HomeMy WebLinkAboutResolution - 4356 - Contract - Artex Electric - Berl Huffman Field Lighting - 01/13/1994Resolution No. 4356
January 13, 1994
Item #17
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 Artex Electric of Lubbock to furnish and install all materials as bid for the Berl Huffman
Field Lighting 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 13th day of January 1994.
ATTEST:' -
etty M Johnson, dity Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
t)Vfiald G. Vandiver, Fi
Assistant City Attomey
DGV:dp\G:\ccdocs\Artex.Res
January 5, 1994
435G
CITY OF LUBBOCK
SPECIFICATIONS FOR
BERL HUFFMAN FIELD LIGHTING
BID #12767
-t CIO- 6y
CITY OF LUBBOCK
Lubbock, Texas
_1.
r
r
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
MAILED TO VENDOR.-
CLOSE
ENDOR
CLOSE DATE:
BID #12767 - BERL HUFFiMAN FIELD LIGHTING
ADDENDUM # 1
Please modify or amend Contract Documents as follows:
December 10, 1993
December 16,1993 AT 3 P.M.
Office of
Purchasing
1. Please replace the Bid Proposal Form from your bid book, with the attached corrected
Bid Proposal Form.
r
2.
On the plan, Note #13 should read: Contractor shall reuse existing wire in existing
conduit. If wire or conduit is damaged,
contractor shall repair/replace conduit and or
wire where necessary.
3.
On the plan, Note #18 should read: Contractor shall remove all existing poles from the
ground so that they are completely removed or cut off 12" below finished grade.
Contractor shall carefully lay existing poles on the ground at their existing locations and
shall adjust the existing fixtures so that the existing cat walks can support the weight of
the poles.
4.
In the Specifications, Section 03, 4.6 B, the following should be added: Seven year
warranty be
shall not required on the lamp bulb.
S.
In the specifications, Section 04, 1.2 B, the statement "Or an approved equal" shall
6
6
follow the existing specification.
6.
In the specifications, Section 04, 3.2 A, should read: Contractor shall install poles and
backfill around poles in accordance to manufacturers recommendations.
7.
In the specifications, Section 03, 2.1 should read: The manufacturer shall guarantee
that the maximum kilowatt consumption shall not exceed 192 KW to meet the
maintained footcandle levels and spill control requirements as specified.
8.
In the specifications, Section 03, 3.1 C the last sentence should read: Test stations shall
be on a 20 feet by 20 feet grid and consist of 163 locations.
r
0
r
I
r
r
BID PROPOSAL
LUMP SUM PROPOSAL CONTRACT
PLACE:
DATE:
PROJECT NUMBER: 12767 - BERL HUFFMAN LIGHTING
Proposal of
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
(hereinafter called Bidder)
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the
proposed project including the availability of 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.
MATERIALS: ($ )
SERVICES: ($ )
TOTAL BID: ($ )
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete the project within 60 (sixty) 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.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
r
9. On the plan, Note #19 should be added to read: Contractor shall access the poles on the
main entrance walkway from either Field #1 or Field #2 by removing one or two
sections of fence. Contractor shall ensure that the crane uses the same path both m and
out of the site. No vehicle other than the crane will be permitted on any field at any
time. Contractor shall drive no heavy equipment over the concrete entrance sidewalk.
10. On the plan, Note #20 should be added to read: Contractor shall temporarily secure the
complex when workers are off site by rolling chain link fencing over openings and
securing to remaining poles.
11. On the plan, Note #21 should be added to read: Owner will remove and reinstall
existing public address system.
All requests for additional information or clarification concerning this bid should be submitted in writing
and directed to Laura Ritchie, Buyer.
PLEASE RETURN ONE COPY WITH YOUR BID
i
r
THANK YOU,
&'ta /&trI"L
Laura Ritchie
Buyer
r
r
« City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
806-767-2167
t
MAILED TO VENDOR.-
CLOSE
ENDOR:CLOSE DATE:
a
BID #12767 - BERL HUFFMAN FIELD LIGHTING
ADDENDUM # 2
Office of
Purchasing
December 14,1993
December, 16,1993 at 3 P.M.
Please modify or amend Contract Documents as follows:
1. On the plan, Note #22 should be added to read: The pole heights on the plan are not
required heights. The minimun fixture is 60 feet on all poles.
�••• All requests for additional information or classification concerning this bid should be submitted in writing
and directed to Laura Ritchie, Buyer.
r
A
PLEASE RETURN ONE COPY WITH YOUR BID
i-'
THANK YOU,
Laura "Ritchie
Buyer
MY OF LUBBOCK
REQUEST FOR BIDS
FOR
4
TITLE: BERL HUFFMAN FIELD LIGHTING
0
ADDRESS: NORTH LOOP 289, LUBBOCK, TEXAS
BID NUMBER: 12767
r
PROJECT NUMBER: 1421-553107-9904
r -
t.
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
f
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
INDEX
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
PAYMENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITIONS
NOTICE OF ACCEPTANCE
NOTICE TO BIDDERS
r
a
NOTICE TO BIDS
BHI # 12767
Sealed bids addressed to Laura Ritchie, 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 3:00 o'clock n.m.
16th day of December. 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:
BERL HUFFMAN FIELD LIGHTING
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 13th day of January. 1994, at the Municipal Building,
1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to
reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance
bond and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued
by a company carrying a current Best Rating of B or suverior, as the rating of the bond company is a factor that
will be considered in determination of the lowest responsible bidder. If the contract price does not exceed
$25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total
amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding
all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have
been thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of the
Purchasing Manager for the City of Lubbock, 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 5159x, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale
and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage
scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or
national origin in consideration for an award.
There will be a pre-bid conference on 8th day of December,1993, at 10:00 o'clock am. Purchasing
Conference Room L04, Lubbock Municipal Building, 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 OF LUBBOCK
Laura Ritchie
BUYER
ADVERTISEMENT FOR BIDS
BID 012767
Sealed bids addressed to Laura Ritchie, Buyer, Purchasing Department, City of Lubbock, Texas,
will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock,
Texas, 79401 until 3:00 o'clock n.m, on the 16th day of December, 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:
BERL HUFFMAN FIELD LIGHTING
After the expiration of the time and date above first written, said sealed proposals will be opened
in the office of the Buyer and publicly read aloud.
The plans, specifications, proposal forms and contract documents may be examined at the office
of the Purchasing Manager for the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per
Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the
City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159x,
Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and
payment by the contractor of the prevailing rates of wages as heretofore established lry the City of
Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into
pursuant to this advertisement, minority and women business enterprises will be afforded equal
opportunities to submit bids in response to this invitation and will not be discriminated against on the
grounds of race, color, sex, disability, or national origin in consideration for an award.
There will be a prebid conference on the 8th day of December, 1993, at 10:00 a.m., at the
Purchasing Conference Room L04, 1625 13th Street, Lubbock, Texas.
rThe 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 OF LUBBOCK
Yaa'L,�' �- J� lLal
Laura Ritchie
BUYER
GENERAL INSTRUCTIONS TO BIDDERS
I 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 Berl Huffman Field Lighting.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract documents de;scn'bed in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 60 (sixty) days from the date specified
in the Notice to Proceed issued by the City of Lubbock to the successful bidder. '
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take
such action as the City deems necessary to insure completion of the project within the time specified.
S. 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 BILES PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
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.
8. 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 shall then distribute copies of plans and specifications to. suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
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 Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
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 shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take
such other precautionary measures for the protection of persons, property and the work as may be necessary. The
Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and,..._
when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost
and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
14. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
Contractor to the effect that no work on this particular project shall be subcontracted.
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' attentionis further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations 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 hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per ;
diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals 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 shall state the price both in words and numerals, for which he proposes to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, 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 duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the
outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
21
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.
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.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance; with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
BID PROPOSAL
r
BID PROPOSAL
LUMP SUM PROPOSAL CONTRACT
PROJECT 1
Proposal of
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compli nc:e with your invitation for bids for the construction of a
L A - A -
(hereinafter called Bidder)
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the
proposed project including the availability of 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.
TOTAL
E
go
(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to
Proceed" of the Owner and to fully complete the project within 60 (sixty) 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
5100.00 (ONE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth licreinabove for
r completion of this project, all as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction
number 20 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the
scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans,
specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or
before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in
the contract documents. _
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified
check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than five percent (S% ) of the total amount of the bid submitted as
a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of
the contract to him.
Enclosed with this proposal is a Cashier's Check or CWtified Check for oa
Dollars ($ ) or a Proposal Bond in the sum of.19
�--�. ��� � –� - � Dollars ($,
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accept —
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.
- Contractor —
BY:
(Seal if Bidder is a Corporation)
ATTEST:
Secretary
LIST OF SUBCONTRACTORS
This form shall be completed and submitted with the Bidder's Proposal.
Minority Owned
Yes No
Ali2.
3.
4. — —
S. — —
6. — —
7. — —
8. — —
9. — —
10. — —
BOND NO. CC 6107
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, that we
Artex Electric Company
as PRINCIPAL, (hereinafter called the Principal), and Cumberland Casualty & Surety Company
, a corporation duly organized under the laws of Texas and authorized to transact
a general surety business in the State of TX. as SURETY, (hereinafter called the Surety), are held firmly bound unto:
City of Lubbock
as OBLIGEE, (hereinafter called the Obligee), in the sum equal to 5 % of the accompanying bid of the Principal, not,
however, in excess of TEN THOUSAND AND NO/100 --- dollars,
(S 10,000.00 ), for the payment of which sum well and truly'to be made, the said Principal and the said Surety,
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION- IS SUCH, That, whereas.the Principal has submitted -or is about to submit to the
Obligee a proposal or bid, dated on or about the date mentioned beJow,, for,:; (1) the-performance:bf the designated work, or
(2) the furnishing of the specified goods, supplies or products -far
relighting of.Berl Huffman Park ,- -
NOW; THEREFORE, if the Principal shall not legally withdraw said bid within or at the times permitted therefor, but shall
duly make and enter into a written contract with the Obligee, in accordance with the terms of said proposal or bid, or any
amendment thereof acceptable to the Principal, within the time permitted therefor after such contract forms are presented to
the Principal for execution, should the Obligee award the Principal the said work or contract, or any part thereof: and if the
Principal shall give bond or bonds for the faithful performance thereof, and/or for payment for labor and materials going
thereinto, as in the specifications or contracts provided: or if the Principal shall, in case of failure so to do, pay to the Obligee
the damages which the Obligee shall have actually suffered by reason of such failure, not exceeding the penal sum of this
bond, then this obligation shall be null and void, otherwise to be and remain in full force and virtue.
PROVIDED, HOWEVER, that no action shall lie, or claim be enforced hereunder, unless the award on the basis of said bid
shall have been made within thirty (30) days after the formal opening of said bid, or within the time specified within the bid
provisions, whichever time shall be greater, and unless the Obligee hereunder shall give notice to Surety of said award at the
time of notification to the Principal; and unless legal action to enforce any claim hereunder shall have been commenced
within six (6) months from the date of the formal opening of said bid.
PROVIDED, always, that this Bond shall not be valid and binding upon the Surety unless accompanied by a Certified Copy
of a Power of Attorney authorizing the undersigned Attorney -in -Fact to execute such a bond, the Serial Number upon which
Copy of Power of Attorney shall correspond with the Bond Number set out above.
Signed, sealed, and dated this t G4 -h day of nae+t-mhor 19
BY -
Principal
BY
Laura Espinoza Attorney -in -f=act
FOFN =Ga=l
CUMBERLAND CASUALTY & SURETY COMPANY POINER OF ATTORNEY
TAMPA'. FLORIDA. :
PRINCIPAL
ArteElectric- Company EFFECTIVE DATE '12-1,5-93 -
3508 Ave. J Lubbock, Tx. 79412 _.
(STREET ADDRESS) (CITY). (STATE) :(ZIP cow
CONTRACT AMOUNT $200,000 - _: - AMOUNT OF BOND $ .10, 000
POWER NO. � CC -6107
KNOW ALL MEN BY THESE PRESENTS: That the Cumberland Casualty & Surety Company, a corporation duly organized under the laws
of the State of Texas, having its principal office in the city of Tampa, Florida, pursuant to the following resolution, adopted by the Board of Directors
of the said Company on the 1st day of January, 1989, to wit: -
- "Resolved, that the President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney -in-
Fact, such person, firms, or corporations "as may be selected from time to time.
d Be It Further Reserved, that the signature of the President and the Seal of the Company may be affixed to any such Power of Attorney or any
certificate relating thereto by facsimile, and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and
binding upon the Company in the future with respect to any bond or undertaking to which it is attached." Cumberland Casualty & Surety Company
does hereby make, constitute and appoint
T Aura FeeDi nn7m State of 'texas
its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge
and deliver in its behalf, and its act and deed, as follows: _
The obligation of the Company shall not exceed one million ($1,000,000.00) dollars. - -
And to bind Cumberland Casualty & Surety Company thereby as fully and to the same extent as if such bond or undertaken was signed by _
the duly authorized officer of the Cumberland Casualty & Surety Company, and all the acts of said Attomey(s) pursuant to the authority herein
given, and hereby ratified and confirmed. - _. _ .
IN WITNESS WIEREOF, the Cumberland Casualty & Surety Company has caused these presents to be signed by any officer of the
Company and its Corporate Seal to be hereto affixed.
f^ CUMBERLAND CASUALTY & SURETY COMPANY
us
-S a
Francis M. Williams, President
AS
COUNTY OF HILLSBOROUGH )
SS
COUNTY OF HH,ISBOROUGH )
On this 1st day of January, A.D. 1989, before me personally came Francis M. Williams, to me known, who being by me duly sworn,
did depose and say; that he resides in the County of Hillsborough, State of Florida; that he is the President, of the Cumberland Casualty
& Surety Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation;
that the seal affixed to the said instruments 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 Me order.
�,oTa
Puauc M.L. Gray
WNW ? My Commission Expires March 27, 1993
O�IGN G -
STATE OF FLORIDA
SS
COUNTY OF HILLSBOROUGH )
I, the undersigned, Assistant Secretary of the Cumberland Casualty & Surety Company, a Florida Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force.
- Signed and Sealed at the City of Tampa. 'S. a Dated the 16th day of December , 19 93
COa%r.0144
W SEAL 4 Evelyn_ D. Rogers, Assistant Secretary
HOUSTON
TEXAS
i
I OM
PAYMENT BOND
r
D
STATUTORY PAYhIENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56714 LEGISLATURE, REGULAR SESSION,
1959
KNOW ALL MEN BY THESE PRESENTS, that
PrincipaI(s), and
Galf Lnsuranoe CMA3 y
Burl D. Bourns oma Artex Electric C7aq)any
(hereinafter called the Principal(s), as
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
r the amount of Dollars ($if,49o.ao ) lawful money of the United States for the
payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 13th day of
Janua 19 Sd , to
Bid #12767 Berl Huffman Field Lighting
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as'if copied at
length herein.
tNOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimant
t s supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 24th day of
ate, 19,_94-.
0-11-f Insi3YcZ:�fL CYS1'gk'11'1��
Surety
BOND CHECK
`E *ByzLa_4_.BEST RATING �
(Title) Lama Espinoza LICENSED IN TEXAS
Attorn y -in -Fact DATE Z771111 By
7
_ _1U .' �. _ .. .
By:
{Title)
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
Everette Abernathie an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service
of process may be had in matters arising out of such suretyship.
Gulf Insurance ctn any
Surety
* gy.
(Title) —
Approved as to form:
City of Lubbock _
By.
ity Attorney —
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an,Attorney in Fact, we must have copy of power of attorney for our files. —
r
r
EI
F PERFORMANCE BOND
a.
t.
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
Burl D. Ba=ns dba Artex Electric Oac pw y
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
L the amount of Dollars ($168,490.00 ) lawful money of the United States for the
L payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated theB'day of
January 19_4 to
Bid #12767 -Berl Huffman Field Lighting
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise
to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this24thday of
January X19 94
Gulf Insurance Ompany JL,� .� �-i.� .,► ,.
Surety Principal
* By: By: if) 4 aJ-7qA.A2
(Title) Lmxa Espimza BOND CHECK
Attarney-i'i-Fact BEST RATING� 4- Critle )
LICENSED IN TEXAS By:
DATE r y712'y By (Title)
By:
(Title)
r
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
Everette Abmmthi can agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of
process may be had in matters arising out of such suretyship.
MU wance Co paiw
Surety
*By.
(Title)
Approved as to Form
City of Lubbock < —
By:
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. _-
COM
MGULF
SAS CI NCM SS URAI NY
POWER OF ATTORNEY
P- ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com
-
7 pany, a corporation duly organized under the laws of the State of Missouri, having
its principal office in the city of Irving, Texas, pursuant to the following resolution,
( adopted by the Finance & Executive Committee of the Board of Directors of the said
Company on the 10th day of August, 1993, to wit:
RESOLVED, that the President, Executive Vice President or any Senior Vice
r President of the Company shall have authority to make, execute and deliver a Power
of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as
may be selected from time to time; and any such Attorney -in fact may be removed
and the authority granted him revoked by the President, or any Executive Vice
President, or any Senior Vice President, or by the Board of Directors or by the
Pm Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
of authority to the attorney(s)-in-fact to sign, execute, acknowledge, deliver or other-
wise issue a policy or policies of insurance on behalf of Gulf Insurance Company.
RESOLVED, that the signature of the President, Executive Vice President or
any Senior Vice President, and the Seal of the Company may be affixed to any such
Power of Attorney or any certificate relating thereto by facsimile, and any such
powers so executed and certified by facsimile signature and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond and
documents relating to such bonds to which they are attached."
7 Gulf Insurance Company does hereby make, constitute and appoint
k
Laura Espinoza
1
BOND
NUMBER GE 5587786
e
PRINCIPAL:
NAME, ADDRESS
CITY, STATE, ZIP
Burl D. Bourns cba Artex Electric Cimpany
3508 Ave J
Lubbwk, TX. 79412
/
EFFECTIVE DATE
January 24,
1994
CONTRACT AMOUNT
$168,490.00
BOND AMOUNT
$168,490.00
rrr
i
its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its
behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf insurance Company thereby as fully and to the same extent as if any bonds,
! undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of
said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million ($1,000,000.110) dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to
be hereto affixed.
\a�VRANQF
� �p�POggr� ��yy GULF INSURANCE COMPANY
s �y Z
" SEAL
/SS&O J
STATE OF NEW YORK ) Christopher E. Watson
) SS Executive Vice President
COUNTY OF NEW YORK )
On this 10th day of August, 1993 A.D., before me came Christopher E. Watson, known to me personally who being by me duly sworn, did depose and
r say; that he resides in the County of Westchester, State of New York; that he is the Executive Vice President of the Gulf Insurance Company, the corpora-
tion described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such
t 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.
NpTAq/ o
7janeinie M. Brando
No. 30-4979591
STATE OF NEW YORK ) OF NO Quaied in Nassau County
SS My Commission Expires April 1, 1995
COUNTY OF NEW YORK )
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and
attached POWER OF ATTORNEY remains in full force.
SUFtANCf C
Signed and Sealed at the City of New York. k` �PPORgr� 0�9
Dated the 24th day of January , 19 94
yisso�P`
j Lawrence P. Minter
Senior Vice President
i
7
CERTIFICATE OF INSURANCE
"DEC 14 ' 93 15:33 �00000�70000 TO:
'. CERTTFiMU_OF INSURANCE
P02
TO: CITY OF,LUBBOCK DATE: 12-15-93
Lubbock Texas ARTEX ELECTRIC CO Type;
; of
P ect:
3508 AVENUE J
LUBBOCK, TX` 794
THIS IS TO CERTIFY THAT (Wdme and Address cflnsured) is, at th date of this certificate, insured by
this Company with respect to the business operations hereinafter described, for the types of insurance and in accordance with the
provisions of the standard policies used by this Company, the further described, Exceptions to standard policy Hated
hereon.
TYPE OF INSURANCE
Title'
U
Policy No. Effective Expires Limits of Liability
_Y_w.Mr_rrM..r._....w_r_wwwM_rr...rHrr...rr Y
J
W"kmOn's TSF103969 10-01-93 10-01-94 500/500/500
Compensation
�'
wwN.�.r.r.rr._rY�......_re,:.r._..r.kr.__...r.r.__.r_._+..__.Y_._.�.-
��^ •, •� ,
r
Owncr's Protcc-
- Per Person S
-.
five or Contin-
Per Occurrence
gent Liability
Property Damage $
•
.�.____.w-_M.1_r_re,_rwtir.....A_-_w...ti..rrMN.N_rr__w__Y.MN_.N -
_ �� - __FA_
Contractor's '
Per Person $
:.
Protective or '�• Per Occurrence S
Coritin6ent
Property Damage S
+ -
Liability
�.�-•Per
. Automobile CSL .
CAP1803815 06-15-93 06-15-94 500, 000
Fcrsod S
Per Occurrence S
PropeC•rty Damage $
'
;Cornprehcnsivc GEN AGG'"2
000;°000
Gencral Liability- CLP2136361 06-15-93 06-15-94EACH OCC.1,
000, 000 $
a
0
rMwrM.+_rrwr_r__w_ww.....y.._Mr.. r.r-wY..MM��--_
--- PROD.COMP/OP�l
+000,000 -----
A,
Umbrella Liability
S
• •' .'
;.
..�w_r_w..Yr►_w._r_rr_wr_w_wN_Yw..r.M-Mrr�N_I._N �.�,�Y�-
,T'hc forcgoirg Polici= (do) (do not) cover all sub -contractors.
•
*'
'Locations
Covered
,�.
DESCRIP'Y•ION of Operations Covered
CONTRACTOR ELECTRICAL" WIRING AND CONDUIT WORK
• • �
'
The above policies either is the body thereof or by appropriate endorsement wvide that � ru not be c or
P ry Y changed canceled by t
?Z.-
R."
insurer in less than the legal time required after the insured has received vMtten notice
there is legal
of such change or caaceliation, or in case
•
nc requirement, in less than five days in advance of eaacclJW0EL
r: t
FIVE COPIES OF THIS CER7MCATE
BOLEY FEATHERSTON
MUST BE SENT -To THE OWNER
(Name, of Insurer)
Title'
U
CONTRACT
Yl
STATE OF TEXAS
COUNTY OF LUBBOCK
CONTRACT
THIS AGREEMENT, made and entered into this 13th day of JAIVTJARY. 1994, 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 ARTEX ELECTRIC CO. of the City of LUBBOCK, County of LUBBOCK, and the State of
TEXAS, hereinafter termed CONTRACTOR
r
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 #12767 - BERL HUFFMAN FIELD LIGHTING G TING FOR $168,490.00.
i
r
and all extra work in connection therewith, underthe terms as stated in the contract documents and. at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written.
ATTEST:
Corporate Secretary
CONTRACTOR
ARTEX ELECTRIC CO.
By:—zel 1.6�i
COMPLETE ADDRESS:
3508 Avenue J
Labbock, TX 79412
GENERAL CONDITIONS OF TETE AGREEMENT
r
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: ARTEX ELECTRIC CO. who has agreed to perform
the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
RUSSELL HOWARD, LANDSCAPE ARCHITECT 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.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9.. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout
of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not
relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to, him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed project will oonform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
r
14. OWNER'S REPRESENTATTVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
�,.shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
` agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representatives'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.
f
15. SUPERINTENDENCE AND INSPECTTON
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 greement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
{ supervisor or inspector, the Contractor may within six (6) days make written appeal to theOwner's
decision. Representative for his
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing any of the work
17. CONTRACTOR'S UNDERSTANDING
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.
18. CHARACTER OF WORKMEN _
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be —
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in 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.
r
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 law or ordinances or directed by the
Owner or Owner's Representative, or by'them agreed to. Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless
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 shall proceed with the
work after making written request for written order and shall keep adequate and accurate account of the actual field cost
thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal; the specifications, plans and
other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all
appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by
Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any 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.
4'
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
r company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shell be guarded in accordance with the"Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
j 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
r- 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 well as any notice which may be given by the Owners or the
Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the
Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
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.
r
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 shall 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 thiss pecific 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
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500.000 —
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.
I
1 .,
(6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of
the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in thejob
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 famish 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
r 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
6 process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the. product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
. ; Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
.� 32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
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. THAI- FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and _
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice. to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein' specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of 5100.00 (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.
35. TMM AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing
work done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
r
�» 36. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions: prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
(� in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for
[ an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
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
a' growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
�•• work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid
7 contents, number and weight only shall be considered, unless otherwise specifically provided.In the event this contract is let
on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
r estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
r' 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 rice method
p ,payment shall be for the actual amount of work done and materials furnished on the
project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on
account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
7 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
r., 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
g
t.
1
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by _
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
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 shall prepare a certificate for partial payment showing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final
payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this.—
agreement.
his..—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. FINALCOMPLETION AND ACCEPTANCE
Within thirty-one (3 1) 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 (3 1) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and _
prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the —
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contract. —
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to `conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other 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
t notice by the Owner or the Owner's Representative, Owner may remove and replace it: at Contractor's expense.
a
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In rase 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 shall be submitted to arbitration at the request of either party to the dispute.
The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third
chosen by the two arbiters selected; or if the arbiters fail to 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 shall lapse, and the
decision of the Owner's Representative shall be final and binding on him. Should the other party fail to choose an arbiter
within ten (10) days, the Owner's Representative shall appoint such arbiter. Should 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 shall be binding on both parties to the contract, unless
either or both parties shall appeal within ten (10) days from date of the award by the 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, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY
r
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 job, but the same, together with any materials and equipment under the contract for _
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. --
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said —
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor,` and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under —
this contract, if the same had been completed by`the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to _
the Owner, or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under _
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to --
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
r 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, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment„ tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
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 material's 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 Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and
all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner
who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance
shown by said final statement as due the Contractor, under the terms of this Agreement..
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 anti 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 loss or damage to the Contractor arising out of the: nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
7
r
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
55. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The --
fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and
'to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent `
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, firm, or corporation.
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 shall leave _.
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
CURRENT WAGE DETERMINATIONS
Flo
4
r
r
c� Resolution #2502
January 8, 1987
Agenda Item #18
OGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to 'execute public works contracts for the City of Lubbock
:in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
.• 23, 1984; and
' WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes:
Exhibit A: Building Construction*Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit 0: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates; shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January
1987.
G��
)
B.C. MCMINIV, MAYOR
v
Ranett6aoyd, City Secretary
APPROVED TONT
ENT. APPROVED AS TO FORM:
t:
Bi 1 Pyne, D rector of Building Do ld G. Vandiver, First
Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter -
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2
times base rate.
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.l 1/2 times base rate.
SPECIFICATIONS
POO
Y
SECTION 1 SUMMARY OF WORK
Berl Huffman Athletic Complex Softball Field Lighting
(North Loop 289)
1. General
1.1 Scope of Project
A. The purpose of these plans and specifications is to
define the performance and design standards for the
installation of Softball Field lighting at Berl
Huffman Athletic Complex, Lubbock , TX.. (North Loop
289). Contractor shall supply all supervision,
perform all work, and furnish all labor, equipment,
and incidentals necessary for the erection and
construction of the lighting, poles, and electrical
system as specified and/or implied by these plans and
specifications.
1.2 Work Included
A. Section __02 - Product Substitution
B. Section 03 - Lighting
+ C. Section 04 - Steel Poles
D. Section 05 - Electrical
a 1.3 Additional Information
A. All information under General Instructions To Bidder,
General Conditions of Agreement, and Special
Conditions apply to this section.
B. These plans and specifications were prepared by the
Parks and Recreation Department (which shall be called
Owner). Contractor shall set all construction stakes
for locations of elements at project site. Owner shall
have 48 hours to approve or adjust staking before
construction is begun. Construction shall not begin
until staking is approved by Owner.
2. Quality Assurance
2.1 Contractor shall take all precautions necessary to protect
all existing trees, shrubbery, sidewalks, buildings,
vehicles, utilities, etc., in the area where the work is
being done. The Contractor shall rebuild, restore, and make
good at his own expense, all injury and damage to same which
may result from work being carried out under this contract.
2.2 The Contractor shall take all necessary precautions to
assure the safety of the park visitors during the
construction and clean-up operations. The Contractor shall
maintain and keep in good repair the work intended under
these Plans and Specifications and shall perform all
necessary repair, construction, and renewal to the date of
acceptance by Owner.
2.3 Any utilities and irrigation lines shown on plans are for
information only and are not guaranteed by the Owner to be
accurate as to location and depth. The Contractor's
attention is directed to the fact that other underground
utility lines may exist that Owner isnot aware of. It is
the Contractor's obligation to locate and familiarize
himself with all utilities and, to provide for their safety.
Damage to utilities will be repaired at Contractor's
Expense.
End - of - Section
SECTION 02 PRODUCT SUBSTITUTION
Berl Huffman Athletic Complex Softball Field
Lighting (North Loop 289)
Substitutions
1. Conditions for substitutions ("OR EQUAL")
A. In the event that the clause "OR EQUAL." is used in the
specifications pertaining to materials, the Bidder
desiring to make substitutions for specified equipment
shall submit the following:
1. Product identification, including manufacturer's
name, address, and product literature.
2. Product description.
3. Product performance and test date.
4. Reference standards.
B. Request for substitution should be included with
overall bid and will be considered before contract is
awarded.
C.
After contract is awarded, no substitutions will be
considered. It will be Bidder/Contractor's
j
responsibility to insure the availability of specified
product or substitution before bid date.
D.
Bidder shall provide the same guarantee for
substitution as for product or method specified.
r' E.
Bidder shall coordinate installation of accepted
substitution into work, making such changes as may be
required for work to be complete in all aspects.
t F.
Bidder shall waive all claims for additional costs
related to substitution which consequently becomes
_
apparent.
G. Bidder shall be prepared to send owner a price
breakdown of any and/or all items he has bid on.
Price breakdowns will only be requested after the bid
opening has taken place.
r
2 Substitutions will not be considered if:,
A. They are indicated or implied on shop drawings or _
project data submittals without being formally
described as to their differences from what was
originally specified.
B. Acceptance will require substantial revision of the
original design intent. _
End - of - Section
SECTION 03 LIGHTING
i -
Berl Huffman Athletic Complex Softball Park Lighting
(North Loop 289)
1. Lighting Performance
1.1 Footcandle Level
A. The performance criteria for these playing fields
require lighting equipment which will provide average
light levels of 30 footcandles infield and 20
footcandles outfield maintained with normal lamp
replacement and reflector cleaning. A maintenance
factor of .8 is to be used in determining the initial
light value after adjustment for a tilt factor. The
light levels are stated in the numeric values to be
obtained during the initial hours of the operation of
the lighting system. Bidders shall supply computer
generated point by point lights scans based on 155,000
lumens per lamp showing both initial and maintained
footcandle levels.
B. The footcandle level shall have a uniformity ratio of
maximum to minimum of not greater than 2:1 infield and
3:1 outfield.
1.2 Spill/Glare Light Control - Designated Areas
A. At 200' Distance: Light levels shall not exceed
the designated maximum footcandles or average
footcandles shown below. These levels shall be
shown as initial footcandles and shall be measured
at a distance of 200 feet from the boundary of the
ball field in any direction.
200' From
0Horizontal
°
Footcandles
Field Boundary
0Footcandles
°
with meter aimed
°
toward brightest
°
light bank
Max oo can es°
°
°
1.7
Average Foot-
0°
candles
0.12
0.9
°
°
B. At 500' Distance: Light levels shall not
exceed the designated maximum footcandles or
average footcandles shown below. These levels
shall be shown as initial footcandles and
shall be measured at a distance of 500 feet
from the boundary of the ball field in any
direction.
500' From aHorizontal Footcandles with
Field Boundary aFootcandles meter aimed to-
° ward brightest
° light bank
° °
Max oo can es.0 —
° °
Average Foot- °
candles 0.01 0.2
° ° '^
2. Energy Consumption Performance
2.1 The manufacturer shall guarantee that the maximum
kilowatt consumption shall not exceed 32 kw to
meet the maintained footcandle levels and spill
control requirements as specified.
3. Inspection and Verification
3.1 Field Test and Measure Procedures
A. All testing will be done with each field illuminated
individually.
B. Infield Area Test Stations - Test stations for infield
measurements of horizontal illumination levels shall
cover an area of 80"feet by 80 feet and consist of'25
locations on an equally spaced 20 feet by 20 feet grid -�
(commencing 10 feet outside each baseline).
C. Outfield Area Test Stations - Test stations for _
outfield measurements of horizontal_ illumination
levels shall cover the entire outfield area to the
fence. Test stations shall be on a 20 feet by 20 feet
grid and consist of 33.1ocations. -'
D. Horizontal Footcandle Readings - The test cell shall be
positioned 36 inches above the playing surface for all --
field footcandle readings.
r
{
3.2 Off -Site testing and Measurement Procedures
A. Ambient Light Levels - Ambient light (light outside the
playing area generated by sources other than ballfield
lighting such as moon light or street lighting) levels
shall be measured at the designated test stations as
specified in 1.2.A. Technician is to record the
maximum ambient footcandle levels in all planes and
horizontal footcandle levels for each test station
with playing field lights off. Then with playing
field lights on, repeat the measuring procedure for
spill light and subtract the difference for each test
station.
B. Horizontal Footcandle Readings - The test cell shall
be positioned horizontally 36 inches above grade for
all horizontal spill light footcandle readings.
C. Any Plane Footcandle Readings - The test cell shall be
f- positioned in any plane for measurement of maximum
j footcandles as specified in section 1.2.A.
4
3.3 Testing equipment for measurement of footcandle levels shall
be United Technology's Digital Model #61, a Gossen Panalux
Electronic 2 or an approved equal, and must show proof of
calibration prior to testing as required by manufacturer.
3.4 Final Approval
A. For final approval of the project, the manufacturer
shall provide a final report from the test results
that shall provide the following items.
1. Identification of number and location of
the test .stations.
4. Luminaire Assembly
4.1 General Description
A. The luminaire assembly shall consist of lamp, lamp
socket, reflector, lens, lamp cone, reinforcing
retaining ring, adjustable aiming mounting device,
steel crossarms, integral wiring enclosed in rigid
raceway, pole clamps and shall be Light Structure
System "Trade Mark" as manufactured by Musco Sports -
Lighting, Inc. or an approved equal.
7
4.2 Items to'be submitted for consideration of an 'alternate
Luminaire Assembly.
A. Failure to provide any of the following information
with the alternate submittal will be grounds for
rejection of the alternate. Each item shall also
be clearly lettered to correspond with the following
list. All items shall be assembled in the order
indicated and secured or bound in a neat and orderly
fashion for easy use and reference. Bidders
requesting to use equipment other than that specified
shall submit ten (10) days prior to bid opening the
following:
1. Layout Drawing - Overall lighting layout design
showing luminaire mounting heights and pole
locations.
2. Aiming Drawing - Light aiming point plan showing
focus points and reflector types.
3. Luminaire Assembly Drawing - A drawing of the
luminaire assembly and.its interface to show the
required poles. The drawing shall show size,
strength, type of material, coating of all
components and hardware, and shall meet the
following specifications:
a. Structural Strength
The luminaire assembly as shown in the
manufacturer's submittal shall be capable
of withstanding forces equal to 90 mph
wind levels with a 1.3 gust factor as per
ANSI-B standards, without structural
damage or misalignment of the luminaries
on the assembly.
b. Coatings
All component surfaces of the completed
assembly, except for the reflector,
hardware and fasteners, shall be coated
with hot dipped galvanized-ASTM A-123.
Reflector - The reflector shall be of spun
aluminum with alzak finish.
C. Reflector and Lamp Supports
The reflector shall be fastened to the
lamp cone with a reinforcing retaining
ring containing an acrylic compressed
fiber ring which centers and stabilizes
the lamp in the reflector and provides a
heat shield to protect the lamp socket
from heat.
r�
d. Lens
A removable lens with silicone gasket
r- shall be attached to the reflector and
r shall be impact and thermal resistant
glass. The lens rim shall be stainless
steel or equal and shall be attached to
the reflector with hinged cable or chain.
e. Aiming
The manufacturer shall provide a
mechanical positioning device for each
luminaire on the assembly which device
shall be set at the factory by the
manufacturer based upon computer
calculated aiming information such that
each assembly is delivered to the job site
as a composite light source. The device
shall provide for repositioning of the
aiming after relamping. The manufacturer
shall also supply drawings showing the
aiming point locations of each liminaire.
4. Computer Models - Field Light Values
a. Manufacturer shall submit an original
(copies are unacceptable) computer derived
lighting scan showing point by point
horizontal footcandle levels on the
playing surface, maximum to minimum ratio,
number of luminaries, initial lamp lumens
and average tilt factor per Section 1.1.A.
b. Manufacturer is to submit with this
computer derived lighting scan information
on the number and type of fixtures being
used and kilowatt consumption for the
lighting system.
5. Computer Models - Extended Scans
a. Manufacturer shall submit a computer
derived lighting scan with spill control
showing the following:
a) Point by point horizontal footcandles.
b) Point by point maximum footcandles as
explored in any plane.
Manufacturer is to submit these scans on a
1380 foot by 1380 foot area using an
equally spaced 30 foot x 30 foot grid with
the facility located in the center of the
1380 foot x 1380 foot area. These scans
shall reflect the spill light readings as
defined in Section 1.2.A.
6. Equipment Model Numbers - Written statement of
model number and manufacturer for all equipment
bid. Submit a packet of descriptive literature
on all equipment bid, as well as drawings and
specifications of the luminaire assembly.
7. Luminaire Assembly Warranty - Written warranty
from the manufacturer covering luminaire
assembly and equipment replacement policy.
8. Aiming Alignment Warranty - Written warranty
form the manufacturing company headquarters
covering the aiming alignment of the luminaire
assembly.
9. Wind Load Engineer's Certification - Certified
engineer, independent of manufacturer, shall
verify and stamp wind load test of luminaire
assembly to meet or exceed structural strength
as described in section 4.2.A.3.a..
10. U.L. Test Report - Bidder shall supply for the
owner's review, a copy of the Underwriters
Laboratory report covering the luminaire
assembly being bid.
11. Verification of Demonstrated Field Technology -
The manufacturer must submit in writing
documented proof showing a minimum of five (5)
such similar lighting projects where the
specifications outlined above for spill control,
field illumination values, and energy
consumption have been met.
12. Manufacturer's Guarantee - The manufacturer
shall submit in writing a letter guaranteeing
compliance as to the above specifications.
Written explanation shall be provided prior to
bidding as to specified criteria for which non-
compliance is anticipated and an explanation as
to why the criteria should be waived.
4.3 Lamps
A. Lamps shall be 1500 watt metal halide and shall met
ANSI designation M48PC 1500 BU and be Westinghouse
#MH1500BU, or an approved equal.
1 4.4 Ballast
A. There shall be an individual ballast for each
luminaire. The ballast shall be'a lead peak auto -
regulating ballast. The remote ballast system
described above shall be located approximately 10'
above grade on the same pole as the luminaire assembly
in a NEMA Type 3R enclosure where the ballast and
capacitors shall operate in ambient air not to exceed
70 degrees C as established by U.L. Test Standards.
The assembly design shall be adaptable to various
standard ballast and must retain U.L. listing.
4.5 Wiring and Over current Protection
A. All wiring on the luminaire assembly shall meet
National Electrical Code and shall pass from each
luminaire on the assembly through protective
enclosures to join in a common enclosure. Each
�-► luminaire shall have individual supplemental fuse
4 protection located in ballast boxes or in adjacent
` metal enclosures. Fusing must be U.L. listed. In -
Line fusing will NOT be accepted.
4.6 Special Conditions
i~
A. Codes - Luminaire assembly shall be U.L. listed and meet National Electrical Code and NEMA Publication FA -
1. Pole clamps are not U.L. listed.
B. Manufacturer's Warranty - Luminaire assembly shall be
warranted in writing by the manufacturer for a period
of seven (7) years and shall be submitted with the
bid. Any parts that shall be found defective shall be
replaced free of any material or labor charges to the
customer.
C. Aiming Alignment Warranty - The alignment of the
luminaries shall be warranted by the manufacturer
against movement on the luminaire assembly for a
period of five years from the date of installation.
Labor charges for re -aiming during the warranty period
shall be the responsibility of the manufacturer.
D. Replacement Parts - The contractor shall furnish to
the owner one extra lamp and six extra fuses for
future use.
END OF SECTION
r
7
SECTION 04 STEEL POLES
Berl Huffman Athletic Complex'Softball Park Lighting (North
Loop 289)
1. Structural Design
1.1 Wind Criteria
A. The poles and method of installation of base shall be
designed to withstand the overturning moment created
by wind loads on poles and luminaires assembly (EPA)
at each location. The entire structure, including
pole and luminaire assembly, shall withstand forces
equal to 90 m.p.h. wind level without damage or
misalignment of the luminaire assembly as defined by
ANSI -B Standard. Pole strength shall be calculated
based upon AASHTO Pole Structure Criteria. Foundation
design shall be based upon BROMS Standards using a
gust factor of 1.3. Poles shall be set according to
approved drawing and shall be plumb within three feet
of location.
1.2 Pole Specifications
A. Poles shall be all steel with a concrete base and
shall be designed to withstand forces specified in the
Structural Design section above. Poles shall be
equipped with reinforced handhole containing equipment
grounding lug and cover plate approximately 12
inches above base. 1-1/2" couplings with accompanying
reinforced handholes and cover plates shall be
provided to service the luminaires and disconnects.
Fixture manufacturer to determine quantity and
location of these items. Overall pole length will be
determined by required light levels as listed in
section 03 LIGHTING. Galvanized elements (pole,
crossarms,braces, boxes, hubs, or any extension
attached to the pole) shall be hot -dipped meeting
ASTM -123 standards.
B. Concrete Base Pole shall be formed with concrete that
obtains 9500 PSI strength and contains pre -stressed
steel cable that is stressed to 28,910 'lbs. (which
shall be 70% of the ultimate yield strength of the
cable).
u
2. Soil Conditions
2.1 The design criteria for these specifications are based on
soil conditions with 200 PSF or greater compression load.
It shall be the contractor's responsibility to notify the
owner of soil conditions other than the design criteria.
The owner shall then be responsible and absorb the cost to
provide:
A. Adequate pole bases for soil conditions less than 200
f PSF.
B. Excavation and removal of materials other than normal
soils, such as rock, caliche, etc.
3. Installation
3.1. Lighting Protection
A. The contractor shall provide and install one 5/8" by
8' long copperweld ground rod at each pole base
approximately three feet from the pier in undisturbed
earth at a minimum of 12 inches below grade. A #6
bare copper ground wire shall be extended from this
ground rod through the PVC raceway to approximately
two feet above the foundation.
3.2 Backfill
A. The contractor shall use concrete to backfiff around
the embedded pole base to assure the foundation design
criteria.
END OF SECTION
SECTION 05 ELECTRICAL
Berl Huffman Athletic Complex Softball Park Lighting (North
Loop 289)
1. SYSTEM DESIGN
The electrical wiring system shall consist of a main
entrance service panel board with underground feeder or
branch circuits to factory installed safety disconnect
breaker located in electrical component enclosure mounted on
each luminaire pole (NEC 230-84). The systems shall be
designed to result in no greater than 3% voltage drop at any
luminaire. The system shall have overcurrent protection for
each service, feeder, branch circuits and ballast. Each
pole shall have a grounding electrode connected to the
system circuit grounded conductor (NEC 250-24). A neutral
conductor connecting to the service system ground shall be
run -from circuit breaker panel to all electrical component
enclosures and luminaire assembly equipment. For ungrounded
systems, a grounding electrode shall be established at the
entrance and connect to equipment grounding conductor which
connects to the circuit breaker panel, all electrical
component enclosure and luminaire assembly equipment. The
power supply to the main service entrance panel board shall
be provided by the utility company and the owner as shown on
the accompanying drawings.
2. SERVICE ENTRANCE
Main entrance circuit breaker panel board shall be located
as shown on the drawing and shall be a circuit breaker panel
board with NEMA 3R enclosure. Circuit breakers shall be the
bolt -on type. Panel board shall have a minimum of two
feeder or branch circuits. Equipment shall be Square "D"
type I -Line, NEHB or NQO or approved equal. Service
underground conductors (laterals) shall be installed in
rigid galvanized steel conduit or IMC from service entrance
equipment and extend to the bottom of the trench with 90
degree elbows at its outer end. If raceway is not
continuous, open butt end shall be protected with insulating
type bushing.
3. UNDERGROUND FEEDER AND BRANCH CIRCUITS
3.1 FEEDER AND BRANCH CIRCUITS
Underground wiring for feeder circuits shall run from the
circuit breaker panel board to the safety disconnect breaker
mounted in the electrical equipment enclosure on each
luminaire pole.
F3.2 RIGID CONDUIT
Rigid galvanized steel conduit or IMC shall be installed at
the service entrance to provide raceway for feeder or branch
circuits. The rigid galvanized steel conduit shall connect
to the circuit breaker panel board and extend to the bottom
of the trench with a 90 degree elbow connection at its outer
end. All ends of a raceway that are not continuous shall
have open butt ends protected with insulating type bushing
installed using non-metallic conduit. There should be
existing 2" conduit which is to be inspected and approved
before using.
3.3 DIRECT BURIAL CABLE
Direct burial cable shall not be acceptable.
3.4 DIRECT BURIAL CONDUIT
Underground conduit shall be non-metallic Carlon PV-Duit PVC
plastic conduit, type 40 Heavywall 90 C rated, or approved
equal. Underground PVC conduit shall be connected to the 90
degree rigid galvanized steel elbows located at the bottom
of the trench where the feeder originates and runs to and
connects to the 90 degree rigid galvanized steel elbows at
each pole. Underground conduit wiring conductors in PVC
conduit shall be copper building wire type THWN.
4. BRANCH CIRCUIT SAFETY DISCONNECT BREAKER
Each luminaire pole shall have an individual safety
disconnect breaker which shall be rated for service entrance
duty. Each disconnect breaker shall be factory installed in
a NEMA 3R electrical component enclosure.
The required safety breakers shall be installed
approximately eight (8) feet above final grade.
5. ELECTRICAL EQUIPMENT ENCLOSURE ON POLES
Nema 3R electrical equipment enclosure on each pole
containing disconnect breaker, panel and distribution
terminal blocks shall be provided by manufacturer. (See
section II for specifications on equipment enclosure)
6. BRANCH CIRCUITS ON POLES
Branch circuits at each pole extending from the safety
disconnect breaker to fixture distribution terminal blocks
in each electrical equipment enclosure shall be factory
installed by manufacturer and wired for single phase.
Contractor shall be responsible for changing the phasing as
required.
7. OVERCURRENT PROTECTION
7.1 SERVICE ENTRANCE
Service entrance feeder or branch circuits shall have
properly sized overcurrent protection. The circuit breaker
must be compatible with the specified panels and shall be
thermal magnetic bolt -on type with a common trip handle for
multi -pole breakers. Exterior tie handles shall not be
acceptable. The AIC rating of overcurrent devices shall
equal or exceed the available fault circuit at the main lug
terminal. The circuit breakers shall be Square "D" FA, QO
or EH bolt -on circuit breaker or approved equal.
7.2 BRANCH CIRCUIT DISCONNECT BREAKER
Factory installed branch circuit disconnect breakers shall
be Square "D" FA or QO circuit breaker or a approved equal.
7.3
BALLAST SUPPLEMENTAL FUSES'
All luminaire fixture ballasts shall be individually
protected against overcurrent by factory installed
supplemental fuses. 480/277 volt ballast protection shall
Fusetron Bussman Fuse #MDA or approved equal.
8. GROUNDING
Main entrance service and all luminaire assemblies and poles
shall meet the following requirements for grounding:
8.1 GROUNDING AT SERVICE ENTRANCE
The service entrance circuit breaker panel board shall have
a #6 bare copper grounding electrode conductor connected
from the neutral bar to two parallel 5/8 inch by 8 foot
copperweld ground rods buried a minimum of 12 inches below
final grade with a minimum six (6) foot separation between
rods. If ground rods cannot be instaled vertically, they
may be installed at no less than a 45 degree angle from
vertical or buried horizontally in a trench 2-1/2 feet deep.
8.2 GROUNDING AT EACH LUMINAIRE POLE
Each luminaire pole shall have green equipment ground wire
connecting all equipment grounds in the electrical equipment
enclosures and wire harness up pole'and connect to luminaire
equipment.
9. TRENCHING
Trenching depth and width shall be adequate to install
conduit with minimum cover of 24 inches.
Trenches shall be backfilled with excavated soil and
compacted to approximately the same density of surrounding
soil to eliminate settlement. Backfill maybe accomplished
by tamping or water jetting and flooding until full
settlement has been reached.
Special attention shall be taken at all locations where 90
degree rigid galvanized steel conduit extends into trench.
Backfill beneath elbow shall be tamped to approximately the
same density of surrounding soil to eliminate shearing
action on conductors.
End - of - Section
SPECIAL CONDITIONS
r- NOTICE OF ACCEPTANCE
a.
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 receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
r
70' Pole C2
5 Fixtures
Cl 70' Pole
.c Fiv+urw4
C1to 70' Pole I Shade Structur
5 Fixtures
0 New Light Pole
;®C2
5 Fixtures
70' Pole
sting Light Pole
Be Removed By
itractor
(cession Stand
Pull Box
e
Notes
1. LIGHTING INSTALLATION TO MEET ALL SPECIFICATIONS AND MANUFACTURES
RECOMMENDATIONS
2. ALL LIGHT FIXTURES TO BE AIMED PER MANUFACTURES DESIGN
RECOMMENDATIONS.
3. CONTRACTOR IS TO NOTIFY OWNER 48 HOURS PRIOR TO INSTALLATION OF
POLES BASES OR POWER LINES.
4. OWNER TO VERIFY PROPOSED LOCATION OF ALL NEW ELECTRIC. LINES PRIOR
TO INSTALLATION.
5. CONTRACTOR IS RESPONSIBLE FOR ANY DAMAGES INCURRED DURING
CONSTRUCTION.
6. CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSAi PERMITS AND
FOR PAYMENT OF ALL PERMIT FEES.
7. CONTRACTOR IS RESPONSIBLE FOR CORRECT PLACEMENT OF ALL LIGHT
POLES.
8. ALL DIMENSION: AND EQUIPMENT TO BE VERIFIED BY CONTRACTOR.
9. ALL WIRE TO 91 COPPER (THWN CU.)
10. WIRE PULLED IN PVC TO MEET N.E.C. DIRECT BURIAL CABLE SHALL NOT BE
ACCEPTABLE.
11. ALL CIRCUITS TO BE EQUIPMENT AND SYSTEM GROUNDED.
12. ALL ELECTRICAL APPLICATIONS TO BE IN ACCORDANCE WITH CURRENT nEc
AND ALL APPLICABLE CITY OF LUBBOCK, TEXAS CODES.
13. CONTRACTOR SHALL INSTALL NEW WIRING IN EXISTING CONDUIT AND SHALL
MAKE ANY NECESSARY REPAIRS TO EXISTING CONDUIT.
14. EXISTING LIGHTING CONTROL BOX TO BE REUSED BY CONTRACTOR.
EXISTING MOP PANEL TO BE REUSED BY CONTRACTOR.
15. ADDITIONAL TRENCHING, IF NECESSARY, SHALL OCCA OUTSIDE OF FENCED
AREAS ONLY.
16. CONTRACTOR SHALL REUSE EXISTING LIGHTING CONTACTORS AND REMOTE
CONTROL KEY OPERATED SWITCH TO CONTROL THE BALLFIELD LIGHTING
INSIDE THE CONCESSION STAND.
17. BREAKERS TO BE SIZED ACCORDING TO CODE.
18. CONTRACTORS SHALL REMOVE ALL EXISTING POLES FROM THE GROUND AND
CAREFULLY STOCKPILE THE EXISTING POLES AND FIXTURES ON SITE AT A
LOCATION APPROVED BY OWNER.
LIGHT TOURNAMENT
QUANTITY
Maintained
(.8 Factor)
Initial
Infield
30
7.5
Outfield
20
415
QUALITY
Infield
2:1
Outfield
:I:1
Smoothness Value
1%or less variation/foot
LUMINARIES
1500 Watt SC--2
S1 C1
A,
FUSED SAFETY DISCONNET 50A2P
Sited
r
t,
n tl.
o w.
n n
e�
-601
Site Location Map
No Scale
p
TITLE
Berl Huffman Athletic Complex
LUBBOCK PARKS & RECREATION
SHEET
CITY OF LUBBOCK
P.O. BOX 2000 LUBBOCK, TEXAS 7S457
of
LUBeocK ri ,.,;, (8061 767-2665
DRAWN 13Y: BWF
OATE:October 28,1993
Lighting Plan