMS MADE j xOCCUR ;
Q ADV INJURY
S • •
OWNER'S S CONTRACTOR'S PROT i
_PERSONAL
EACH OCCURRENCE
f 1,000,00C
I
FIRE DAMAGE (Arty one fire)
S • 000
t
LIED EXP (Any one person)
S •
AUTOMOBILE LIABILITY
A ANY AUTO
'ALL OWNED AUTOS
XSCHEDULED AUTOS
_x HIRED AUTOS
x NON -OWNED AUTOS
6909 97 19 01-16-96 01-16-97COMBINED SINGLE LIMIT f 1,000,000
BODILY INJURY S
(Per person)
BODILY INJURY S
(Per accident)
I
PROPERTY DAMAGE S
` GARAGE LIABILITY _ALTO ONLY • EA ACCIDENT S
1 ANY ALTO OTHER THAN AUTO ONLY:
EACH ACCIDENT S _
AGGREGATE S
A EXCESS LIABILITY EACH OCCURRENCE S
I� xUMBREUAFORM 6903 25 07 09-11-95 09-11-96 AGGREGATE s
OTHER THAN UMBRELLA FORM S
WORKERS COMPENSATION ANDORYWC STATU- - H
AEMPLOYERS'uABRITY N2307 37 64 09-01-95 09-01-9G-
_ EL EACH ACCIDENT S SUD 'Im
THE PROPRIETOR/ INCL I _EL DISEASE - POLICY LIMIT S 500,000
PARTNERSIEXECUTIVE r-
OFFICERS ARE: EXCL EL DISEASE - EA EMPLOYEE S •
OTHER
A Installation! 6920 74 29 02-05-96 02-05-91 168,000
Floater
'DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
The City of Lubbock is listed as Additional Insured on the Auto policy and a
Waiver of Subrogation for the City of Lubbock on General Liability and Auto
policies. Project: Ballfield Lighting -at mackenzie Park
�IE.�0 8- .>:•�<: };':::.. ... ..... :.,: ... .:....}.. ..,.;...} :,CANCEL' !ryO E ._F.. ._>.z;,>�,.,„.}:.;:;:;::>;»:
CERTSCA3
�.:..w.w.w..w«..:.».v..,-.:�.�:.:...-:.:.i xxsL..os�..,A}:.w::.w..w:x}:§>sar»}...:.�.v:::::.w:.Taw:>:.-.:P..•}.GF;.,ck::}}r'c §::.::r.�.:..r:...,::�+, .. � ...� .., :.:....#..:.§..,..a�:§ v ...>:§..,..•:,ar:R✓...r:.a.uatx..;7.w.Giw:fv..w.}.:-:}..:.x,;.�. ..:......x
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRAJV DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAR
City of Lubbock DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
rJ, P.O. Box 2000 BUT FAILURE TO MAR SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Lubbock, TX 79457 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
I AUTHOAIiED REPRESENTATIVE
��,r CERTIFICATE OF L[ABIL�TY
INSURANCE
>, } DATE (MMMWM
aM xx
I
..v:.axa4cac:::=uacs..:xcxacaawc.,:S:a3q:^.:doxfc.;:SuAC;.Z.wc33:'a6i6:..,,.4,w3..,r.::x.,...i,.+...:A2eCtfi'.....w.w.,.?....m."..,,.,n.:..
5:
-
.,x+:.:ao =•- — —
96
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Joe schoenig Agency
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
7402 University
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Lubbock, TX 79423
COMPANIES AFFORDING COVERAGE
COMPANY
35 77 315
! A Farmers Insurance Exchange
I ,ENSURED
COMPANY
City of Lubbock
B
c/o Row Wall Electric Co. Inc.
COMPANY
P.O.- Box 2000
C
Lubbock, TX 79457
COMPANY
D
THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
.100 TYPEOFINSURANCE I POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION! LIMITS
i LTA DATE (MWDDIYY) ! DATE (MMMDIYY)
ot A GENERAL LIABILITY 6920 74 30 2-5-96 2-5-97 GENERAL AGGREGATE $1,000,000
COMMERCIAL GENERAL LIABILITY I PRODUCTS • COMP/OP AGG S1,000,000
CLAIMS MADE OCCUR PERSONAL d ADV INJURY a 500,000
x OWNER'S& CONTRACTOR'SPROT I EACH OCCURRENCE $ 500,000
FIRE DAMAGE (Any one fire) S 50,000
MED EXP (Any one person) $ 5,000
JAUTOMOBILE LIABILITY
ANY AUTO
k 'ALL OWNED AUTOS I
SCHEDULED ALTOS I '
HIRED ALTOS i
i ; I
NON -OWNED AUTOS i
i
'_
GARAGE LIABILITY
s "
ANY AUTO '
i
EXCESS LIABILITY
j
^ UMBRELLA FORM
OTHER THAN UMBRELLA FORM
a
WORKERS COMPENSATION AND
p
EMPLOYERS' LIABILITY
I
P14
THE PROPRIETOR/ INCL
PARTNERSIEXECUTIVE �—
I
OFFICERS ARE EXCL '
!. OTHER
r^
t � j
I
�QESCRIPTION OF OPERATIONS/ A=nONSNEHICLESlSPECWL ITEMS
r
t
4 e
1; City of Lubbock
' P.O. Box 2000
Lubbock, TX 79457
' 4
0014BINED SINGLE LIMIT
BODILY INJURY S
(Pa* person)
BODILY INJURY _
(Per accident)
i
PROPERTY DAMAGE _
AUTO ONLY - EA ACCIDENT =
OTHER THAN AUTO ONLY:
EACH ACCIDENT S
_ AGGREGATE S
EACH OCCURRENCE S
AGGREGATE S
. rr�.alwl�- vlrr•
_ TORY LIMITS ER
EL EACH ACCIDENT S
E DISEASE - POLICY LIMIT S
. FA FU01 nVFF It
SHDULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
_3Q DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
I'HORIZED REPRESENTATIVE
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Appropriate Insurance Agent/Broker
Prior to Award of Contract
I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed
by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of
` Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance
certificate to the City meeting all of the requirements defined in this bid/proposal.
Agent (Signature)
Name of Agent/Broker: _
f Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone #: ( )
r' Date:
CONTRACTOR'S NAME:
(Print or Type )
CONTRACTOR'S ADDRESS:
Agent (Print)
NOTE TO AGENT/BROKER
If this time requirement is not met, the City has 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 at (806)767-2165.
FBID #13449 - BALLFIELD LIGHTING AT MACKENZIE PARK
w
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on proper
reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to
beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during
the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity
will have on file certificates of coverage showing coverage for all persons providing services on the
project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of
the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within 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;
i.
(7) post a notice on each project site informing all persons providing services on the project that they are required to be
r' covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice
F
E 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:
r
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and
materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or
status as an employee."
"Call the Texas Workers' Compensation Commission at S 12-440-3789 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
r
provide coverage." and
F
(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
(1) contractually require each other person with whom it contracts, to perform as required by paragraphs
(A) - (H), with the certificate of coverage to be provided to the person for whom they are providing
services. ❑
�._.. t_.._.. c_. i.._._. E_._; 'L_..... �_. � ��d � �__._.. �..�..� t_._. �. ia.a y �� ,�.._� L � c._.
P
t CONTRACT
r STATE OF TEXAS
I COUNTY OF LUBBOCK
r• THIS AGREEMENT, made and entered into this 25th day of Januarv.1996, 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 ROW WALL ELECTRIC of the City of Lubbock, County of Lubbock, and the State of Texas. hereinafter
termed. CONTRACTOR.
r
F
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the construction of certain improvements described as follows:
BID #13449 - BALLFIELD LIGHTING AT MACKENZIE PARK - $266,085.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid
submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account
thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas, in the
year and day first above written.
APPROVED AS TzQ FORM:
dWttorni
ATTEST:
Corporate Secretary
7,
CONTRACTOR
ROW WALL ELECTRI
By:A `zc1'"L-1
PRINTED NAME: L�ni}-1 A /AW
TITLE:
COMPLETE ADDRESS:
Row Wall Electric
P.O. Box 1914
Lubbock, Texas 79408
r
GENERAL CONDMONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
r
i. OWNER
i Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
ii understood as referring to the City of Lubbock, Texas.
r' 2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
r to mean the person, persons, co -partnership or corporation, to -wit: ROW WALL ELEMC who has agreed to perform
the work embraced in this contract, or to his or their legal representative.
i
3. '. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
TOHN 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.
f
4. CONTRACT DOCUMENTS
The contract's documents shall, consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement,
Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any),
Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
S. IN'I RPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of
bike 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
r import shall mean approved by or acceptable or satisfactory to the Owner's Representative..
6. , SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address
known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract 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 cheek 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 furnished 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.
14.
OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's 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 this contract.
r•. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
p 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
d
7
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
t Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
t 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
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,
and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained.
r
I
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 famish 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 borne by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
F
7
22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
selected for the same, shall be deemed by the Owner or Owners' Representative as 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 fiunished or used in said work, then the Owner shall recompense the Contractor for
any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
.. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
r, as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided
under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when
r presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
4'
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
r- account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of
*„ the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless
7 otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopod by the Associated General
k 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
7 cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
i
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 constriction 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 (Q. 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
attorneys 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.
r
L 28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) 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.
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
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 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, $300,000 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 Irijury/Property Damage, $250.000 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. Installation Floater
The Contractor shall obtain an Installation Floater in the amount of 100% of the total contract price (100% 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 0.00 on all contracts with coverage to
correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
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.
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
contractoes/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 overage period, file a new certificate of coverage
with the governmental entity showing that overage 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 overage showing coverage for all persons providing
services on the project; and
>r
(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
r. 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.
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Workers' Compensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the
g g g g Pperson 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.
r
r 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 payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured,
with the commission's Division of Self -Insurance Regulation. Providing false or misleading information
r
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
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten (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 coverage
agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the governmental
entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's current
certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
F
(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
() �l P J
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
i 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
r" population. The text for the notices shall be the following text provided by the commission on
l 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. Thu includes
persons providing, hauling, or delivering equipment and materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage. " and
(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
r" extension of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
7
(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) - (H), with the certificate of coverage to be provided to the person for
whom they are providing services.
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 MATERIALMEN AND FURNISHERS OF
MACHINERY, EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment,
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work fiurnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
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 employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
F
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
r 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. TWE 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
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
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
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. TR E AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
r.. 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 TDAE
r" The Contractor agrees that he has submitted his bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
r
t
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
in the work, or by strike, 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
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.
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,
F
l 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
r^ waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
+r^ On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
C 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
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.
P'
1 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
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this 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
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 contractor; damaged by any such removal or
replacement. If Contractor does not remove and replace arty 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 arty 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 Owner's Representative shall give notice of observed defects with reasonable promptness.
yr
I
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. T1ME 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 shall be delivered to the
Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and 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
I
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. 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
r 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
r" 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
r may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
r 50. ABANDONMENT BY OWNER
t
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
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 will be required to furnish a performance bond in accordance with Chapter 2253, Government Code,
in the amount of 100% of the total contract price in the event that said contract price exceeds $ 100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000. 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.
52. SPECIAL CONDMONS
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.
CURRENT WAGE DETERNIINATIONS
� 7
Resolution -;2502
January 8, 1987
Agenda Item #18
7
L
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 rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January , 1987.
Ranet
Secretary
ff, e - & z h1601A
B.C. MCMINN, MAYOR
APPROVED T ONTENT: APPROVED AS TO FORM:
Bi 1 P yne, D rector of Building Do ld G. Vandiver, First
Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
$5.25
Asphalt Shoveler
4.75
Concrete Finisher
7.35
Concrete Finisher -Helper
4.75
Electrician
10.50
Flagger
4.75
Form Setter
6.50
Form Setter -Helper
5.50
Laborer, General
4.75
Laborer, Utility
5.80
Mechanic
6.50
Mechanic -Helper
6.00
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
6.00
Bulldozer
5.25
Concrete Paving Machinist
6.50
Front End Loader
5.85
Heavy Equipment Operator
6.40
Light Equipment Operator
6.40
Motor Grade Operator
8.00
Roller
5.25
Scraper
5.25
Tractor
5.50
Truck Driver -
Light
5.25
Heavy
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
SPECIFICATIONS
�I
J Mackenzie Park Ball field Lighting
Parks Capital Project - 1995
Parks & Recreation Department
City of Lubbock, Texas
01 SUMMARY OF WORK
1. General
1.1 Scope of Project
A. The purpose of these plans and specifications is to define the performance
and design standards for the installation of Ball field lighting at Mackenzie
Park, Lubbock, TX. Contractor shall supply all supervision, perform all
work, and furnish all labor, equipment, and incidentals necessary for the
erection and construction of the lighting, poles, and electrical system as
specified and/or implied by these plans and specifications.
B. The work shall be performed on Fields #5, #6, and #7 with an Alternate of
Connie Mack Field
1.2 Work Included
A. Section 02 - Product Substitution
B. Section 03 -Lighting
C. Section 04 -Steel Poles
D. Section 05 - Electrical
1.3 Additional Information
A. All information under General Instructions To Bidder, General Conditions
of Agreement, and Special Conditions apply to this section.
B. These plans and specifications were prepared by the Parks and Recreation
Department (which shall be called Owner). Contractor shall set all
construction stakes for locations of elements at project site. Owner shall
have 48 hours to approve or adjust staking before construction is begun.
Construction shall not begin until staking is approved by Owner.
2. Quality Assurance
2.1 Contractor shall take all precautions necessary to protect all existing trees,
shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where
the work is being done. The Contractor shall rebuild, restore, and make
good at his own expense, all injury and damage to same which may result
from work being carried out under this contract.
71
2.2 The Contractor shall take all necessary precautions to assure the safety of
the park visitors during the construction and clean-up operations. The
Contractor shall maintain and keep in good repair the work intended under
these Plans and Specifications and shall perform all necessary repair,
construction, and renewal to the date of acceptance by Owner.
2.3 Any utilities and irrigation lines shown on plans are for information only
and are not guaranteed by the Owner to be accurate as to location and
depth. The Contractor's attention is directed to the fact that other
underground utility lines may exist that Owner is not aware of. It is the
Contractor's obligation to locate and familiarize himself with all utilities and
to provide for their safety. Damage to utilities will be repaired at
Contractor's Expense.
End -of -Section
T
FSECTION 02 PRODUCT SUBSTITUTION
Substitutions
1. Conditions for substitutions ("OR EQUAL")
A. In the event that the clause "OR EQUAL" is used in the specifications
pertaining to materials, the Bidder desiring to make substitutions for
specified equipment shall submit the following:
1. Product identification, including manufacturer's name, address, and
product literature.
2. Product description.
3. Product performance and test date.
4. Reference standards.
B. Request for substitution should be included with overall bid and will be
considered before contract is awarded.
C. After contract is awarded, no substitutions will be considered. It will be
Bidder/Contractor's responsibility to insure the availability of specified
product or substitution before bid date.
D. Bidder shall provide the same guarantee for substitution as for product or
method specified.
E. Bidder shall coordinate installation of accepted substitution into work,
making such changes as may be required for work to be complete in all
aspects.
F. Bidder shall waive all claims for additional costs related to substitution
which consequently becomes apparent.
G. Bidder shall be prepared to send owner a price breakdown of any and/or all
items he has bid on. Price breakdowns will only be requested after the bid
opening has taken place.
2 Substitutions will not be considered if:
A. They are indicated or implied on shop drawings or project data submittals
without being formally described as to their differences from what was
originally specified.
B. Acceptance will require substantial revision of the original design intent,
End - of - Section
r
e.
l
7 SECTION 03 LIGHTING
1. Lighting Performance
1.1 Foot-candle Level
A. The performance criteria for these playing fields require lighting equipment
which will provide average light levels of 50 foot-candles infield and 30
l
l
foot-candles outfield maintained with normal lamp replacement and
reflector cleaning. A maintenance factor of .8 is to be used in determining
i
the initial light value after adjustment for a tilt factor. The light levels are
`
stated in the numeric values to be obtained during the initial hours of the
operation of the lighting system. Light levels are to be stated in the numeric
values to be obtained during the initial hours of the operation of the
lighting system. Bidders shall supply computer generated point by point
lights scans based on 155,000 lumens per lamp showing both initial and
maintained foot-candle levels.
B. The foot-candle level shall have a uniformity ratio of maximum to minimum
r
not greater than 2:1 infield and 3:1 outfield.
1.2 Spill/Glare Light Control - Designated Areas
A. Energy efficient luminaries which control light energy and resulting
electrical energy use must be such that the reflector system design places
more than 70% of the total light output in the lower portion of the
projected light below the maximum candlepower point and thereby onto
the field to be illuminated.
B. Spill light onto adjoining area and into sky glow must also be restricted and
shall meet the same criteria that more than 70% of the total light is in the
lower portion of the projected light below the maximum candlepower.
C. Glare light as viewed from off -site locations shall also be controlled with a
reflector system that projects more than 70% of the total light into the
lower portion of the projected light below the maximum candlepower.
D. Foul strips will be lighted. See attached scans for details concerning test
grids.
E. Beam definition
No one fixture shall exceed the candlepower or the specified degrees above
the maximum candlepower in the vertical plane as specified in the following
table:
Name Type
Reflector
Plane
Nema 2
Nema 3
Nema 4
Candlepower Degrees Above Maximum
Candlepower in Vertical
30,000 19 degrees
30,000 19 degrees
30,000 19 degrees
Nema 5 30,000 28 degrees
Nema 6 30,000 28 degrees
1.3 Photometric unit
A. Structures for the luminaire assembly on each pole are to be
completely assembled in the factory and aimed to form one single
photometric unit with the alignment and performance to be
guaranteed by -the manufacturer.
B. Recapture of the aiming after movement of the fixture during
installation or relamping shall be achieved by a positive latching
device. In addition there shall be stainless steel bolt and nut to
secure the alignment.
2. Inspection and Verification
2.1 Field Test and Measure Procedures
A. All testing will be done with each field illuminated individually.
B. Infield Area Test Stations - Test stations for infield measurements of
horizontal illumination levels shall cover an area of 30 feet by 30 feet and
consist of 25 locations on an equally spaced 20 feet by 20 feet grid
(commencing 15 feet outside each baseline).
f�
C. Outfield Area Test Stations - Test stations for outfield measurements of
horizontal illumination levels shall cover the entire outfield area to the
r" fence. Test stations shall be on a 30 feet by 30 feet grid.
D. Horizontal Foot-candle Readings - The test cell shall be positioned 36
inches above the playing surface for all field foot-candle readings.
2.2 Off -Site testing and Measurement Procedures
A. Ambient Light Levels - Ambient light (light outside the playing area
generated by sources other than ball field lighting such as moon light or
street lighting) levels shall be measured at the designated test stations as
specified. Technician is to record the maximum ambient foot-candle levels
in all planes and horizontal foot-candle levels for each test station with
playing field lights off. Then with playing field lights on, repeat the
measuring procedure for spill light and subtract the difference for each test
station.
B. Horizontal Foot-candle Readings - The test cell shall be positioned
horizontally 36 inches above grade for all horizontal spill light foot-candle
readings.
C. Spill/Glare Test Stations - Test stations for measurement of the maximum
foot-candles explored in any plane are to be at the locations as specified.
2.3 Testing equipment for measurement of foot-candle levels shall be United
Technology's Digital Model #61, a Gossen Panalux Electronic 2 or an
approved equal, and must show proof of calibration prior to testing as
required by manufacturer.
2.4 Final Approval
A. For final approval of the project, the manufacturer shall provide a final
report from the test results that shall provide the following items.
1. Identification of number and location of the test stations.
2. Identification of the acceptable metering devices with documentation of
calibration requirements and most recent calibration date and location
` from the meter manufacturer.
3. Luminaire Assembly
3.1 General Description
A. The luminaire assembly shall consist of lamp, lamp socket, reflector, lens,
lamp cone, reinforcing retaining ring, adjustable aiming mounting device,
ballast, steel cross arms, integral wiring enclosed in rigid raceway, pole
r clamps and shall be Sportscluster luminaries catalog #SC-2-1500 as
L manufactured by Musco Sports -Lighting, Inc. or a pre -approved equal.
3.2 Items to be submitted for consideration of an alternate Luminaire
Assembly.
A. Failure to provide any of the following information with the alternate
submittal will be grounds for rejection of the alternate. Each item listed
below shall be provided in the form of clear and concise statements and/or
plans and drawings which can be easily read and clearly interpreted. Each
item shall also be clearly lettered to correspond with the following list. All
items shall be assembled in the order indicated and secured or bound in a
neat and orderly fashion for easy use and reference. Bidders requesting to
use equipment other than that specified shall submit ten (10) days prior to
bid opening the following:
1. Layout Drawing - Overall lighting layout design showing luminaire
mounting heights and pole locations.
2. Aiming Drawing - Light aiming point plan showing focus points
and reflector types.
3. Luminaire Assembly Drawing - A drawing of the luminaire
assembly and its interface to show the required poles. The
drawing shall show size, strength, type of material, coating
of all components and hardware, and shall meet the
following specifications:
a. Structural Stren2th
The luminaire assembly as shown in the
manufacturer's submittal shall be capable of
withstanding forces equal to 125 MPH wind levels
with a 1.3 gust factor without structural damage or
misalignment of the luminaries on the assembly.
b. Coatings
All component surfaces of the completed assembly,
except for the reflector, hardware and fasteners,
shall be coated with hot dipped galvanized ASTM
A-123.
Reflector - The reflector shall be of spun aluminum
with alzak finish.
Hardware and Fasteners - All hardware and
fasteners shall be of an approved corrosion resistant
material or coating.
Aluminum materials are to be anodized. Non -
reflector grade aluminum materials must receive a
polyurethane coating of paint in addition to
. -
anodizing to protect impurities in the aluminum that
may not otherwise be protected by the anodizing
process.
Stainless steel materials shall be used for all
fasteners, latches, hinges, and threaded devices. All
stainless steel shall be clear thermoset polymer
coated.
c. Reflector and Lamp Supports
The reflector shall be fastened to the lamp cone with
a reinforcing retaining ring containing an acrylic
compressed fiber ring which centers and stabilizes
the lamp in the reflector and provides a heat shield
to protect the lamp socket from heat.
d. Lens
A removable lens with silicone gasket shall be
attached to the reflector and shall be impact and
thermal resistant glass. The lens rim shall be
stainless steel or equal and shall be attached to the
reflector with hinged cable or chain.
e. Aiming
The manufacturer shall provide a mechanical
positioning device for each luminaire on the
assembly which device shall be set at the factory by
the manufacturer based upon computer calculated
aiming information such that each assembly is
delivered to the job site as a composite light source.
The device shall provide for repositioning of the
aiming after relamping. The manufacturer shall also
supply drawings showing the aiming point locations
of each liminaire.
F
4. Computer Models - Field Light Values
a. Manufacturer shall submit an original (copies are
unacceptable) computer derived lighting scan
showing point by point horizontal foot-candle levels
on the playing surface, maximum to minimum ratio,
number of luminaries, initial lamp lumens.
b. Manufacturer shall submit with this computer
derived lighting scan, information on the number and
type of fixtures being used and kilowatt
consumption for the lighting system.
5. Computer Models - Extended Scans
a. Manufacturer shall submit a computer derived
lighting scan with spill control showing the
following:
a) Point by point horizontal foot-candles.
b) Point by point maximum foot-candles as
explored in any plane.
Manufacturer is to submit these scans showing the
above readings on a line 150 ft. from the boundary
of the playing field. Starting at the lower left hand
corner of the field, the point -by -point foot-candle
reading shall be shown every 30 ft. on the line and
the maximum reading to be found anywhere on the
line as shown. These scans shall reflect the spill light
readings as defined in the spill light performance
section.
6. Equipment Model Numbers - Written statement of model
number and manufacturer for all equipment bid. Submit a
packet of descriptive literature on all equipment bid, as well
as drawings and specifications of the luminaire assembly.
7. Lumnnaire Assembly Warranty - A seven year written
warranty from the manufacturer covering luminaire
assembly and equipment replacement policy.
8. Aiming Alignment Warranty - Written warranty form the
manufacturing company headquarters covering the aiming
alignment of the luminaire assembly.
9. Wind Load Engineer's Certification - Certified engineer,
independent of manufacturer, shall verify and stamp wind
load test of luminaire assembly to meet or exceed structural
strength as described herein.
10. U.L. Test Report - Bidder shall supply for the owner's
review, a copy of the Underwriters Laboratory report
covering the luminaire assembly being bid.
11. Verification of Demonstrated Field Technology - The
manufacturer must submit in writing documented proof
showing a minimum of five (5) such similar lighting projects
where the specifications outlined above for spill/glare
control, field illumination values, and energy consumption
have been met. Include the project name, contact person,
and telephone numbers to reference such work.
12. Manufacturer's Guarantee - The manufacturer shall submit
in writing a letter guaranteeing compliance as to the above
specifications. Written explanation shall be provided prior
to bidding as to specified criteria for which non-compliance
is anticipated and an explanation as to why the criteria
should be waived.
3.3 Lamps
A. Lamps shall be 1500 watt metal halide and shall met ANSI designation
M48PC 1500 BU and be Phillips #MH1500BU, or an approved equal.
3.4 Ballast
A. There shall be an individual ballast for each luminaire. The ballast shall be
a lead peak auto -regulating ballast and the available for use with supply
voltage. The ballast shall be located remote from the luminaire cross arm
and shall be placed approximately ten (10) feet above ground level. Ballast
box must be a NEMA 3R enclosure and must be manufactured by the
luminaire assembly manufacturer and all mounting hardware shall be
included with the ballast box assembly. The remote ballast system
described above shall be located on the same pole as the luminaire assembly
in the NEMA 3R enclosure with the capacitors and the capacitors shall
operate in ambient air not to exceed 70 degrees C as established by U. L.
Test Standards. The assembly design shall be adaptable to various
standard ballast and must retain U. L. listing.
3.5 Wiring and Overcurrent Protection
A. All wiring on the luminaire assembly shall meet National Electrical Code and
shall pass from each luminaire on the assembly through protective
enclosures to join in a common enclosure. Each luminaire shall have
individual supplemental fuse protection located in ballast boxes or in
adjacent metal enclosures. Fusing must be U.L. listed. In -Line fusing will
NOT be accepted.
3.6 Documentation
Compliance with the criteria set out in this specification shall be
demonstrated by the following documentation to be provided with bid
package for bid approval:
a. Initial horizontal light levels at the number and location of points
shown on the drawings.
b. Maintained horizontal light levels at the number and location of
points shown on the drawings.
C. Off -site maximum light levels at the designated points.
d. Pole calculations certified by a licensed structural engineer.
e. Foundation design with soils assumptions.
f. U. L. report for the Light -Structure, including the equipment and
electrical system for the pole, cross arms, and fixtures.
g. Warranty by manufacturer.
h. Photometric report by Independent Testing Laboratories showing
that 70% of light energy is projected below maximum candlepower
point.
i. Branch electrical circuit and drawings.
j. Corrosive protection certification by the manufacturer that all
latches, fasteners, hinges, and threaded devices for the pole and
luminaire assembly are of stainless steel construction; that all
aluminum anodized; and that all steel hot -dip galvanized to ASTM
123 standards.
3.7 Special Conditions
A. Codes - Luminaire assembly shall be U.L. listed and meet National
Electrical Code and NEMA Publication FA-1. Pole clamps are not U.L.
listed.
END OF SECTION
r
4
'4
SECTION 04 STEEL POLES
1. Structural Design
1.1 Wind Criteria
A. Luminaire assembly shall be designed to withstand wind forces of 125
r mph with 1.3 gust factor without damage or misalignment to assembly.
B. Strength of the materials used in the structures shall be calculated based
upon AASHTO Pole Structure Criteria,
C. Foundation design criteria are to be based upon BROMS Standards using a
safety factor of 3. (Alternate UBC).
D. Galvanize by hot -dipping processing to ASTM-123 standards shall be used
for pole, cross arms, braces, boxes, hubs, or any extensions attached to the
Y
pole.
E. Poles and foundation shall be designed to meet UBC-C building codes and
80 mph wind zone. Poles shall be set according to approved drawing and
shall be plumb within three feet of location.
1.2 Pole Specifications
A. Poles shall be all steel with a concrete base and shall be designed to
withstand forces specified in the Structural Design section above. Poles
shall be equipped with reinforced handhold containing equipment
grounding lug and cover plate approximately 12 inches above base. 1-
1/2" couplings with accompanying reinforced handholds and cover plates
shall be provided to service the luminaries and disconnects. Fixture
manufacturer to determine quantity and location of these items. Overall
pole length will be determined by required light levels as listed in section 03
LIGHTING. See 4.1 Fixture Count, this section. Galvanized elements
(pole, cross arms, braces, boxes, hubs, or any extension attached to the
pole) shall be hot -dipped meeting ASTM-123 standards.
B. Concrete Base Pole shall be formed with concrete that obtains 9500 PSI
strength and contains pre -stressed steel cable that is stressed to 28,910 lbs.
(which shall be 70% of the ultimate yield strength of the cable) or an
approved equal.
U
0
2. Soil Conditions
2.1 The design criteria for these specifications are based on soil conditions with
200 PSF or greater compression load. It shall be the contractor's
responsibility to notify the owner of soil conditions other than the design
criteria. The owner shall then be responsible and absorb the cost to
provide:
A. Adequate pole bases for soil conditions less than 200 PSF.
B. Excavation and removal of materials other than normal soils, such
as rock, caliche, etc.
3. Installation
3.1. Lighting Protection
A. The contractor shall provide and install one 5/8" by 8' long copperweld
ground rod at each pole base approximately three feet from the pier in
undisturbed earth at a minimum of 12 inches below grade. A #6 bare
copper ground wire shall be extended from this ground rod through the
PVC raceway to approximately two feet above the foundation.
3.2 Back fill
A. The contractor shall install poles and back fill around poles in accordance
to manufacturers recommendations.
4. Light Poles
4.1 Fixture Count
Field #5 Field #6
Pole # of fixtures Height Pole # of fixtures Height
Al 3 60' A4 3 60'
A2 3 60' B4 9 60'
B 1 8 60' B3 12 60'
B2 _ 8 60' C4 6 60'
C 1 7 60' C3 6 60'
C2 7 60' A3 3 60'
Field #7 Connie Mack
Pole # of fixtures Height Pole # of fixtures Height
A6 3 60' A8 7 80'
A5 3 60' A7 7 80'
B6 11 60' B8 14 80'
B5 11 60' B7 15 80'
C6 7 60' C8 5 70'
C5 7 60' C7 5 70'
D2 5 70'
DI 5 70'
r
l
u
SECTION 05 ELECTRICAL
SYSTEM DESIGN
The electrical wiring system shall consist of a main entrance service panel
board with underground feeder or branch circuits to factory installed safety
disconnect breaker located in electrical component enclosure mounted on
each luminaire pole (NEC 230-84). The systems shall be designed to result
in no greater than 3% voltage drop at any luminaire. The system shall have
over current protection for each service, feeder, branch circuits and ballast.
Each pole shall have a grounding electrode connected to the system circuit
grounded conductor (NEC 250-24). A neutral conductor connecting to
the service system ground shall be run from circuit breaker panel to all
electrical component enclosures and luminaire assembly equipment. For
ungrounded systems, a grounding electrode shall be established at the
entrance and connect to equipment grounding conductor which connects to
the circuit breaker panel, all electrical component enclosure and luminaire
assembly equipment. The power supply to the main service entrance panel
board shall be provided by the utility company and the owner as shown on
the accompanying drawings.
2. SERVICE ENTRANCE
Main entrance circuit breaker panel board shall be located as shown on the
drawing and shall be a circuit breaker panel board with NEMA 3R
enclosure. Circuit breakers shall be the bolt -on type. Panel board shall
have a minimum of two feeder or branch circuits. Equipment shall be
Square "D" type I -Line, NEHB or NQO or approved equal. Service
underground conductors (laterals) shall be installed in rigid galvanized steel
conduit or IMC from service entrance equipment and extend to the bottom
of the trench with 90 degree elbows at its outer end. If raceway is not
continuous, open butt end shall be protected with insulating type bushing.
3. UNDERGROUND FEEDER AND BRANCH CIRCUITS
3.1 FEEDER AND BRANCH CIRCUITS
Underground wiring for feeder circuits shall run from the circuit breaker
panel board to the safety disconnect breaker mounted in the electrical
equipment enclosure on each luminaire pole.
7
1
Branch circuits for each lighting structure shall be provided that include the
following:
a. Disconnect - Thermal -magnetic breaker type.
b. Landing lugs for the feeder circuit as part of the disconnecting
device.
C. Fuse block for individual fusing for each load carrying conductor of
each lamp circuit. (Neutral conductors are not fused).
d. Manufacturer shall provide all branch circuits completed from the
disconnecting device to the lamp with either plug-in or landing lug
connections provided for completion of circuits during the field
installation. This is to assure that the electrical equipment on the
pole is in conformance with U. L. standards.
e. Wire harness shall be provided with:
(1) Uniformly wound conductors to avoid excessive stress on
any individual conductors.
(2) Mylar wrapped wire harness to prevent unraveling of the
conductors.
(3) Kellum grips attached and ties for mounting the wires inside
the pole.
(4) Plug-in connections for each end of the wire harness to
connect it to the electrical component enclosure near the
base of the pole and to the lamps at the top of the pole to
assure proper matching of circuits.
f. Assembly and wiring of the fixtures to a plug-in connection is to be
completed by the manufacturer who is to provide a warranty of the
entire assembly. Manufacturer shall provide a schematic of the
wiring on the inside of the door of the electrical component
enclosure.
g. Grounding of the electrical system and the equipment shall be
provided throughout the pole structure for connection to ground
rods and feeder circuit ground wires.
h. Mounting of the NEMA 3R enclosure containing all electrical
components, except the lamps, shall be near the base of the pole
with the bottom of the enclosure 8 feet above the ground to allow
for step ladder maintenance access.
i. U. L. (Underwriters Laboratory) listing report shall be provided for
the entire base and pole assembly and its included electrical systems
in addition to the use of U. L. listed components within the system.
3.2 RIGID CONDUIT
Rigid galvanized steel conduit or IMC shall be installed at the service
entrance to provide raceway for feeder or branch circuits. The rigid
galvanized steel conduit shall connect to the circuit breaker panel board
and extend to the bottom of the trench with a 90 degree elbow connection
at its outer end. All ends of a raceway that are not continuous shall have
open butt ends protected with insulating type bushing installed using non-
metallic conduit. There should be existing 2" conduit which is to be
inspected and approved before using.
3.3 DIRECT BURIAL CABLE
Direct burial cable shall not be acceptable.
3.4 DIRECT BURIAL CONDUIT
Underground conduit shall be non-metallic Carlon PV-Duit PVC plastic
conduit, type 40 Heavywall 90 C rated, or approved equal. Underground
PVC conduit shall be connected to the 90 degree rigid galvanized steel
elbows located at the bottom of the trench where the feeder originates and
runs to and connects to the 90 degree rigid galvanized steel elbows at each
pole. Underground conduit wiring conductors in PVC conduit shall be
copper building wire type THWN.
4. BRANCH CIRCUIT SAFETY DISCONNECT BREAKER
i Each luminaire pole shall have an individual safety disconnect breaker
which shall be rated for service entrance duty. Each disconnect breaker
shall be factory installed in a NEMA 3R electrical component enclosure.
The required safety breakers shall be installed approximately eight (8) feet
above final grade.
5. ELECTRICAL EQUIPMENT ENCLOSURE ON POLES
Nema 3R electrical equipment enclosure on each pole containing
disconnect breaker, panel and distribution terminal blocks shall be provided
by manufacturer.
6. BRANCH CIRCUITS ON POLES
Branch circuits at each pole extending from the safety disconnect breaker
to fixture distribution terminal blocks in each electrical equipment
enclosure shall be factory installed by manufacturer and wired for single
phase. Contractor shall be responsible for changing the phasing as
required.
7. OVERCURRENT PROTECTION
7.1 SERVICE ENTRANCE
Service entrance feeder or branch circuits shall have properly sized over
current protection. The circuit breaker must be compatible with the
specified panels and shall be thermal magnetic bolt -on type with a common
trip handle for multi -pole breakers. Exterior tie handles shall not be
acceptable. The AIC rating of over current devices shall equal or exceed
the available fault circuit at the main lug terminal. The circuit breakers
shall be Square "D FA, QO or EH bolt -on circuit breaker or approved
equal.
7.2 BRANCH CIRCUIT DISCONNECT BREAKER
Factory installed branch circuit disconnect breakers shall be Square "D" FA
or QO circuit breaker or a approved equal.
7.3 BALLAST SUPPLEMENTAL FUSES
All luminaire fixture ballast shall be individually protected against over
current by factory installed supplemental fuses. 480/277 volt ballast
protection shall be Limitron Bussman Fuse #KTK or approved equal 600
volt rated. 120, 240, 208 volt ballast protection shall be Fusetron Bussman
Fuse #MDA or approved equal.
r
7
€ : 8. GROUNDING
Main entrance service and all luminaire assemblies and poles shall meet the
following requirements for grounding:
8.1 GROUNDING AT SERVICE ENTRANCE
The service entrance circuit breaker panel board shall have a #6 bare
copper grounding electrode conductor connected from the neutral bar to
two parallel 5/8 inch by 8 foot copperweld ground rods buried a minimum
of 12 inches below final grade with a minimum six (6) foot separation
between rods. If ground rods cannot be installed vertically, they may be
installed at no less than a 45 degree angle from vertical or buried
horizontally in a trench 2-1/2 feet deep.
8.2 GROUNDING AT EACH LUMINAIRE POLE
Each luminaire pole shall have green equipment ground wire connecting all
equipment grounds in the electrical equipment enclosures and wire harness
up pole and connect to luminaire equipment.
9. TRENCHING
Trenching depth and width shall be adequate to install conduit with
minimum cover of 24 inches and/or below irrigation lines.
Trenches shall be back filled with excavated soil and compacted to
approximately the same density of surrounding soil to eliminate settlement.
Back fill maybe accomplished by tamping or water jetting and flooding
until full settlement has been reached.
Special attention shall be taken at all locations where 90 degree rigid
galvanized steel conduit extends into trench. Back fill beneath elbow shall
be tamped to approximately the same density of surrounding soil to
eliminate shearing action on conductors.
End - of - Section
F
No Text
F
F
SPECIAL CONDITIONS
Said special conditions shall over ride paragraph "Guarantees", in the General Instructions
to bidders.
1. 7-Year period of warranty shall be provided for the entire equipment
package against failure due to manufacturing defect or fatigue. During the
first 2 years of this time period the manufacturer will be responsible for the
r cost of materials and labor for any repairs which may be necessary. During
the following 5 years the manufacturer will provide or pay for material
necessary for any repairs. (The warranty does not apply to the consumable
lamp and fuse, which are only to be warranted to perform according to
design criteria).
2. Replacement Parts - The contractor shall furnish to the owner one extra
lamp and six extra fuses for future use.
i
6-