Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 4299 - Contract - Tech Builders Inc - Replace Municipal Building Parking Lot Concrete - 10_28_1993
Resolution No. 4299 October 28, 1993 Item #20 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 Tech Builders, Inc. of Lubbock to furnish and install all materials as bid for the Municipal Building Parking Lot Concrete 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 in detail. Passed by the City Council this 28th day of ATTEST: BtttyoJohnson,, aity secretary APPROVED AS TO CONTENT: Oaf IF �� ffl---A&'�- W% A APPROVED AS TO FORM: Douala u. vanaiver, firs Assistant City Attorney. DGV:dp\A=A-D2\TFLWULD.RES October 20, 1993 October 1993. CITY OF LUBBOCK SPECIFICATIONS FOR REPLACE PARKING LOT CONCRETE MUNICIPAL BUILDING BID #12709 10 CITY OF LUBBOCK Lubbock, Texas 5:94zaq CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: REPLACE PARKING LOT CONCRETE MUNICIPAL BUILDING ADDRESS: 1625 13TH STREET, LUBBOCK, TEXAS BID NUMBER: 12709 PROJECT NUMBER: 1491-552101-9823 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. INDEX PAGE NOTICETO BIDDERS............................................................ .............................5 GENERALINSTRUCTIONS TO BIDDERS .................................................. 7 .............. BIDPROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................15 PAYMENTBOND..................................................................... .......21 .................. PERFORMANCEBOND .................................................. CERTIFICATEOFINSURANCE........................................................... CONTRACT............................................................................ .........33 GENERALCONDITIONS OF THE AGREEMENT.......................................................................37 CURRENTWAGE DETERMINATIONS................................................................. ....55 SPECIFICATIONS............................................................................................57 SPECIALCONDITIONS .................................................. NOTICEOF ACCEPTANCE ......................................... ..61 ........................................... F NOTICE TO BIDDERS NOTICE TO BIDS BID # 12709 Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'ctock p.m. on the 13th day of October, 1993 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: REPLACE PARKING LOT CONCRETE -MUNICIPAL BUILDING After the expiration of the time and .date above first written, said sealed bids will be opened by the Buyer at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of 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 28th day of October, 1993, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shalt be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, 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. Ali 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. There will be a pre -bid conference on 6th day of October. 1993 at 10:00 o'clock a.m., Conference Room 108, 1625 13th Street, Lubbock, Texas. 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 Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at Least 48 hours in advance of the meeting. CITY F LUBB on Suffiield SENIOR BUYER r F REQUEST FOR BIDS BID #12709 Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 until 2:00 o'clock P.m. on the 13th day of October. 1993, or as changed by the issuance of formal addenda to all proposers. REPLACE PARKING LOT CONCRETE -MUNICIPAL BUILDING The specifications, bid forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each supplier is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each supplier's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the vendor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all suppliers that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a prebid conference on the 6th day of October, 1993, at 10:00 a.m., in Conference Room #108, 1625 13th Street, Lubbock, Texas. LIU Ron Shuffield Senior Buyer r i' r GENERAL INSTRUCTIONS TO BIDDERS r GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the replacement of parking tot concrete at the City of Lubbock Municipal Building, Lubbock, Texas. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. 4 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by . said contract documents. * 3. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture'of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 30 (THIRTY) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated emp 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. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that alt bills for tabor, materials and incidentals incurred in the construction of the { improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of ii which the Contractor has been notified. 7, MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for 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. a. 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). 9. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shalt then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. 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 -- proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sates, 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. _ 12. 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 shalt be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shalt 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. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shalt 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 shalt 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 th is contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) r 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 Flo resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shalt be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shalt 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 shalt be furnished to the City and written notice of cancellation or any material change wilt 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 shalt name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted.. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated.Civit:Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. — Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior,to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of flours 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 shalt forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. r 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Poposals 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. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shalt state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shalt 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 proposal is submitted by an individual, his name must be signed by him or his duty authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. if the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shalt 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) Bidderts name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (9) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. <j> All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound,'they are to be considered incorporated by reference into the aforementioned contract documents. J y� O a 0 m a r. BID PROPOSAL UNIT PRICE CONTRACT PLACE: 1625 13th STREET, LUBBOCK, TEXAS DATE: 1.5 nc-l- i qg PROJECT NUMBER: 12709 - REPLACE PARKING LOT'CONCRETE-MUNICIPAL BUILDING Proposal of 75Fc1 (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) > Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a _-Ra9 LAC F= U air-Wo 11A n� Q 11ti11G1 r having carefully examined the plans, specifications, instructions to bidders, notice to bidders andallother related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bidder here agrees 9 rees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 30 consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated {� damages the sum of $100.00 (ONE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders. bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the 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. P" The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence " work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. P f C� 1 1 16 Enclosed with this proposal is a Cashier's Check or Certified Check for (S ) or a Proposal Bond in the sum of Dollars agreed shall be collected and retained by the Owner as liquidated damages Dollars (S which it is ), in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) AT ST: Secretary 17 r BID PROPOSAL BID FOR UNIT PRICE CONTRACTS Item Quantities Per Total No. & Units Description of Item & Unit Prices Unit Amount ----------------------------------------------- 1. 1,120 S.Y. Removal and disposal of existing 6" concrete slab, sidewalk, and driveways, per square yard: SERVICES: };��T,<a., zorre ($ ,f�o MATERIALS: .S� Amlage TOTAL : jw-*7:6;&,s,,, h ) A s 2. 1,100 S.Y. 6" Reinforced concrete (3600 PSI/ 28 day) paving, including subgrade prepartion, complete in place, per square yard: SERVICES: µirtj,,,::ge ,,,1. a 14tiuncsn Uoup„•L.($j )$_13,Z00.`= MATERIALSsf;.,T�:,`�� TOTAL: „T„ Sir 4uon y-rs -h �($24. $ 3. 1 EACH Concrete inlet box, including grates, complete in place, per each: SERVICES:F,,,,. �l�,,,�., aa� ($�so.�' MATERIALS.p;uF BID PROPOSAL BID FOR UNIT PRICE CONTRACTS Item Quantities Per Total No. & Units Description of Item & Unit Prices Unit Amount l-------------------------------------------------------- 4. 140 L.F. 12" corrugated metal.pipe including excavation, placement, and backfill complete in place, per linear foot: SERVICES:Scj 1-it, ,n ZIFF Tkv 1,s,�:($ S.S3s MATERIALS: L TOTAL y�,�T �n-�r Ti1rJMFi1 7� fir, T]O ".r42S ( i_ 1 ° T ) s , es 5. 144 L.F. 12" corrugated metal pipe with 6" slotted drain and heel guard, including excavation, placement, and backfill, complete in place, per linear foot: SERVICESr��,,<a.. . A �($ A.�� )S2(osc7.�o MATERIAL i� ,� S� +� X441TL i �,�,a��_(� TOTAL)$S3e00.°O 6. 1 EACH Precast manhole installed over existing 18" RCP and tie-in of proposed 12" CMP, complete in place, per each: SERVICES:_LSA 1 ^ �fc„ _($ IZOO.Q - A 1?.anQQ MATERIALS:nYy A0 ��,,, ^I (�_IZ00. p )5A?-,COQQ TOTAL l�tc," IpnssAK ��A 1 �. �..�...,� �ic,i a �_—(�_N O� — ) � 2°° rs+ r BID PROPOSAL BID FOR UNIT PRICE CONTRACTS Item Quantities Per Total No. ------- & Units Description of Item & Unit Prices Unit Amount -----------•-----------P-------------------------------------------------- 7. 6 S.Y. 4" thick concrete sidewalk complete in place per square yard: SERVICES: MATERIALS: - TOTAL: $. 30 S.Y. Asphalt paving repair including concrete cap and THD Type C HMAC surface,, complete in place per squard yard: SERVICES: �.,� �T'5E• , G;.a Min ($ 4 zs- )$ Mq.-° MATERIALS: s� ($ ; so ) i Z'i. ($ 9. 1650 L.F. Joint sawing and seal complete in place per linear foot: SERVICES:[),,-tl,,� F,- ,.,,�,Gk� I� r••�(S t,��s )S 1889.�' MATERIALS:A,,,-,,,, , W 12 ,ot., TOTAL:�,.gcr n St��., �!„ ,,,.z., 2.29 so BID PROPOSAL BID FOR UNIT PRICE CONTRACTS Item Quantities Per Total No. & Units Description of Item & Unit Prices ----------------------------------------------------------- Unit Amount TOTAL BID (Items 1 through 9) SERVICES. ousa,,d S�y .,T, t %n ($21,078.?s MATERIALS',,,, �.x o �►ti� Sxy�.,►;, z;s., ? /.($2467A.1 s 4P -t'5-mL &r.. I -jt c. usi 'T" vraw-r c64 Z -allowcf "&T"- ALL -Pvc-��Nacjc, 00 emp 00 t4w t4=E IWAIJOrcD Vm 6vt 1C.CS= Z ��s�r�lA1�tT�t�tT/t'oo/ 498.zs Y Z' {____ qg!F �OiYlL ;F� jri� lh +ea�lD Ai�r+c �►�� �uc.� o[I (.Vk!q-q,:—EP4699'1.sm LIST OF SUBCONTRACTORS This form shall be c leted and nd submitted with the BiddeN s Proposal Minority Owned Yes No {{ 1. TEctt $O��.pE2S � INC, x — f, 2. E � tJ��JCIZTG�. �NG. C � — 3. 4. 5. 6. 9 7 — — 8. 9. r� W� t , iNNO r BID BOND KNOW ALL MEN BY THESE PRESENTS. That we, Tech Builders, Inc. AMERICAN BONDING COMPANY Tucson, Arizona e5711 BOND NO: 9334587 . as Principal. hereinafter called the Principal, and AMERICAN BONDING COMPANY, of Tucson. Arizona, a corporation duly organized under the laws oft he State of Arizona, as Surety, hereinafter called the Surety, arc held and firmly bound unto the sum of as Obligee, hereinafter called the Obligee, in Five Thousand and No/100---------------------------------------------- Dvtlan (s 5 000.00 ), for the payment of which sum well and truly to be made. the said Principal and the said Surety. bind ourselves, our heirs, executon. administrators. successors and Assign$. Jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid for i Replace Parking Lot Concrete Municipal Building, 1625:,13th Street, Lubbock, Texas City of Lubbock NOW, THEREFORE, if the Obligeee shall accept the bid of the Principal and the Principal shall enter into s'Contract with the Obligee in accordance with the terms of such bid. and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such Iarger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. FSiSned and sealed this 12th day. of October ( Witness) (Witness) .19 93 lder Inc. (Principal) (Seal) / (Title) AMERI N ONDING OMPANY By (Seal) (Attorney -in -Fact) rt t t ' L AMERICAN BONDING COMPANY 9334587 GENERAL POWER OF ATTORNEY Know all men by these Presents, That AMERICAN BONDING COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint JOHN W. SCHULER OF AUSTIN, TEXAS its true and lawful attorney -in -fact, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to ALL OBUGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of TWO MILLION FIVE HUNDRED THOUSAND ($2,500,000) DOLLARS This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 15th day of November, 1991. 'RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attomeydn•fact named in the given Power of Attorney to exor an Assistant Secretary be, and that each a any of ecute in Secretary them hereby Is. authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Comparry. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and In the future with respect to any bond, undertaking or contract of suretyship to which It Is attached." In Witness Whereof, AMERICAN BONDING COMPANY has caused its official seal to be hereunto.8ffoced, and these presents to be Signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 17th Day of March, 1993. i4 a AMERICAN BONDING COMPANY (/ �eof+orpo By SEA William R. McKenzie, Assistant Vice President on < John C. " r, Vice President STATE OF ARIZONA COUNTY OF PIMA On this17th day of March , 1993 , before me personally came John C. Fisher, to me known, who being by me duty sworn, did depose and say that he is a Vice Presidentof AMERICAN BONDING COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. �y,• OFFICIAL SEAL CHRISTIE TURLEY NOTARY PUBLIC CHRI. TURLEY �++ � NOTARY PUBLIC My Commission Expires My Commission Expires March 10,1995 March 10, 1995 CERTI 1, the undersigned, an Assistant Secretary of AMERICAN BONDING COMPANY, an Arizona corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, 17, set forth in the said Power of Attorney, is now in force. Signed and sealed at the city of Tucson, in the State of Arizona Dated the 12th day of October 1g 93 SEA t Florence E. Robert, Assistant Secreiary- 1930 < PAYMENT BOND BOND No. 9334640 STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF TBE REVISED CIVM STATUTES OF TEXAS AS A.M, [ENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 KNOW ALL MEN BY THESE PRESENTS, That Tech Bens. (hereinafter called Principal), as Principal, and American Bonding CgmpAm a corporation organized and existing under the Laws of the State of Arizona, licensed to do business in the State of Texas and admitted to write bonds, as Surety, (hereinafter called the Surety), are held and k firmly bound unto The City of Lubbock Texas (hereinafter called the Obligee), in the amount of Forty Eight 'Thousand Nne Hundred NinM Seven and 50/l00 (Dollars) (148.997.5Q) for the paymerrt whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a curtain contract with the Obligcc, dazed the 28th day of October 1223, forMunicipal Buildin8 Parkin lcrete Repair. Lubbog Texas• and said principal under the law is required before commencing the work t provided for in said contract to execute a bond in the amount of said contract which contract is hereby refereed to and made a part hereof as fully and to the same extort as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if 7 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 obhgatioo shall be mull and void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Article to the same extent as if it were copied at length herein. IN WITNESS WHMEOF, the said Principal and Surety have ed and staled this instrument this 2nd day of November. 1993. / Tech .— PRESIDENT (Tttle} i A erican Bonding Co iY 13Y:�,,"� Louis E. dells Attorney -In -Fact BOND CHECK � BEST RATING LICENSED IN TEXAS DATE BY -�- AMERICAN BON DING COMPANY GENERAL POWER OF ATTORNEY 9334640 Know all men by ftse Presents, That AMERICAN BONDING COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint LOUIS E. WELLS OF AUSTIN, TEXAS its true and lawful attorney -in -fact, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of TWO MILLION FIVE HUNDRED THOUSAND ($2,500,000) DOLLARS This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors. of the Company on the 15th day of November, 1991. "RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President of the Company, be, and that each or any of them Is, authorized to execute Powers of Attorney qualifying the attorney -in -fact named In the given Power of Attorney to execute In behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which It is attached." In Witness Whereof, AMERICAN BONDING COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 17th Day of March, 1993. Alt a AMERICAN BONDING COMPANY By SEA :2 William R. McKenzie, Assistant Vice President 'R lion t John C. h r, Vice President ♦ 0 STATE OF ARIZONA COUNTY OF PIMA J On this I7th day of March , 1993 , before me personally came John C. Fisher, to me known, who being by me duly sworn, did depose and say that he is a Vice President of AMERICAN BONDING COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. aw �y.• OFFICIAL SEAL . CHRISTIE TURLEY NOTARY PUBLIC CHRIS IE TURLEY �h M NOTARY PUBLIC .w Y CorttrttiSSfon EXplres My .,on Expires March 10, 1995 March 11?, 1995 CERTI I, the undersigned, an Assistant Secretary of AMERICAN BONDING COMPANY, an Arizona corporation, DO HEREBY CER nFY tha! the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Hoard at Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the city of Tucson, in the State of Arizona. Dated the2ND r �eotwryo 1930 �r , -,ran 1•• day of NOVEMBER , 1 P 93 . /.� e 44-ir Florence E. Robert, Assistant Secretary PERFORMANCE BOND BOND NO. 934464o STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE S160 OF TgE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF TIM 56TH LEGISLATURE, REGULAR SESSION 1959 KNOW ALL MEN BY THESE PRESENTS, That Tech 1- ►ilders, Inc+ (hereinafter 17 called principaD, as principal, and A.mcri _ di , a corporation organized and existing under the Laws of the State of Arizona, licensed to do business in the State of 7 ""'" Texas and admitted to write bonds, as Surety, (hereinafter called the Surety), are held and firmly bound unto The City of Lubbock, Texas (hereinafter called the Obligee), in the amount of Forty Eight Thousand Nine Hundred Ninety Scvtn and 50/100 (Dollars) I^ f $48,997.50) for the paymentwfiereof, the said Principal and Surety bind themselves, and !; their heirs, administrators, exocutors, successors, and assigns, jointly and severally, firmly by these presents: WIMREAS, the Principal has entered into a certain contract with the Obligee, dated the 28th day of October_ 1993. ft>r Municipal Building Puricing Lot Cos�c�ete Repair' Lubbkk.Tem and said principal under the law is required before commencing the work provided for in said contract to execute it bond in the amount of said contract which contract is hereby refereed to and made a part hereof as hilly and to the same extent as if copied at length herein. F NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, than this obligation shall be null and void; otherwise to remain in full force and effect; PROVIDED, HOWEVER~ that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by ,Acts of the 56th Legislature, regular session 1959, and all liaWities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Article to the S=c extent as if it were copied at length herein. IN WITNESS WHMEOF, the said Principal and Surety vied and scaled this instrument this 2nd day of Noveaber, 1993. Tee xnc fi PRESIDENT (Title) American Bonding CQmpAM BY: Louis E. Wells Attorney -In -Fact 7 ` BOND CHECK 7 BEST RATING LICENSED IN TEXAS DATE By �— r f AMERICAN BONDING COMPANY 9334640 GENERAL POWER OF ATTORNEY Know all men by these Presents, That AMERICAN BONDING COMPANY has made, Constituted and appointed, and by these presents does make, constitute and appoint LOUIS E. WELLS OF AUSTIN, TEXAS its true and lawful attorney -in -fact, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to ALL OBUGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of TWO MILLION FIVE HUNDRED THOUSAND ($2,500,000) DOLLARS This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors, of the Company on the 15th day of November, 1991. ' RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President of the Company, be, and that each or any of them Is, authorized to execute Powers of Attorney qualifying the attorney -In -fact named In the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of prM them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. 1 FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto 44 by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it Is attached.' In Witness Whereof, AMERICAN BONDING COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 17th Day of March, 1993. Atte . a AMERICAN BONDING COMPANY � �,e�N© By i SEA rWilliam R. McKenzie, Assistant Vice President L 1930 z John C. h r, Vice President STATE OF ARIZONA ss.: COUNTY OF PIMA On this 17th day of March , 1993 , before me personally came John C. Fisher, to me known, who being by me duly Sworn, did depose and say that he is a Vice President of AMERICAN BONDING COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. �,. OFFICIAL SFAL CHRISTIE TURLEY CHRISTIE TURLEY NOTARY PUBLIC NOTARY PUBLIC My Commission Exp1m My Commission Expires March 10,1995 March 10, 1995 CERTI I, the undersigned, an Assistant Secretary of AMERICAN BONDING COMPANY, an Arizona corporation, DO HEREBY CER rIFY that the I•' foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Hoard of Ditxntors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the city of Tucson, in the State of Arizona. Dated the2ND day of NOVEMBER , 19 93 . A � e�yGr 4a �fr SEA > Florence E. Robert. Assistant Secrelary +� 1930 t CERTIFICATE OF INSURANCE r NOV-02-1993 10:56 FROM BALDWIN INS + BONDING TO t 18063725263 P.02 for CITY of Luca= nice i_ Type 01 Lubbock. z.Tech Builders, Inc., 200 S. Travis, Rmaari THIS IS TC CERTIFY THAT dram- amAddress a! hared) it, at tm dit Thic caepxry wick resprrt to' the biness operatiaro ereipafter described, for rife types tale pravisfafs of the stamiurd potieies used ty ihis , the further hereinafter ddsc pot My noted hem=,L � us r TYPE CF IYSv¢ARM Paiislr no. Effectsve Eaptres ..-.....-•-•--••............................•..r................. ------ 25F� 1113400 4/30/9 3/1/94 rT..-rion ------------------- aaserva Pretec- -• -...... ........ -... CLP2135609 . ------------- 3/6/93 -------------------- 3/6/94 rive or C�ntia- janT Liability . ..-........ ------------ ------------------- Crrtrae-�sr•s Protective or Ca<Sttt�el4'C Liabitity per 11/1/93 110, TX- 79106 r of this cartifiemte, insured by of inmzsnee and in atcordv= vie ribad- Inmptioaa to stambrd tIGIt: of Ltabittri H Q0(�,00(x'�f00�(Q0n}( Teach acc• 0: 131sease—Backimp MOM 77rTe,l6a t , 000 .y va=ga S (serf S s rrence • S,,, - ty cacase S --^--- -...... —................ a ...... -.... - ---- ------- ---...................... --------------------------- Avtambste CAP1803248 3/6/93 J. ------------------ eawrst tiabitily CLP2135609 3/6/93 Unbeette tiabitity CUP1783051 The fore+roinp PaUcka ---------------------- Cloy (do nov covacr art lacatia w taversd OESi3t1PTTCii of Cperations covered Per Per per �ersaa t 3/6/94 CSL. Perb=ur•rwcs ! 1 .000.000 prop" na®ge S ------------------- 3/6/94 Periocc. a 1,000,000 ------- --------- -...... i------------^- Ste... 000 ..-^ ......................------+....------...-------- The stove Wicks either in the body thereof cr by aVroprinta *%brsement prom • by "the irrsum. If% test t7fart the resat tine regatred * ter the Ir=Xed has remived earicstlation, or in wsa There is no tegat VeWirwwm. in test than five days to i FIVE cops" Or'TUIS CEATIFICATE B i t 7'L= sE ZUT TC T,g OMER. �— Baldwin Insurance & Bandinc Agc - 4 they my not be chvved or, tw=led rn notice of such el=4e or :e of ear-callatiorL nn„= TnsnranCe Co. a•f insurer) 1201 Ras Drive', Ste B Richardson, Tx. 75081 j William D. Baldwin ' Titus a Pnt 3 *Texas Wdrkers' Compensation Fund 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 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 of condition of the attached document. d oC F- Z O tl 7 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 28th day of October, 1993, 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 TECH BUILDERS. INC. of the City of AMARILLO, County of POTTER, and the State of TEXAS, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #12709 - MUNICIPAL BUILDING PARKING LOT CONCRETE REPAIR FOR THE AMOUNT OF $48,997.50 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, equiprm!nt, 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 frith the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and fo make payment on account thereof as provided therein. = -' IN WITNESS WHEREOF, the parties to these presents have executed th Texas in the year and day first above written. ATTEST: ecreta APPROVED AS TO CONTENT: APPROVED AS TO ORM: 4 ATTEST: �r ►,n4�ct Q �k 0 Corporate Secretary TECH BUILDERS, INC.'— CONTRACTOR - _- COMPLETE ADDRESS: 200 S. Travis Street Amarillo. Texas 79106 r GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT I. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. F Z. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership or corporation, to -wit: TECH BUILDERS. INC. who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE P Whenever the word Owener's Representative or representative is used in this contract, it shall be understood as referring to GEORGE LiSENSEE, BUILDING AND ENERGY MANAGEMENT ADMINISTRATOR, City of Lubbock, under whose supervision these contract documents, including the 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. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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. I 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shalt 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 shalt be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shalt 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 shalt give the Owner's Representative ample notice of the time and place where tines 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. F 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Ownerts 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's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's.Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the `j 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. r 17. CONTRACTOR'S UNDERSTANDING 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. is. CHARACTER Of WORKMEN the Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the,work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation,. conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and ^ testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the. time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as 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 or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they inCrease the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as'provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner 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 as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. it is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) By agreed unit prices; or Method (B) By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. in the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" -is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public liability and Property Damage and Workmen's Compensation and all other insurances as may be required by taw 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 shalt be determined by the Contractor. Unless otherwise agreed upon, the prices _ for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case — any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written. order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shalt proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. — 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shalt include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein 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 Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation taws 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 attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as welt as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shalt be acceptable. Such insurance shalt be carried with an insurance company authorized to transact business in the State of Texas and shalt cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage FPersonal Injury (with exclusion 110" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows: ^ For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit. C. Comprehensive Automobile Liability Insurance — The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of.. the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the City of Lubbock as insured. E. Excess or Umbrella Liability Insurance The Contractor shalt have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to -- correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500.000 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. (G) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. r (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. 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 priviliges 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 furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness 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 shalt 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 shalt 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 taws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shalt bear all costs arising therefrom. I The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. — 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 35. 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 $100.00 (One Hundred) 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. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shalt 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 proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Ownerts Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shalt be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owners Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. l r36. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this totality, and has considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shalt not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors �^ employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, `l 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 submit such written request to the City Council of 111 the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on rgranting an extension of time, such disagreement shalt be settled by arbitration as hereinafter provided. { 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 shalt 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 r be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals 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 shalt 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 sit 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 proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's _ Representative. 41. PAYMENTS _ No payments made or certificates given shatl_be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shalt any certificate or payment be considered as acceptance of defective work. Contractor shalt at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shalt satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by _ Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as, provided in this contract.. 42. PARTIAL PAYMENTS on or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. 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 shalt 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 shalt 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. 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. F 44. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shalt 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 shalt 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 shalt 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 contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT 7 Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of L responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shalt give notice of observed defects with reasonable promptness. 47. PAYMENT WITNNELO The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any rcertificate to such extent as may be necessary to protect himself from Loss on account of: 1. (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 Witt protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. TIME OF FILING CLAIMS [ It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor i 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. ARBITRATION All questions of dispute under this agreement shalt be submitted to arbitration at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shalt be three; one named in writing by _ each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten (10) days of the demand, his right to arbitrate shalt Lapse, and the decision of the Owner's Representative shall be final and binding on him.. Should the other party fait to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should either party refuse or neglect to supply .the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Parte Proceedings. — The arbiters shall act with promptness. The decision of any two shalt be binding on both parties to the contract, unless either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, at seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT Of LEGAL ACTION. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken — without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or award. 50. 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 fait 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 beer. 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 F F (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 shalt 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 shalt be credited therewith. When the work shalt have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, l ' 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 fait'to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shalt 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. k After mailing, or other giving of such notice, such property shalt be held at the: risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any 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. 51. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra York 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 shalt 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. 52. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. if the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall _ not be in effect until such bonds are so furnished. 53. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 54. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all toss 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, shalt be sustained and borne by the Contractor at his own cost and expense. 55. INDEPENDENT CONTRACTOR Contractor is, and shalt 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 shalt 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. 56. 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 shalt leave the work room clean or its equivalent. The work shalt 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 DETERMINATIONS r DGV:da RESOLUTION Resolution #2502 January 8, 1987 Agenda Item #18 WHEREAS, the City Council has heretofore established the general _ prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock 'in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order c. 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 Sth_ day of January 1987. B.C. McMINN, MAYOR iTE •, Ranettd.Boyd, City Secretary APPROVED T NTENT: APPROVED AS TO FORM: Bi 1 Pyne, D rector of Building Do Id G. Vandiver, First t, 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 Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 - t • 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. y EXHIBIT E Prevailing Wage. Rates Weekend and Holiday Rate The rate for weekend and holiday is.1 1/2 times base rate. SPECIFICATIONS MATERIALS OF CONSTRUCTION 1. GENERAL The following paragraphs give the specifications on the various materials which are to be used in this project. On minor items a certificate from the manufacturer may be required, certifying that the material or equipment meets the specifications for such material as specified herein. All materials shall be subject to the approval of the Engineer before being used. 2. CONCRETE A. Cement Cement shall conform to "Standard Specifications and Test i for Portland Cement," A.S.T.M. Serial Designation C150, Type I and Type III, and shall be an approved brand. B. Aggregate Description Concrete aggregates shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to "Standard Specification for Concrete Aggregate," A.S.T.M. C-33-39 and Item No. 360 of the Texas State Highway Specifications. Coarse aggregate for Class "C" Concrete Street Paving shall be: crushed limestone (Brownwood Type). The aggregate shall be well graded from coarse to fine and shall be free from injurious amount of clay, soft or flaky materials, loam or organic impurities. All aggregate shall be approved by the Engineer before use. Maximum size of aggregate shall be 1- 1/2 inches. Aggregate for concrete construction proposed to be used in this project shall have a loss not to exceed 18% when subjected to 5 cycles of the Magnesium Sulfate soundness test A.S.T.M. C-88-76. Stockpiles The location of all stockpiles of aggregate shall be approved by the Engineer prior to unloading as to zoning requirements, smoothness and compaction of the ground, and traffic conditions Stockpiles of�aggregate to be incorporated into the project shall be protected from dust IV-1 by drift fences of any suitable material approved by the Engineer, when sandstorm possibilities exist. Care will be taken to prevent dusty conditions in the stockpile area from any sources. C. Water Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. D. Concrete Materials Test Pre -Construction Tests The contractor will submit test certificates from an approved commercial laboratory on all aggregates proposed for use on this work. Tests should be made approximately 20 days before beginning the concrete operation. The contractor will submit,in advance of construction the mix design and the result of compression tests made by a commercial laboratory. These will be made on each type of concrete mix design proposed for use on this project. Tests shall be made on 6 cylinders for each mix, 3 tested in 3 or 7,days, 3 tested at 7 or 28 days. Additional tests shall be furnished if material source is changed or if concrete used varies from the original design. The Engineer shall approve the mix design after the pre - construction tests have been completed. Construction Tests Tests of the aggregates and the concrete will be made by the Engineer during construction to determine conformity with the specifications. Test cylinders will be made in accordance with the Method of Making and Curing Concrete Compression and Flexure Test Specimens in the Field (ASTM Designation C-31). The specimens shall be cured under standard moisture and temperature conditions in accordance with requirements of ASTM C-31. Strength tests shall be made, in general,,for each_day's run, or for. each 50 cubic yards of.concrete if a day's run greatly exceeds this amount, but these tests may be made entirely at the discretion of the Engineer. Strength tests on Class,"C" Concrete shall be made for approximately each 30 cubic yards, or every third truck on each day's run. The IV-2 F costs of all such testing will be borne by the City but the Contractor shall cooperate in securing and storing samples and shall furnish all materials required for sampling. A strength test shall consist of five standard test cylinders made from a composite sample obtained in " accordance with the requirements of ASTM Designation C-172. Two of the cylinders shall be tested at 3 or 7 days and at 7 or 28 days. The fifth cylinder shall be held available for subsequent testing, if determined necessary by the Engineer. The test result shall be the average of the two 7 or 28 day specimens, except that, if one specimen in the test shows manifest evidence of improper sampling, molding, or testing, it shall be discarded and the remaining two �., strengths averaged. Should more than one specimen representing a given test show definite defects, due to improper sampling, molding or testing, the entire test shall be discarded. The result of the 7 or 28 day strength tests shall be used as the basis for accepting or rejecting the concrete represented. The results of the 3 or 7 day strength tests will be compared with the 3 or 7 day strength of the preconstruction test cylinders for the type and slump of the concrete being produced. Should the 3 or 7 day strengths indicate a deficiency in the 7 or 28 day strengths, the Engineer may require a temporary change in proportions to correct such deficiency. Such change shall remain in effect until the 7 or 28 day strength of the material in question is determined, at which time the change shall become permanent or shall be rescinded, depending upon the results of the 7 or 28 day test. The engineer shall record the concrete and the exact each load represented by a E. Concrete Design the delivery ticket number for location in the work at which strength test is deposited. Concrete conforming to these specifications may be "Ready Mix" but transporting vehicles shall be operated such as to insure delivery and placement in forms without loss or segregation of ingredients and within one hour of mixing time. Concrete will be mixed continuously during transit. IV-3 r Mix Design All concrete for curb and gutter, valley gutters, fillets and alley stubs, alley slabs, drainage channels, inlet boxes, headwalls, and medians shall have 5% air entrainment (±1-1/2% tolerance). The concrete mix design shall be based on water -cement ratio, and shall be as follows for the different classes of concrete. Minimum Sacks Max. Gal. Max. Slump Class Cement per C.Y. Water per sack in inches A 5 6.5 4 C 6 6 3. E 5.5 5.5 3 F 6 5.5 2 The concrete mix design for the different classes shall also be such that the compressive and flexural strength for each class shall not be less than the following: Minimum Average for Class any test 3 day 7 day beam strength. 28 day A --- 2100 --- 3000 C --- 3000 600 3600 E 2500 3000 --- "' F 2900 3500 --- --- Any concrete failing to meet these strength requirements or air content shall be removed and replaced. Low Strength Concrete Any class of concrete incorporated in any part of the project which does not meet the strength requirements specified above, shall be considered low strength concrete. Low strength concrete shall be removed.and replaced at the expense of the Contractor. The Engineer shall determine the exact limits of any low - strength concrete required to,be removed and replaced under the provisions of this paragraph. The methods to be used in removing and replacing such concrete shall be approved by the Engineer. IV-4 F. Classification Unless otherwise shown on the plans: Class A concrete shall be used for curb and gutter, drainage channels, medians, inlet boxes, headwalls and sidewalks; Class C concrete shall be used for concrete paving and valley gutters constructed in thoroughfare and collector streets; Class E concrete shall be used for valley gutters on streets other than thoroughfares and collectors and for alley returns, alley paving and reinforced gutter sections; Class F concrete is used for railroad sections. G. Mixing All aggregates shall be accurately weighed or measured by volume. The concrete shall be mixed in an approved batch mixer equipped with an accurate water measuring tank, and shall be mixed for one and one-half minutes after all material is in the mixer. "Ready Mixed" or "Transit Mixed" concrete may be used. If used it shall conform to these specifications and the "Standard Specifications for Ready Mixed Concrete," A.S.T.M. Serial Designation C94-38 and Item No. 502 of the Texas State Highway Specifications. �,. After mixing, the concrete shall be transported to the forms in a manner which will prevent separation or segregation of the aggregates and shall be placed without undue delay. It shall be deposited as nearly as practicable in its final position in order to avoid rehandling or flowing of the concrete. No water shall be added to the concrete to facilitate finishing. H. Curing Compounds Compounds used to form an air tight membrane over fresh concrete surface for curing purposes shall conform to Item 526, Texas State Highway Specifications and "A.S.T.M." Serial Designation C-309. 3. REINFORCING MATERIALS A. Wire Mesh Wire mesh reinforcing shall conform to "Standard Specifications for Welded Steel Fabric for Concrete Reinforcement" ASTM Designation A-185. Mesh reinforcement shall be of the size shown on the plans. All reinforcement shall be permanently marked with grade identification marks or shall, on delivery, be accompanied a IV-5 by a manufacturer's guarantee of grade and compliance with these specifications. Reinforcement stored on the site -- shall be protected from accumulations of grease, mud or other foreign matter and from rust producing conditions and shall be free from rust, scale, oil, mud or structural _ defects when incorporated into alley slab, or valley gutters. B. Bar Reinforcing Reinforcing steel to be used on this project shall conform to A.S.T.M. Designation A-432 and shall be deformed to A.S.T.M. 305 requirements unless otherwise shown on the plans. C. Fiber Reinforcement (1) The fiber used shall be,100 per cent virgin polypropylene collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials. (2) The physical characteristics of the fiber to be used is as follows: 'Specific Gravity - 0.91; Tensile Strength - 70 to 110 ksi; Length of fibers - 1/211. (3) Fibrous concrete reinforcement materials provided by this section shall produce concrete conforming to the requirements for each type and class of,concrete listed in Section 4-2-E. Quantities to be used shall ,conform to manufacturer's recommendations, unless otherwise directed by the Engineer. 4. JOINT MATERIAL A. Expansion Joint Materials Bituminous premolded expansion joint material shall conform to Item No. 420.2 (a) of the Texas State Highway Department Specifications. .Expansion joints shall be placed as shown on the plans or as directed by the Engineer. B. Joint Sealing Material Joint sealing material shall be W.R. Meadows SOF-SEAL or approved equivalent IV-6 5. FORMS Forms for curb and gutter and alley paving may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and a depth equal to the depth of the concrete section formed. Forms shall`be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete and shall remain in place at least twelve (12) hours after placing concrete. Forms shall be oiled with a light oil before each use and forms which are to be re -used shall be cleanedimmediately after each use and maintained in good condition. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. Forms used for curb shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true 'section and an accurate flow can be obtained by other methods approved by the Engineer. In no case will a concrete pour be started without the approval of the Engineer. No forms shall be: placed until the subgrade is within one inch (111) of its finished grade. Forms for alley slabs may be used as a guide for screeding. Where longitudinal construction joints are required, the form shall be so constructed as to provide a 1-1/8 inch 'IV" shaped groove in the face. 6. CORRUGATED METAL PIPE A. Description This Item shall govern for the furnishing and installing of all corrugated metal pipe and/or materials for constructing corrugated metal pipe culverts or corrugated metal sewer mains, laterals, stub and inlet leads. The pipes shall be of the sizes, types, design and dimensions shown on the plans and shall include all connections and joints to new or existing pipes, sewer, manholes, inlets, headwalls and other appurtenances as may be required to complete the work. B. Materials Unless otherwise specified o corrugated metal pipe may be steel, aluminum or precoated' to the following: IV-7 t f n the plans galvanized galvanized or herein, steel, aluminized steel conforming Galvanized Steel AASHTO M218 Aluminized Steel AASHTO M274 Aluminum AASHTO M197 Precoated Galvanized Steel AASHTO M246 Where reference is made to gage of.metal, the reference is to U.S. Standard Gage for uncoated sheets. Tables in AASHTO M218 and AASHTO M274 list thicknesses for coated sheets in inches. Tables in AASHTO_M 197.1ist thicknesses in inches for clad aluminum sheets. Sampling and testing of metal sheets and coils used for corrugated metal pipe shall be in accordance with Test Method Tex-708-I. Corrugated metal pipe shall be Type I, 16 gage. Slots for drain shall be trapezoidal configuration, 6 inches high. C. Coupling Bands Except as otherwise required herein, coupling bands and other hardware for galvanized or.aluminized steel pipe shall conform to the requirements of AASHTO M36 for steel pipe and AASHTO M196 for aluminum.pipe. Field joints for each type of corrugated metal pipe shall maintain pipe alignment during construction and prevent infiltration of side material during the life of the installation. Coupling bands shall be not more than three nominal sheet thicknesses lighter than the thickness of the pipe to be connected and in no case lighter than 0.052 inch for steel or 0.048 inch for aluminum. Coupling bands shall be,made of the same base metal and coating as the pipe. Coupling bands shall lap equally on each of the pipes being connected to form a tightly closed joint after installation. Coupling bands with annular corrugations shall be used only with pipe with annular corrugations, or helical pipe in which the ends have been rerolled'to form annular corrugations. The corrugations in the band shall have the same dimensions as the corrugations in the pipe end, or may be of a special design to engage only the first or second corrugation from the end of each pipe. The band may also include a U-shaped channel to accommodate upturned flanges on the pipe. IV-8 r Helical pipe without annular end corrugations will be permitted only when it is necessary to join a new pipe to an existing pipe having helical end corrugations. Pipe furnished with helical end corrugations shall be field joined with either helically corrugated bands or with bands with projections (dimples). Coupling bands with projections (dimples) may be used with pipe having either annular or helical corrugations. The bands shall be formed with the projections in annular rows with one projection for each corrugation of helical pipe. ., Bands 10-1/2 or 12 inches wide shall have two (2) annular rows of projections and bands 16-1/4 or 22 inches wide shall have four (4) annular rows of projections. 0 IV-9 I Details of Construction 1. CONCRETE A. Concrete Pavement - Class C Concrete Description This item shall consist of a pavement of portland " cement concrete, with reinforcement as shown on plans, constructed as herein specified on the prepared subgrade and one inch of sand cushion or �.. other base course in conformity with the thickness and typical course in conformity with the thickness and typical cross sections shown on plans and to the lines and grades established by the Engineer. Concrete shall be considered of satisfactory quality provided it is made (1) of materials accepted for the job, (b) in the proportions established by the Engineer and (c) Mixed, placed, finished and cured in accordance with the requirements herein specified. Materials 1. Cement The cement shall be Type I or Type III standard brand of Portland cement. If the use of high early strength cement is not specified, and the Contractor desires to use it, he shall obtain written permission of the Engineer and shall assume all additional costs incurred by the use of such cement. Type I and Type III cement shall conform to the requirements of ASTM C150. When Type III cement is used, the average strength at the age of 7 days shall be higher than that attained at 3 days. Either the tensile or the •- compression tests may be used for either type cement. In addition to the requirements of.ASTM Designation C150, the specific surface area of Type I cement shall not exceed 2,000 square centimeters per gram as measured by the Wagner Turbidmeter in accordance with Test Method Tex-310-D. 2. Admixtures Unless otherwise provided in the plans or special �•• provisions, approved types of admixtures to minimize segregation, to improve workability, or to reduce the amount of mixing water may be used in the rate of dosage specified by the Engineer. Admixtures shall f not be used to replace cement. Admixtures shall comply with all the requirements and be measured and dispensed in accordance with T.H.D. Item 437, "Concrete Admixtures". I D-1 3. Coarse Aggregate. Coarse aggregate shall consist of durable particles of crushed limestone (Brownwood Type) of reasonably uniform quality throughout, free from injurious amounts of salt, alkali, vegetable matter or other objectionable material, either free or as an adherent coating on the aggregate. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale nor more than 5.0 percent by weight of laminated and/or friable. 'particles when tested in accordance with Test Method — Tex-413-A. Coarse aggregate shall have a wear of not more than 45 percent when tested according to Test Method Tex- 410-A and when tested by standard laboratory methods shall meet the.following grading requirements: Retained on 1-3/411 sieve.... ........... Retained on 1-1/2" sieve ............. ;... 0 to 5 % Retained on 3/4" sieve.................30 to 65% Retained on 3/8" sieve ......... .......70 to 90% Retained on No. 4 sieve...............95 to 100% Loss by Decantation Test Method Tex-406-A ...1.0% Maximum All aggregate shall be handled and stored in such a manner as to prevent size segregation and contamination by foreign substances. When segregation is apparent, the aggregate shall be remixed. At the time of its use, the aggregate shall be free from frozen material. Aggregate that contains more than 0.5 percent free moisture by weight shall'be stockpiled for at least 24 hours prior to use. Adequate storage facilities shall be provided for all approved materials. The intermixing of nonapproved materials with approved materials either in stockpiles or in bins will not be permitted. Aggregates from different sources shall be stored in different stockpiles unless otherwise approved by the Engineer. Aggregates shall be stockpiled in such a manner to prevent segregation, and maintained as nearly as possible in a uniform condition of moisture. D-2 Each aggregate stockpile shall be reworked with suitable equipment as required by the Engineer to remix the material to provide uniformity of the stockpile. r4. Fine Aggregate. Fine aggregate shall consist of sand or a combination of sands, and shall be composed of clean, hard, durable,uncoated grains. Unless otherwise shown on plans, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex-612-J. �., 5. Fine Aggregate Exclusive of Mineral Filler Fine aggregate shall be free from injurious amounts of salt, alkali or vegetable matter. It shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities, Test Method Tex-408-A, the fine aggregate shall not show a color darker than the standard. Unless specified otherwise, fine aggregate shall meet the following grading requirements: Retained on 3/8" sieve ............ 0-000 .000% Retained on No.4 sieve................0 to 5% Retained on No. 8 sieve..............0 to 20% Retained on No. 16 sieve ............ 15 to 30% Retained on No. 30 sieve ............ 35 to 75% Retained on No. 50 sieve ............ 70 to 90% Retained on No. 100 sieve .......... 90 to 100% Retained on No. 200 sieve .......... 97 to 100% r Fine aggregate will be subjected to the Sand ! Equivalent Test (Test Method Tex-203-F). The sand equivalent value shall not be less than 80, or less than the value shown on the plans, whichever is greater. 6. Mineral Filler W, Mineral filler shall consist of clean stone dust, crushed sand, crushed shell or other approved inert material. When tested in accordance with Test Method Tex-401-A, it shall meet the following requirements: D-3 Retained on No. 30 sieve........................0% Retained on No. 200 sieve.................0 to 35% At the time of its use the mineral filler shall be free from frozen material, and aggregate containing foreign material will be rejected. 7. Mixing Water Water for use in concrete and for curing shall be free from oil, acids, organic matter or other. .deleterious substances and shall not contain more than 1,000 parts per million of chlorides as CL. nor more than 1,000 parts per million of sulfates as 504. _ Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use. Test procedure shall be in accordance with AASHTO Designation: T 26. S. Steel Dowel Bars Steel bar dowels,.f, used -in accordance with provisions of project plans, shall be of the size and type indicated on plans and shall be open-hearth, basic oxygen or electric -furnace steel conforming to the mechanical properties specified for grade 60 in ASTM Designation: A615. The free end of dowel bars shall be smooth and free of shearing burrs. : 9. Steel Reinforcement, Unless otherwise shown on the plans, steel reinforcing bars as required including the tie bars shall be open-hearth, basic oxygen or electric furnace new billet steel of Grade 60 or Grade 40 for concrete reinforcement. Bars that require.bending shall be Grade 40 conforming to requirements of ASTM A-615. High yield reinforcing steel shall be either (1) open-hearth, basic oxygen or electric -furnace new billet steel conforming to the requirements of ASTM A-615 Grade 60 or (2) rail steel bars for concrete reinforcement, conforming -to the requirements of ASTM A-616 Grade 60. (Bars produced by piling method will not be accepted). Where prefabricated wire mats are specified or permitted, the wire shall be cold worked steel wire D-4 F F conforming to the requirements of ASTM A 496, except that steel shall be made by open-hearth, electric - furnace, or basic oxygen processes. The prefabricated wire mats shall conform to the requirements of ASTM A 497. Mats that have been bent or wires dislocated or parted during shipping or project handling shall be realigned to within one-half inch of the original horizontal plane of the mat. Mats with any portion of the wires out of vertical alignment more than one- half inch after realignment and/or wires dislocated or mutilated so that, in the opinion of the Engineer, they do not represent the original mat, shall be rejected. The mats may be clamped or wired so that the mats will retain the horizontal and vertical alignment as specified by the plans or as approved by the Engineer. Deformed wire may be used for tie bars and load transfer bars that require bending. When fabricated steel bar or rod mats are specified, the mats shall meet the requirements of ASTM A-184. 10. Mechanical Vibratory Equipment All concrete placed for pavement shall be r consolidated by approved mechanical vibrators designed to vibrate the concrete internally. The ,u internal type will be used for full -depth placement. Vibratory members shall extend across the pavement practically to, but shall not come in contact with the side forms. Mechanically operated vibrators shall be operated in such a manner as to not interfere with the transverse or longitudinal joints. Separate vibratory units shall be operated at sufficiently close intervals to provide uniform vibration and consolidation to the entire width of �. the pavement. The frequency in air of the internal spud type vibratory units shall be not less than 8,000 cycles per minute and not less than 5,000 cycles per minute for tube types and the method of operation shall be as directed by the Engineer. The Contractor shall have a satisfactory tachometer available for checking the vibratory elements. The pavement vibrators shall not be used to level or spread the concrete but shall be used only for purposes of consolidation. The vibrators will not be operated where the surface of the concrete, as spread, is below the elevation of the finished surface of the pavement, except for the first lift of concrete where the double strike off method of placement is employed, and the vibrators shall not be operated for more than 15 seconds while the machine upon which they are installed is standing still. D-5 Approved hand manipulated mechanical vibrators shall be furnished in the number required for provision of proper consolidation of the concrete along forms, at joints and in areas not covered by mechanically controlled vibrators. These vibrators shall be sufficiently rigid to insure control of the operation position of the vibrating head. Complete and satisfactory consolidation of the concrete pavement is a most important requirement of w this specification. Cores taken shall be carefully examined for voids, honeycombing or other evidence of -- incomplete consolidation. If such evidence is present, changes in the consolidation procedures and/or equipment will be made to insure satisfactory _ consolidation. 11. Finishing Machine-Fininshing. All'concrete pavement shall be finished mechanically with approved power -driven machines, except as herein provided. Hand -finishing will be permitted on the transition from a crowned section to a superelevated section without crown or curves, and on straight line superelevation sections less than 300 feet in length. Hand -finishing will also be permitted on that portion of a widened pavement outside the normal pavement width, on sections where the pavement width is not uniform, or required monolithic widths are greater than that of available finishing machines. Machine -finishing of pavement shall include the use of power -driven spreaders, power -driven vibrators, power -driven transverse strike -off, and screed, or such alternate equipment as may be substituted and approved by the Engineer: All concrete shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved,mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand -manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. The transverse finishing machine shall first be operated to compact and finish the pavement to the required section and grade, without surface voids. The machine shall be operated over each area as many times and at such intervals as directed. At least two trips will be.required and the last trip over a given area shall be a continuous run of not less than 40 feet. After completion of finishing with the D-6 transverse finishing machine a transverse drag float may be used. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only and shall be held to a minimum. After finishing is complete and the concrete still workable, the surface shall be tested for trueness with an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centerline and passed across the slab to reveal any high spots or depression. The straightedge shall be advanced along the pavement in successive stages of not more ,than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required below, after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. For one -lane pavement placement and uniform widening, the equipment for machine -finishing of concrete pavement shall be as directed by the Engineer but shall not exceed the requirements of these specifications. After completion of the straightedge,operation, as soon as construction operations permit, texture shall be applied with 1/8-inch wide metal tines with clear spacing between the tines being not less than 1/4 inch nor more than 1/2 inch. If approved by the Engineer, other equipment and methods may be used, provided that a surface texture meeting the specified requirements is obtained. The texture shall be applied transversely. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.060 inch with a minimum texture depth of 0.050 inch for any one test when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. D-7 12. Proportioning of Concrete Concrete shall be composed of Portland cement, fine .aggregate, coarse aggregate, mineral filler and/or admixture if used and water, mixed in proportions as approved by the Engineer in the mix design as submitted by a commercial laboratory and in the manner set forth in this specification. on the basis of job and laboratory investigations of the proposed materials, the Engineer will fix the proportions by weight of water, coarse aggregate, fine aggregate, cement, admixture and mineral filler where required, in order to produce concrete of the specified strength and workability. 13. Concrete Strength The concrete mix will be designed with the intention of producing a minimum average flexural strength (Modulus of rupture) of 600 pounds per square inch and compressive strength of 3000 psi at 7 days and/or a 28 day compressive strength of 3,600 pounds per square inch. The coarse aggregate factor (dry, loose volume of coarse aggregate per unit volume of concrete) shall not exceed 0.85. Unless otherwise shown on plans the concrete shall contain not less than six sacks of cement per cubic yard.of concrete. The water -cement ratio (net gallons of water per sack of 94 pound cement) shall not exceed 6.0 gallon/sack. Concrete specimens shall be prepared, cured and tested as outlined in THD Bulletin C-11. 14. Workability of Concrete Concrete shall be uniformly plastic, cohesive and workable. Workable concrete is defined as concrete which can be placed without honeycomb and without voids in the surface of the pavement. Workability shall be obtained without producing a condition such that free water appears on the surface of the slab when being finished as specified. Where water appears on the surface of the concrete after finishing and this condition cannot be corrected by reasonable adjustment in'the batch design, the bleeding will be immediately corrected by one of the following measures or a combination of two or more of the following listed measures: a. Redesign of the batch b. Addition of mineral filler to fine aggregate C. Increase of cement content D-8 7 aim In the event that the measures taken do not eliminate the bleeding immediately, concrete placement operations will be suspended, as directed by the Engineer, and will remain suspended, until such time as additional trial mixes demonstrate that a non - bleeding batch design has been achieved. Failing to ` achieve a satisfactory laboratory batch design the Contractor will be required to use different materials and to submit samples thereof for additional trial mixes and pilot beams as specified in THD Bulletin C-11. The mix will be designed with the intention of producing concrete which will have a slump of 1-1/2 inches when tested in accordance with THD Bulletin C- 11. The slump shall not be less than 1 inch nor more than 3 inches. 15. Mix Design Prior to the beginning of the concrete placement, and thereafter before any change in source or characteristics of any of the ingredients except mineral filler, sufficient compression tests using various quantities of cement and aggregates proposed for use shall be supplied the Engineer for consideration. Mixes will be designed and made in sufficient number to represent a wide range of 'water -cement ratios. These mixes shall comply with the requirements herein prescribed for workability. From these preliminary tests the water -cement ratio required to produce concrete of the specified strength will be selected by the Engineer. The Contractor may at any time present in writing a suggested mix design and the Engineer will make the tests necessary to determine its acceptability under these specification requirements. For mixing the concrete to be used in making the preliminary test specimens, the Contractor shall furnish and operate the mixer approved for use on this project. A minimum one cubic yard batch shall be mixed or a batch of sufficient size to afford proper mixing, whichever is the greater. In lieu of the above mixer and procedure, the Contractor may furnish a portable mixer of sufficient rated capacity to mix a minimum three -sack batch; in which case, the batch mixed for the preliminary test shall not be less than the rated capacity of the mixer furnished. D-9 No additional compensation will be allowed for equipment, materials or labor involved in making preliminary test specimens. After the mix proportions and water -cement ratio required to produce concrete of the specified strength have been determined, placing of the concrete may be started. Type I cement shall have a specified surface area within a range of 1,600 to 1,900 square centimeters per gram. A change in the specific surface of the cement of more than 100 square centimeters per gram may require a new mix design. 16. Subgrade and Forms Preparation of subgrade. Rolling and sprinkling shall be performed when and to the extent directed, and the roadbed shall be completed to or above the plane of the typical sections shown on the plans and the lines and grades established by the Engineer. Drainage of the roadbed shall be maintained at all times. Sealed or treated subgrade cut in the preparation of the subgrade or setting of pavement forms shall be resealed or the,subgrade restored to the original conditions as directed by the Engineer. The subgrade shall be maintained in a smooth, compacted condition in conformity with the required section and established grade until the pavement is placed and shall be kept thoroughly wetted down sufficiently in advance of placing any pavement to insure its being in a firm and moist condition for at least 2 inches below the prepared surface. Sufficient subgrade shall always be prepared in advance to insure satisfactory prosecution of the work. No equipment or hauling shall be permitted on the prepared subgrade, except by special permission of the Engineer, which will be granted only in exceptional cases and only where suitable protection in the form of ,two-ply timber mats or other approved material is provided. 17. placing and Removing Forms The subgrade under the forms shall be firm and cut true to grade so that each form section when placed will be firmly in contact for its whole length and base width, and exactly at the established grade. D-10 F r . Forms shall be staked with at least three: pins for each 10-foot section. A pin shall be placed at each side of every joint. Form sections shall be tightly joined and keyed to prevent relative displacement. Forms shall be cleaned and oiled each time they are used. Forms shall be set for a sufficient distance in advance of the point where concrete is being placed to permit a finished and approved subgrade length of not less than 300 feet ahead of the mixing. Conformity of the grade and alignment of forms shall be checked immediately prior to placing concrete, and all necessary corrections made by the Contractor. Where any forms have been disturbed or any subgrade becomes unstable, the forms shall be reset and rechecked. In exceptional cases, the Engineer may require stakes driven to the grade of the bottom of the forms. Sufficient stability of the forms to support the equipment operated thereon and to withstand its vibration without springing or settlement shall be required. If forms settle and/or deflect over 1/8 inch under finishing operations, paving operations shall be stopped and the forms shall be reset to line and grade. Forms shall remain -in place for not less than 12 hours after the concrete has been placed. They shall be carefully removed in such a manner that little or no damage will be done to the edge of the pavement. Any damage resulting from this operation shall be immediately repaired. After the forms have been removed, the ends of all joints shall be cleaned, and any honeycombed areas pointed up with approved mortar. Immediately after pointing -is completed, the form trench, if used, shall be filled with earth from the shoulders in such a manner as to shed water from rainfall or curing away from the edge of the pavement. On completion of the required curing, the subgrade or shoulders adjacent to the pavement shall be graded in a condition to maintain drainage. Allowable grade revisions shall in no way affect the governing finishing and surface requirements of the completed pavement. All grade revisions shall be established by the Engineer. No additional payment over the contract unit price will be made for any pavement of a thickness exceeding that required on the plans as a result of adjustment of the forms. D-11 B. concrete Mixing and Placing l.- 'Mixing The aggregates,, mineral filler ifrequired, cement and water shall be measured separately, introduced into the mixer, and mixed for a period of not less than 50 seconds nor more than 90 seconds, measured from the time the last aggregate enters the drum to the time -discharge of the concrete begins. The required water shall be introduced into the mixing drum during the first 15 seconds of mixing. The entire contents of the drum shall be discharged before any materials of the succeeding batch are introduced. The Engineer may increase the minimum mixing time to that necessary to produce thoroughly mixed concrete based on inspection or appropriate uniformity tests. The mixing time maybe varied at any time necessary to produce acceptable concrete. If Ready -Mix concrete is used, the concrete shall be discharged into the specified hauling equipment and delivered to the road site. If truck agitators are _ used, the concrete shall be continuously agitated at not less than one nor more than six rpm as directed by the Engineer. The initial batch of concrete mixed after each time the mixer is washed out shall be enriched by additional mortar. The additional mortar shall be one _ sack of cement and three parts of sand. 2. Placing Any concrete not placed as herein prescribed within 30 minutes after mixing shall be rejected and disposed of as directed except as provided otherwise herein. Except by specific written authorization of the Engineer, concrete shall not be placed when the temperature is below 400F, the temperature being taken in the shade and away from artificial heat. When such permission is granted, the Contractor shall furnish an approved enclosure, such as canvas -covered framework, to enclose and protect all pavement so placed, and shall maintain the temperature of the air surrounding the concrete at not less than 50OF for not less than 5 days. When concrete is being placed in cold weather, other than under the conditions stated above, the Contractor shall have available a sufficient supply of an approved covering material to immediately protect concrete if the air temperature D-12 F falls to 320F, or below, before concrete has been i placed 4 hours. Such protection shall remain in place during the period the temperature continues below 320F or for a period of not more than 5 days. Neither ^" salt nor other chemical admixtures shall be added to L; the concrete to prevent freezing. The Contractor shall be responsible for the quality and strength of ,.� concrete under cold weather conditions and any x concrete damage by freezing shall be removed and replaced at his expense. Concrete shall not be placed before sunrise and shall not be placed later than will permit the finishing of the pavement during sufficient natural light. Concrete shall be placed only on approved subgrade or sub -base, and unless otherwise indicated on plans, the full width of the pavement shall be constructed monolithically. The concrete shall be deposited on the subgrade or sub -base in such manner as to require as little rehandling as possible. Where hand spreading is necessary, concrete shall be distributed to the required depth by use of shovels. The use of rakes will not be permitted. Workmen will not be permitted to walk in the concrete with any earth or ,., foreign material on their boots or shoes. The placing of concrete shall be rapid and continuous. l Concrete shall be distributed to such depth that when consolidated and finished, the slab thickness required by plans will be obtained at all points and the surface shall not, at any point, be below the established grade. Special care shall be exercised in placing and spreading concrete against forms and at all joints to prevent the forming of honeycombs and voids. If in the opinion of the Engineer, the temperature, wind and/or humidity conditions are such that the quality of the concrete will not be adversely affected, the specified placing time may be extended to a maximum of 45 minutes. 3. Reinforcing Steel All reinforcing steel, including steel wire fabric reinforcement, tie bars, and dowel bars shall be accurately placed and secured in position in accordance with details shown on plans. Reinforcing bars shall be securely wired together at alternate intersections, following a pattern approved by the Engineer, and at all splices, and shall be securely e__ wired to each dowel intersected. When wire fabric is i used, it shall be securely wired together at all splices and to each dowel intersected. Tie bars shall F D-13 4. be installed in the.required position by the method and device shown.on plans or by approved method and device equivalent thereto._ Tightly adhered scale or rust which resists removal by vigorous wire brushing need not be removed except that excessive loss ,of section to the reinforcement due to rust shall be cause for rejection. Excessive loss of section shall be defined as loss of section to the extent that the reinforcement will no longer meet the physical requirements for the size and grade of steel specified. Where plans require an assembly of parts at pavement joints, the assembly shall be completed, placed at required location and elevation, and all parts rigidly secured in required position by the method and devices shown on plans. Dowel bars shall be accurately installed in joint assemblies in accordance with plans, each parallel to the pavement surface and to the center line of the pavement, and shall be rigidly secured in required position by such means (as shown on plans) that will prevent their displacement during placing and finishing of the concrete. Joints When the placing of concrete is stopped, a bulkhead of sufficient cross sectional area to prevent deflection, accurately notched to receive the load transmission devices or dowels if required, and shaped accurately'to the cross section of the. pavement shall be provided and installed as aback -up for the joint filler and rigidly secured in required position to permit accurate finishing of the concrete up to the joint. After concrete has been finished to the joint, formation of_the joint seal space and finishing of the joint shall be executed. The back-up bulkhead shall remain in place until immediately prior to the time when concrete placing is resumed, when it shall be carefully removed in such manner that no element of the joint assembly will be disturbed. The exposed portion of the joint assembly shall be free of adherent concrete, dirt or other material at the time placing of concrete is resumed. If necessary for proper installation of joint sealer, excessive spalling of the joint groove shall be repaired to the satisfaction of the Engineer in the manner which he prescribes. Careful workmanship shall be exercised in the construction of all joints to.insure that the D-14 I concrete sections are completely separated by an open joint or by the joint materials and to insure that the joints will be true to the outline indicated. r, 5. Weakened Plane Joints Weakened plane joints shall consist of transverse contraction joints and longitudinal joints and shall be sawed as specified on the plans or as directed by the Engineer. When the joints are sawed, the saw shall be power driven, shall be manufactured especially for the purpose of sawing concrete, and shall be capable of performing the work. Saw blades shall be designed to make a clean smooth cut having a width and depth of cut as detailed on the plans. Tracks adequately anchored, chalk,string line or other approved methods shall be used to provide true alignment of the joints. The concrete saw shall be maintained in good operating condition and the Contractor shall keep a stand-by power saw on the project at all times when concrete operations are under way. If membrane curing is used, the portion of the seal which has been disturbed by sawing operations shall be restored by the Contractor by spraying the area with additional curing seal. 6. Contraction Joints Transverse contraction joints shall be formed or sawed joints perpendicular to the centerline and surface of the pavement. Where sawed joints are used, contraction joints at approximately 10 to 15-foot intervals shall be sawed as soon as sawing can be accomplished without damage to the pavement and before 12 hours after the concrete has been placed, the exact time to be approved by the Engineer. The remaining contraction joints shall be sawed in a uniform pattern as directed by the Engineer, and they shall be completed before uncontrolled cracking of the pavement takes place. All joints shall be completed before permitting traffic to use the pavement. 7. Longitudinal Joints Longitudinal joints shall be sawed within two days after construction of the pavement. Sawing shall not cause damage to the pavement and the grooves shall be cut with a minimum of spalling. No traffic (including construction traffic) shall be permitted on the rr, pavement until the longitudinal joint is cut. D-15 S. Joint Sealers After the joints in the hardened concrete have been repaired (if necessary) and cleaned to the satisfaction of the Engineer, the joints will be filled with the W.R. Meadows SOF-SEAL. After the sealant is installed it will effectively seal the joints against water, dirt and stones throughout repeated cycles of expansion and contraction. 9. Asphalt Board Premolded materials, wherever used, shall be anchored to the concrete on one side of the joint by means of copper wire or nails not lighter than No. 12 B&S gage. Such anchorage shall be sufficient to overcome the tendency of the material to fall out of the joint'. 10. Spreading and Finishin All concrete pavement shall be consolidated by a mechanical vibrator. As soon as the concrete has been spread between the forms, the approved mechanical vibrator shall be operated to consolidate the concrete and remove all voids. Hand manipulated vibrators shall be used for areas not covered by the mechanical vibratory unit. After finishing is completed and the concrete still workable, the surface shall be tested for trueness with an approved 10-foot steel straightedge. The straightedge shall be operated from the side of the pavement, placed parallel to the pavement centering and passed across the slab to reveal any high,spots or depressions. The straightedge shall be _advanced along the pavement in successive stages of not more than one-half its length. Practically perfect contact of the straightedge with the surface will be required, and the pavement shall be leveled to this condition, in order to insure conformity with the surface test required after the pavement has fully hardened. Any correction of the surface required shall be accomplished by adding concrete if required and by operating the longitudinal float over the area. The surface test with the straightedge shall then be repeated. Extra water will not be added for finishing. After completion of the,straightedge operation, the first pass of the burlap drag shall be made as soon as construction operationspermit and before the water sheen has disappeared from the surface. This shall be followed by as many passes as required to SU produce the desired texture depth. There shall be no unnecessary delays between passes. The drag shall be wet during use and maintained clean and free from encrusted mortar. It is the intent that the average r texture depth resulting from the number of tests directed by the Engineer be not less than 0.025 inches with a minimum texture depth of 0.020 inches for any one test. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. The Contractor shall have available at all times hand brooms with stiff bristles for the purpose of providing textures when the pavement surface is in such a condition that the burlap drag or other methods being employed will not provide the desired texture. After completion of dragging and about the time the t, concrete becomes hard; the edge of the slab and joints shall be carefully finished as directed by the Engineer, and the pavement shall be left smooth and true to line. protection of Pavement and Opening to Traffic The Contractor shall erect and maintain the barricades required by plans and such other standard and approved devices as will exclude public traffic and traffic of his employees and agents from the newly placed pavement for the periods of time and at locations hereinafter prescribed by the Engineer. Portions of the roadway, or crossings of the roadbed required to be maintained open for use by traffic, shall not be obstructed by the above required barricades. The pavement shall be closed to all traffic, including vehicles of the Contractor, until the concrete is at least 7 days old. This period of closure to all traffic may be extended if, in the opinion of the Engineer, weather or other conditions make it advisable to provide an extension of the time of protection. At the end of the 7 day period and as long thereafter 1„ as ordered by the Engineer, and if so desired by the Contractor, the pavement may be opened for use by vehicles of the Contractor provided the gross weight (vehicle plus load) of such vehicles does not exceed 14,000 pounds. Such opening, however shall in no manner relieve the Contractor from his responsibilities for the work. On those sections of the pavement thus opened to traffic, all joints shall D-17 first be sealed, the pavement cleaned and earth placed against the pavement edges before permitting vehicles thereon. After the concrete in any section is 14 days old, or as long thereafter as ordered by the Engineer, such section of pavement may be opened to all traffic as required by plans or when so directed by the Engineer. On those sections of the pavement thus opened to traffic, all joints shall first be sealed, the pavement cleaned, earth placed against the pavement edges and all other work performed as -- required for the safety of traffic. When High Early Strength Concrete, resulting from the use of Type III cement as required ,by plans or special provisions, is used, the pavement may be opened to all traffic after the concrete is'7 days old, or as long thereafter as ordered by the Engineer, subject to the same provisions governing the opening after 14 days as above prescribed. Where the Contractor desires to move any equipment not licensed for operating on public streets, on or across any pavement opened to traffic, he shall protect the pavement from all damage by means of two- ply timber mats of 2 inch stock or runways of heavier material laid on a layer of earth, all as approved by the Engineer. The Engineer may require the opening of pavement to traffic prior to the minimum time specified above under conditions of emergency which in his opinion require such action in the interest of the public. In no case shall the Engineer order opening of the pavement to traffic within less than 72 hours after the last concrete in the section is placed. The Contractor shall remove all obstructing materials, place earth against the pavement edges and perform other work involved in providing for the safety of traffic as required by the Engineer in ordering emergency opening..Orders for emergency opening of the pavement to traffic will be issued by the Engineer in writing. 2. EARTH WORK A. Subarade Preparation Description Sub -grade preparation shall include the removal, haul and disposal of all obstructions, including existing curbs, gutters, paving materials, base materials, D-18 F concrete slabs and other obstructions shown on the plans or as designated by the Engineer and all scarifying, pulverizing, wetting, disking, blading and rolling with compactors to a depth of at least 6" (�-to compact the subgrade to 95% Standard Proctor Density (A.S.T.M. D-698) in conformity to the line, grade and sections as shown on the plans or as established by the Engineer. All unstable or otherwise objectionable material shall be removed from the subgrade and replaced with approved material. The excavation shall be done in such a manner as to require a minimum of fill to bring the subgrade to the correct elevation. When the subgrade is too low as initially excavated, the Contractor shall place additional soil or caliche in layers not exceeding four (411) inches and compact each layer by moistening and rolling. Scraper Work The utilization of a scraper for excavation and shaping of subgrade and base is permitted with exceptions which are determined by depths of utility lines. Unless otherwise specified by the Engineer, the scraper shall not exceed 23 cubic yards capacity as rated loaded flush by the manufacturer. 2. Compaction Subgrade shall be compacted to 95% Standard Proctor Density (A.S.T.M. D-698) for all improvements. Density tests (A.S.T.M. D-2922) will be performed and test rolling will be observed by City inspectors. Swelling subgrade (soils with plasticity index of 20 or more) shall be sprinkled as required to provide not less than optimum moisture during compaction. other subgrade soils will be compacted at a moisture content of plus or minus 2% of 2% below optimum moisture or other moisture content directed by the Engineer. Test rolling will be accomplished with a 25 ton pneumatic tire roller or other pneumatic tire roller approved by the Engineer. The Engineer may require up to six passes of the roller in determing the ra condition of the subgrade. Any soft or unstable areas found by test rolling will be corrected by removing the soft or unstable material and replacing it with suitable compacted to K D-19 specified density. The areas so corrected shall be test rolled as specified above. 3. Prosecution of the Work The Contractor may proceed with subgrade preparation on any schedule he may select except that, unless hindered by factors beyond his control, not more than seven (7) calendar days shall elapse between the time subgrade preparation is begun and the spreading and compacting of the base has started. Measures shall be taken by the contractor not to leave driveways impassable during the night hours. 4. Excess Materials Materials excavated in excess of that needed in fill and backfill shall be wasted by the Contractor. The Contractor may dispose of the surplus excavated material in any manner not objectionable to the public, and it is his responsibility to locate a suitable site for dumping the waste excavation. In any event, the Contractor shall not dispose of the surplus materials in any of the lake areas either outside or within the city limits. Location of disposal sites near any lake area must be approved by the Engineer. 3. CLEANUP Within three days after completion of paving the Contractor shall clean, remove rubbish and temporary structures, restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the work, and leave the site of the work in a neat and presentable condition throughout. The cost of the "cleanup" shall be included as a part of the cost of the various items of work involved, and no direct compensation will be made for this work. This work shall be done before final acceptance will be considered. 4. STORM SEWER A. Laving Pipe Unless otherwise authorized by the Engineer, the laying of pipes on the bedding shall be started at the outlet end, the separate sections firmly joined together, outside laps of annular joints pointing upstream and longitudinal laps on the sides. Any metal in joints which is not protected by galvanizing or aluminizing shall be coated with a suitable asphaltum paint. Proper facilities shall be provided D-20 for hoisting and lowering the sections of pipe into the trench. Any pipe which is not in alignment or which shows any undue settlement after laying shall be taken up and relaid without extra compensation. Cement stabilized materials for bedding, backfill, or connections to manholes or inlet boxes will not be permitted to come into contact with any uncoated aluminum or aluminized pipe surface. D-21 SITE WORK MEASUREMENT AND PAYMENT GENERAL The unit price bid on each item, as stated in the proposals, shall include furnishing all labor, superintendence, machinery,equipment and materials, except materials specified to be furnished by the owner, necessary or incidental'to complete the various items of work in accordance with the plans and specifications.. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. ` 1. CONCRETE SLAB REMOVAL Measurement of all concrete shall be made prior to removal E and the actual amount removed shall be determined in square yards. It shall be the contractor's responsibility to notify the Engineer or City representative prior to removal to enable measurements to be made. The unit price bid per square yard shall be full compensation for all labor and equipment required for concrete removal, loading, hauling r and disposal at a suitable site for dumping of waste material. 2. 6" CONCRETE PAVING The work performed and material as prescribed by this item and measurement of the actual area shall be paid for at the unit price bid per square yard. The unit price bid shall be full compensation for compacting, shaping and fine grading of the roadbed; including furnishing, installing and smoothing one inch (111) sand cushion on the finished subgrade or roadbed, applying all water required for finishing, loading, and unloading, storing, hauling and handling all concrete ingredients, including six inches of Class "C" 3600 psi concrete, including all freight and royalty involved; for mixing, placing, furnishing, cleaning, and curing all concrete; for furnishing and installing all reinforcement; and for all manipulations, labor, equipment, appliances, tools, traffic provisions, barricades, flagmen and other incidentals necessary to complete the u►ork. 3. CONCRETE DROP INLET BOX �. The price bid shall be full compensation for excavation, forming, and construction of the complete inlet box; t.' including steel reinforcement, concrete, steel grates; and all labor and materials necessary for construction of the box and connection to the 12" CMP. 9 SW-1 4. 12" CORRUGATED METAL PIPE 5. 12" CORRUGATED METAL PIPE WITH SLOTTED DRAIN AND HEEL GUARD The work performed and materials as prescribed by these items shall be paid for at the unit price bid per linear foot. The unit price bid shall be full compensation for excavation, laying of pipe, cement stabilized backfill,_and furnishing all labor and materials to complete installation of the pipe. 6. PRECAST MANHOLE The work performed and.material as prescribed by this item shall be paid for at the price bid per each. The price bid shall be full compensation for excavation, installation of precast manhole, opening existing 18 inch CMP, and backfill; including all labor, materials, equipment, barricades, and other incidentals necessary to complete the work. 7. SIDEWALK The area of .concrete sidewalk will be determined by measurement of the sidewalk in place. Payment shall be made for the actual area of concrete sidewalk at the unit price bid per square yard. This unit price shall be full compensation for subgrade preparation including all excavation or fill, blading, wetting and rolling, loading, hauling and wasting all excess excavated material, removing and disposing of all obstructions noted on the plan or as may become, necessary; and for furnishing and placing all material, all manipulations, labor, tools, equipment and incidentals to complete the work. 8. ASPHALT PAVING ADJUSTMENT (1-1/211) T.H.D. TYPE "D" A.C. ON CONCRETE CAP Measurement shall be made of the actual area and _shall be paid for at the unit price bid per square yard of paving. This unit price shall be full compensation for all work, including subgrade preparation, all excavation of fill, compacting, blading, wetting and rolling, loading, hauling and wasting all excess subgrade material, removing and disposing of all obstructions as become necessary and for furnishing and placing paving materials, 1-1/2" of Type "C" Hot -Mix, including prime and tack coat, including hauling and delivering to the street, spreading, blading, mixing, sprinkling, compacting, rolling, hauling and placing all materials and all manipulations, labor, tools, equipment, traffic provisions, barricades and flagmen and other incidentals necessary to complete the work as herein specified. SW-2 9. JOINT SAWING AND SEALING The work performed and material as prescribed by this item shall be paid for at the unit price bid per linear foot. The unit price bid shall be full compensation for sawing and sealing contraction and construction joints, including furnishing all labor, tools, equipment and materials necessary to complete the work. SW-3 S STANOARL) 275 LB. MANHOLE s� FRAME 8 COVER IIII—IIII-i,►� __ ri=III,111I=1)i1=11�1 _il!' t T( =IIII � III = Ij( �HE � ', ! I - (1� =,111 6" to 12" ADJUSTMENT I�i 1�I�D °'A IIII DEPTH VARIES . ,�1=11�1-= ��II • .•p�• �•�:. •,iil_ III. =IIII D•• =b tl•j IIII =1�.y �•.D � T-�II!-I lu= Ill1=IIII: �;;; ;•-�=-11;1= _1 IIII: •D ''�,_ •:: I =IIII o IJILI Ilil IIII: IU1111 r= II_ (III=IIII'°•' 'p=1111'�Illlillt IIII=IIII= •.o I`' I�-111! #4 BARS AT 12 E . W __ IIII=' ' � e �' tr.: q•.q •'. •° .._• �. .q:••.p., �o �i =IIII=IIII _ i[( -III(- � - ��• 6--•-�zs. III =IIII 1T11I� Ill! I illl -=' �T i�i"IIII II`� IIII^ (IL III�III-"IIII II-lllhllli II; ="1! - l 111 lli I111=IIII=IIII--11U STANDARD MANHOLE DETAIL STEEL 24" x 24" GRATE 6" CONCRETE '' ' `' :�'• R•�4 PAVING 4' iP4 BARS PLACED AS 12" CMP 'SHOWN 2" CLEAR TO INSIDE OF BOX -ma's •'°`' ! !.o, -r q Q t CLASS A CONCRETE 3000 PSI 7 DAY 6" MATCH 6" GRATE FRAME INLET BOX ELEVATION r� r #4 BARS PLACE AS SHOWN 2" CLEAR TO INSIDE OF BOX 12" CMP INLET Box PLAN VIEW INLET BOX DETAILS tU 9_1- 53 7 11, TYPICAL APPROVED 24 X 24 X 2 GRATE THIS CASTING HAS TWO ROWS OF ELEVEN 3/4" X 10 5/8" GRATED OPENINGS. GRATE OPEN AREA : APPROX 212 SO. IN. H-20 LOADING WEIGHT GRATE 137 LBS FRAME 167 LBS SET 304 LBS SPECIAL CONDITIONS NOTICE OF ACCEPTANCE TO: The City of Lubbock, having considered the proposals submitted and opened on the day of 199, for work to be done and materials to be furnished in and for: as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your relceipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period, in the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock. CITY OF LUBBOCK Owner's Representative • U:qEDED o 00 C Kg U K a AGNEW MSOCIATES, INC. 3223 S. LOOP 289, SUITE 424 LUBBOCKXAS 79423 ;: K, 000 (806) 799-0753 FAXe 799-2014 MP-1 M-1 M-2 M-3 E-1 SITE PLAN FLOOR PLAN - MECHANICAL DEMOLITION SCHEDULES AND DETAILS FLOOR PLAN - ELECTRICAL DEMOLITION E - 2 FLOOR PLAN - POWER AA JOB NUMBER 93055 J U LY 217 1993 0 r`'PEAGNW AMOMTES, INC. . FIRE STATION NO.11 - HVAC UPGRADE MECHANICAL & ELECTRICAL CONSU MNG ENGINEERS .................. M DWAYNE R. AGN�W 3M 3. LOOP 219, SUITE 424 37645 ..,AV LUBBOCK, TEXAS 7%23 �� ' • �F� 7W-W53 ' ;�.'sT.. LUBBOCK, TEXAS ►►► PAP ► PAP ► T CAP DUCT 24X6 24X'10 - -.- --- - _-- —T _ REMOVE HORIZONTAL FAN COII _F- I I I i Vy 4exe My I I REMOVE VERTICAL DUCT AND L — -1 —� CAP AT FLOOR AND CEILING. '0 v CAP DUCT AT CEILING I I I i ey 4BXB ry P I I --T mot' IL1 —•--—.---�- BASEMENT w 8101 L BASEMENT FLOOR FLAN MECHANICAL - DEMOLITION SCALE MECHANICAL LEGEND SYMBOL DESCRIPTION ACCESS DOOR AD UH _ UNIT HEATER CFM CUBIC FEET PER MINUTE RPM REVOLUTIONS PER MINUTE STUH BRITISH THERMAL UNITS PER HOUR PD PRESSURE DROP SP STATIC PRESSURE ESP EXTERNAL STATIC PRESSURE HP _ HORSEPOWER EAT ENTERING AIR TEMPERATURE LAT _ LEAVING AIR TEMPERATURE DS DRY SULS TEMPERATURE WB WET BULB TEMPERATURE OA OUTSIDE AIR RA RETURN AIR SA SUPPLY AIR EA EXHAUST AIR MANUAL BALANCING DAMPER 8 THERMOSTAT �-� } SUPPLY DIFFUSER WITH PATTERN RETURN GRILLE a� EXHAUST REGISTER — SUPPLY DUCT - CROSS SECTION EXHAUST DUCT - CROSS SECTION RETURN DUCT - CROSS SECTION -�-t- REMOVE TO REMAIN ------ UNDERGROUND TO REMAIN —�� ELBOW TURNED DOWN --40 ELBOW TURNED UP - -t:)--- CONDENSATE DRAIN LINE CONNECT TO EXISTING REMOVE GRILLE AND INSTALL SHEET METAL PLATE BEHIND GRILLE PAINT PLATE FLAT BLACK. REINSTALL GRILLE REMOVE EXISTING CONDENSING UNIT AND ASSOCIATED PIPING 14i RETURN AIR DUCTI " UNDERGROUND TO BEIN�— - ABANDONED PLACEI NORTH NOTE REUSE EXISTING DIFFUSERS IN CHIEF'S OFFICE AND BEDROOM i I I GRIEF'S OFFICE 110 ENTRY 104 REMOVE EXISTING / HALL THERMOSTATS116 TRAINING 'PC E GRILLE AND INSTAL: METAL PLATE BEHIND . PAINT PLATE FLAT REINSTALL GRILLE. DINING E LOUNC�aE 112 REMOVE EXISTMG THERMOSTATS AND COVER J-BOX WITH 33 PLATE. U R REMOVE EXISTING THERMOSTATS AND COVER J-BOX WITH SS PLATE REMOVE EXISTING ELECTRIC DUCT HEATERS ABANDON UNIT -----�IN PLACE TOILET E BATH 10E Etl 1 r_ wI APPARATUS ROOM 102 DYE EXISTING O.A. DUCT PATCH ROOF TO MATCH. REMOVE EXISTING THERMOSTAT. REMOVE VERTICAL DUCT REMOVE EXISTING AND CAP AT FLOOR AND REMOVE EXISTING THERMOSTATS AND COVER CEILING. SPACE HEATER J-BOX WITH SS PLAT ISE REMOVE EXTRL I % SPACE HEATER ABANDON UNIT SOUND LOCK - IN PLACE ❑ 119 SHOWER 420 REMOVE GRILLE AND \ INSTALL SHEET METAL \ PLATE BEHIND GRILLE \ PAINT PLATE FLAT BLACK \ REMOVE EXISTING REINSTALL GRILLE \ SPACE HEATER, \ J REMOVE EXISTING GRILLE AND REPLACE LAY -IN CEILING AS REQUIRED. KITCHEN 114 _ ^ 117 REMOVE EXISTING THERMOSTATS AND COVER J-BOX WITH SS PLATE APPARATUS ROOM 402 v A -- — DUCT AT CEILING �• I / , REMOVE TEAND OVER I I.T� EXISTING THERM"I-d J-BCXX �THASSPLATE �.II DYE EXISTING DENSING UNITS ASSOCIATED PIPING REMOVE EXISTING GYP BOARD CEILING AND LIGHTS REMOVE EXISTING THERMOSTAT L AND COVER J-BOX WITH 33 PLATE I REMOVE EXISTING SPACE HEATER U �� 1` Exl OT AI P I LJ I K 1 I TOILET 421 CAP DUCT lyj N l 11 ABOVECEILNG 24X12 3OX42 Jl��l 4. 1'�' l SOX42FT 24X12 DORMITORY 124 NOTE: REUSE EXISTING DIFFUSERS IN DORMITORY i __ -------- _------------------- _-------- •r--------- 24- RETURN AIR. DUCT UNDERGROUND TO BE ABANDONED IN PLACE. FLCOF PLAN - MECHANICAL - IDEHMOL171QN SCALE: NOTE: REMOVE ALL UNUSED DUCT WORK AND HVAC EQUIPMENT UNLESS NOTED OTHERWISE. 4F NORTH 2B# STORAGE 126 JJH UH BUNKER Roots 425 EXISTING ELECTRIC SPACE HEATERS TO REMAIN. >TT1G UNIT �,TED PIPING W 0. Q �R) V D U Q Q = W , U 0 m Z M Z J 0 Q WM a: LL IOB- 9m nkTE- 7/ M SHEET- M-1 of 0 4' WELD NEW CHANNELS TO WELD NEW CHANNELS TO BOTTOM OF EXIST. BULB TEES. 4' BOTTOM OF EXIST. BULB TEES. EXIST. POURED GYPSUM _ I EXIST. POURED GYPSUM 1v ROOF DECK. 1 ROOF DECK. M G8 X 11.5 X 14'-11' LONG NEW 4' GB X 11.5 X 10'-T LONG NEW CHANNEL INSTALLED UNDER ELgV, CHANNEL INSTALLED UNDER EACH SHORT SIDE OF RTU u3 11'-O' EACH LONG SIDE OF RTU R4 L2 X 2 X 1/4 X 1'-O' FELD WELDED TO EACH SIDE OF THE C8X11.6 CHANNEL. (TYPICAL EACH END) EXIST. BRICK CAVITY WALL CHANNEL SUPPORTS FOR RTU #3 SCALE : '( '2 EXISTING 10x3o OUTSIDE AIR DUCT UP THRU ROOF EXM11 N: 24x10 OUTWM AIR DUCT f 20.10 SUPPLY AIR DUCT 6.8 OUTSIDE AIR DUCT FLEX 4'0 FLUE 24x14/R-3 3 FURNACE AND COIL SECTION jv(-2 SCALE 2" L2 X 2 X 1/4 X 1'-O' FIELD WELDED TO 1 EACH SIDE OF THE C8X11.5 CHANNEL. (TYPICAL EACH END) EXIST. C12 X 20.7 CHANNEL 2 CHANNEL SUPPORTS FOR RTU #4 N1-2 SCALE: 41/26 = 1'-C' ALARM ROOM 404 —a O 2 24x48/SO2 1' DRAIN LINE ON ROOF .'_ PENETRATE ROOF AND CONNECT TO DRAIN LINE 1N CEILING F 160 CFTC 1' DRAIN LINE - CHEF'S OFFICE L_ —110 RISE UP TO ROOF OP CHffi"8 OFFICE DROP DOWN TO ROOF L / OF ENTRY f SEE BASEMENT PLAN POR CONTMUATN7N SEE S17E PLAN FOR CONTINUATION \` , ON ROOF NEW THERMOSTAT 3' 3. ! xI 3/4' T TRAMMIS 111 (e�_ W 3' GAS UP TO ROOF WITH GAS COCK. SECURE ' TO WALL AND PAINT TO 42X12 MATCH STRUCTURE. j x / 270�CFM N — 0 Y m v \ T K v 30x12 I 18X8 8X1 AnL�-23 V N 0 Y 4 Y c c LLOUNGE 112 3O COY (NOTE: VERIFYL AL DIFFUSER LOCATIONSITE AT K*3. --�� NEW REFRIGERANT LINES USE EXISTING WALL PENETRATIONS CU 01-93 U SEE BASEMENT FOR CONTATION, SEAL ALL OPENINGS. PLACE NEW UNIT ON EXISTING PAD �-1/4' DRAIN LINE NEW THERMOSTAT (ICONNECT DRAIN LINE TO '� 1exIST1NG 4' VTR. SEE J � DETAIL FOR CONNECTIO TOILET E BATH 1oa FULL SIZE DRAIN( FROM UNIT TO! EXISTING FLOOR DRAM. ANCHOR TO FLOOR EXISTING 4' FLOOR DRAIN t U-'14X10 12x6/S-3 4 22_6rl i LJ EXISTING II O.A. DUCT BASEMENT B101 RUN REFRIGERATE LMESL_ INBAR JOIST.I \ I --NEW REFRIGERANT LINES MECHANICAL - SCALE: 1/81.1'-0' APPARATUS ROOM 102 FUTURE WATER HEATER NOT ON THIS CONTRACT O ALLOW SPACE FOR FUTURE 8' FLUE FOR FUTURE WATER HEATER. NOT IN THIS CONTRACT NEW THERMOSTAT 0 FLUE UP 40 FLUE UP THROUGH ROOF' TO APPROVED CAP. UH M2-93 Si._.-3 _1�q• NEW THERMOSTAT -q/y 40FLUE UP THROUGH F TO APPROVED El _ I 2' ll� `! 44 FLUE UP THROUGH ROOF 1TO APPROVED CAP. gOU 119 2 40 FLUE UP THROUGH ROOF ENTER BUILDING TO APPROVED CAP. BELOW GLASS G RISE AND RUN AS HIGH 2-'I/Z' AS POSSIBLE. % i 0.4_ 91 _ HALL r 1/2' 116 RISE TO HIGH ROOF (ALLOW SPACE FOR RISE TO HIGH ROOF - FUTURE W FLUE FOR FUTURE WATER HEATER. HOT IN THIS CONTRACT 40 FLUE FROM FURNACE IN BASEMENT UP THROUGH ROOF TO APPROVED CAP. , JANITOR 117 APPARATUS. CONNECT DRAM LINE TO ROOM EXLSTING 4' VTR. ARE 402 O i � O! c x9 - 270 CFM KITCHEN 114 HALL 116 axa/R_2 220 CFM ® NEW THERMOSTAT # _9 NEW THERMOSTAT i FLOOfi, FL -AN - M SCALE: 1/8'-1'-0' NEW THERMOST 300 �4,); CPM L• 300 CFM L4 250 CFM 124X12 I 4Xa '. 30 DORMITORY ! gpO2 124 GFM NORTH 4' NEW THERMOSTAT AH-I \ EXISTING maw `�\ M\R il .x CFM SR TOAGE 125 NORTH BITING ELECTRIC 4CE HEATER REMAIN STING ELECTRIC ,CE HEATER REMAIN. BALANCE EXISTING DIFFUSERS TO CFM SHOWN. i; .O Imo•• :Z; M DATE- 7/2U93 SHEET- M 2 OF 3 rvmi w i e/1KTt"10 I MrT FLEX COMNEC11011 FLUE UP TO APPROVED CAP I FLASHING AND COUNTER FLASHING L 3 + 3 a 1/2 PRECAST CONCRETE TEE -!AS COCK Q V 1/4' ALL THREAD . . HANGAR ROD .:. i FIELD WELD -- SWING JOINT UI 0 GAS COCK L*i ----- -- '_.. L 3- 3+ 1/ 2 x 6' LONG - � UNION 1/2' EXPANSION BOLT u � DIRT LEG ROOFTOP UNiT MOUNTING DETAIL NO SCALE BASE OF UNIT EXTENDS 1/2' MIN BEYOND AND DOWN OVER TOP OF CURB. SEALING MATERIAL MUST SE CONTINUOUS ON PERIMETER. RIGID INSULATION - CONDENSATE DRAIN LINE FROM ROOFTOP UNIT FLASHING RECEIVER FASTENERS 2 7,4 WOOD NAILER 26 GUAGE COUNTER FLASHING FASTENERS • APPROX. B' O.C. UNIT MOUNTING CURB SEAL CURB AROUND PENETRATION MOP iN GRANULE SURFACE MiDIFIED j6M.;MIN FLASHING PLU (BLACK) OVER 2 BASE PLIES. -4' FIBER CANT 4' SPUD EXIST. AGGREGATE TOPPING 24' MIN. EXISTING AGGREGATE SURFACED L- BUILT UP ROOF SET AGGREGATE IN FLOOD COAT OF HOT STEEP ASPHALT EQUIPMENT CURB FLASHING DETAIL - NO SCALE SEALED W/SEALANT AROUND GASDPIPr. HT GAS FiRED UNiT HEATER MOUNTING DETAIL - NO SCALE �- JOIST S.A. DUCT .J TYPICAL CEILING MOUNTED I SUPPLY DIFFUSER SUPPLY AiR DIFFUSER MOUNTING DETAIL - NO SCALE 'U' CLAMP W: Y 1 WOOD SCREWS GAS PIPING VENT OPENING -� 1• IN 4• MAXIMUM SLOPE 4' X 12' REDWOOD RUNNERS 1' IN 7' DESIRABLE SLOPE � � 5,-0' O.C. MINIMUM. MOP INTO DECK AND ROOFING. ROOF PITCH POCKET � I y AIR AR ^ h FLOW PLOW f--"✓' '> j STRUCTURE I - =A1aMC1114G DAMPER GAS PPE SLEEVE FULL ELBOW TAV F--OAF DETAIL iYO SCALE I I / FIMSHED CEI-ING CEILING FLANGE -� GAS PIPE ROOFTOP GAS SUPPORT It ROOF PENETRATION DETAIL - NO SCALE_- 1' IN 4' MAXIMUM SLOPE 1' IN 7' DESIRABLE SLOPE MANUAL 1-��- BALANCING DAMPER ANGLE TAP DETAIL - NO SCALE AiR COOLED CONDENSING UNiT SCHEDULE NO. SERVES CAPACITY-MBH SEER EXAMPLE: TRANE CU #1-93 FC #1-93 17.5 11 TTN 024C100A Notes: 1. Selection based on jobsite elevation. 2. Select units at 100 degrees FDB ambient temperature. 3. CU #1-93 shall be 208 volt, 1 phase. FURNACE AND COiL SCHEDULE MARK FAN DATA COOLING DATA HEATING EXAMPLE CFM SIPI HP SENS TOTAL EAT(DB ) MBH INPUT R - FC #1-93 900 .5 1/3 9.0 17.5 80/63 60.0 TLID06OR936A W/TXA 024CA Notes: 1. All selections based on jobsite elevation. 2. Cooling coil velocity 500 FPM or less. 3. Sensible and total capacities are expressed in MBTUH. 4. Fan motor shall be 120 volt, 1 phase. AiR DISTRIBUTION SCHEDULE MARK TYPE LOCATION FRAME FINISHI EXAMPLE S-i SUPPLY CEILING TB WHITE METALAIRE 5000-6, 24X24, OBD S-2 SUPPLY/RETURN CEILING TB WHITE FURNISHED BY ROOFTOP UNIT MANUFACTURER S-3 SUPPLY SIDEWALL PF WHITE METALAIRE V4004, OBD R-1 RETURN CEILING TB WHITE METALAIRE 700011-6, 48X24 R-2 RETURN CEILING TS WHITE METALAIRE 7000R-6. 24X24 R-3 RETURN SIDEWALL PF WHITE METALAIRE HD RH R-4 RETURN CEILING TB WHITE METALAIRE 7000R-6, 12X12 Notes: 1. OBD = Opposed blade damper 2. EXT = Extractor 3. PF = Plaster Frame 4. TB = Lay -in T-bar 5. Verify frame type with ceiling installer's layout. ROOFTOP AiR CONDITIONING UNiT SCHEDULE - GAS FiRED MARK COOLING DATA HTG MBH EXAMPLE SENS TOTAL EAT(DB/WB) AMB.TEMP INPUT TRANE N0. RTU #1-93 41.6 60.3 80/63 100 120.0 YC 075C3 RTU #2-93 U.53/4 40.8 53.0 80/63 100 135.0 YC 06OC3 RTU #3-93 12.5 15.2 80/63 100 48.0 YCC 01BF1LOA RTU #4-93 28.3 29.5 80/63 100 80.0 YCC 038F3HOA Notes: 1. All selections based on jobsite elevation. 2. Cooling coil velocity shall be 500 FPM or less. 3. Sensible and total capacities expressed in MBTUH. 4. RTU #1-93. #2-93, and #4-93 shall be 208/230 volt, 3 phase. 5. RTU #3-93 shall be 208/230 volt, 1 phase. UNiT HEATER SCHEDULE MARK INPUT OUTPUT HP ELEC. DATA EXAMPLE UH #1-93 240 MBH 199.2 MBH 1/3 120/1PH MODINE PAH 240 UH #2-93 240 MBH 199.2 MBH 1/3 120/1PH MODINE PAH 240 UH #3-93 240 MBH 199.2 MBH 1/3 120/1PH MODINE PAH 240 UH #4-93 240 MBH 199.2 MBH i/3 120/1PH MODINE PAH 240 3'X\0 DEEP SEA. SAMI EXIST .i1van M� K CONDENSATE DRAiN CONNECTION DETAIL NO SCALE --- -- - - _ _-------- -- -- -_- W Q V D ca Q � x 2 W I ~ U O W Z m Z J O W cr U. JOB- 9W DATE- 7/ZV93 StUEr- M-3 M" 3 4I f � t BA,SEME1`I7 1=L.00R FI1-A1`4 ELECTRICAL. IDEMOL.1710N SCALE:1/8'm1'-0' GENERAL NOTES A. VERIFY EXACT DEMOLITION OF ALL MECHANICAL EQUIPMENT WITH MECHANICAL DEMOLITION PLAN, SHEET M-1. B. VERIFY EXACT SALVAGE REQUIREMENTS WITH OWNER BEFORE DEMOLITION BEGINS. C. REMOVE ALL ELECTRICAL DEVICES, WIRING, AND CONDUIT DEMOED BACK TO SERVICE PANEL. D. REPLACE AND STRAIGHTEN ANY ABOVE CEILING INSULATION AFTER CONSTRUCTION IS COMPLETED. 1. UNIT TO BE ABANDONED IN PLACE. DISCONNECT FROM PANEL AND REMOVE WIRING. 4 N NORTH I FLOOR i�LA�I`I ELECTRICA L. I)EMOL1T10N 11 MORTH SCALE:1/8'01'-O' w LL rri U A DATE- 7/21/W SHEET- E-1 2 A. VERIFY EXACT LOCATION OF ALL MECHANICAL EQUIPMENT WITH MECHANICAL FLOOR PLAN, SHEET M-2. B. PROVIDE NEW LABELS ON ALL EXISTING SWITCHES INDICATING NEW EQUIPMENT SERVED. SEE SPECIFICATIONS SECTION 16195. C. REMOVE ALL ELECTRICAL DEVICES INTERFERING WITH NEW CEILING CONSTRUCTION IN KITCHEN 114. D. VERIFY EXACT SALVAGE REQUIREMENTS WITH OWNER BEFORE NEW CEILING CONSTRUCTION BEGINS. NOTES INDICATED BY '0'. 1. EXISTING MAIN SWITCHBOARD "DB'. 2. EXISTING PANEL -LB'. 3. EXISTING PANEL 'EB". 4. PROVIDE 2 #12 AND #12 GR. IN 1/2' C. TO EXISTING 30A-3P FUSEABLE SWITCH IN PANEL "DE!". INSTALL ONE 15 AMP FUSE TO SERVE 120V/1PH LOAD. 5. EXISTING PANEL 'R1". 6. EXISTING PANEL "L1". 7. EXISTING DISTRIBUTION PANEL "D1'. 8. PROVIDE 2 #12 AND #12 GR. IN 1/2" C. TO EXISTING 30A-3P FUSEABLE SWITCH IN PANEL 'DB". INSTALL TWO 20 AMP FUSES TO SERVE 208V/1PH LOAD. 9. PROVIDE 3 #8 AND #10 GR. IN 1' C. TO EXISTING 6OA-3P FUSEABLE SWITCH IN PANEL "D1". INSTALL THREE 45 AMP FUSES TO SERVE 208V/3PH LOAD. 10. PROVIDE 2 #12 AND #12 GR. IN 1/2' C. TO EXISTING 30A-3P FUSEABLE SWITCH IN PANEL "D1'. INSTALL TWO 20 AMP FUSES TO SERVE 208V/1PH LOAD. 11. PROVIDE 3 #8 AND #10 GR. IN 1" C. TO EXISTING 60A-3P FUSEABLE SWITCH IN PANEL "Di" INSTALL THREE 50 AMP FUSES TO SERVE 208V/3PH LOAD. 12. PROVIDE 2 #12 AND #12 GR. IN 1/2" C. TO 20A-IP CIRCUIT BREAKER IN PANEL "EB'. 13. PROVIDE 3 #10 AND #10 GR. IN 3/4" C. TO EXISTING 30A-3P FUSEABLE SWITCH IN PANEL 'D1'. INSTALL THREE 30 AMP FUSES TO SERVE 208V/3PH LOAD. 14. 30A-2P DISCONNECT SWITCH IN NEMA 3R ENCLOSURE. 15. TYPE A FIXTURES TO BE LITHONIA #2SP-G-440-Al2.125-120-ES OR EQUIVALENT. PROVIDE 2 #12 IN 1/2" C. AND RECONNECT TO EXISTING CIRCUIT AND SWITCH. 16. RECEPTACLE ON ROOF. LO J FLUORESCENT LIGHTING FIXTURE - TYPE NOTED DISCONNECT SWITCH --� CIRCUIT RUN TO PANELBOARD - NUMBER OF WIRES SHOWN ® DISTRIBUTION PANELSOARD SURFACE MOUNTED LIGHTING AND APPLIANCE PANELBOARD ICY MOTOR LOCATION EMT 90' CONNECTOR LIGHT PICTURE LAY -IN I NO SCALE J-BOX ON STRUCTURE ABOVE CONDUIT 6- MAXIMUM CEILING TEE BAR TEE BAR CLIP (4 PER FIXTURE) `! TEE BAR LEFT OUT FOR CLARITY NOTE TYPICAL FOR ALL LIGHT FIXTURES -IGHT FIXTURE_ DETAIL NEW CEILING AS SPECr,ED. I TRAM W G 111 DINING E LOUNGE 111 RTU K2-93 L_ RTU 04-93 0- LL13 �� ENTRY 101 HALL 11b KITCHEN 414 HALL 146 n L u APPARATUS ROOM 102 FLOOR PLAN - POWER BQSEMEN7 FLOOR PLAN - POWER� - - ----------- NORTH APPARATUS ROOM L02 REVIMONS 0 O Z Z O F- W ir LL Lo Q W F— Y U Mm W J NORTH