Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 4657 - Contract- Houston Equipment Company- Parking Lot Revenue Control Equipment, LIA - 11/10/1994
Resolution No. 4657 November 10, 1994 Item 414 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 Houston Equipment Company of Houston to furnish and install all materials as bid for the Airport Parking Lot Revenue Control Equipment 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 10th day of November 1994. ATTEST: etty M.10 so City Secretary APPROVED AS TO CONTENT: Victor Purchasing Manager APPROVED AS TO FORM: r City Attorney naV:ap\oAcoa \AkpmtF= November Z 1994 1p, CITY OF LUBBOCK SPECIFICATIONS FOR AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT BID #12988 N sir,,t /J. » ( CITY OF LUBBOCK Lubbock, Texas _ O 01 V't V 10010 City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 MAILED TO VENDOR OLD CLOSE DATE: NEW CLOSE DATE: June 21, 1994 June 23,1994 AT 2:00 P.M. June 30,1994 AT 2:00 P.M. Office of Purchasing RFP #12988 - AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT ADDENDUM # 1 Please modify or amend Contract Documents as follows: 1. Please note the change in the closing date: FROM: June 23, 1994 at 2:00 P.M. TO: June 30, 1994 at 2:00 P.M. All requests for additional information or clarification concerning this bid should be submitted in writing and directed to Ron Shuffield, Senior Buyer. PLEASE RETURN ONE COPY WITH YOUR BID Office of Purchasing City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 606-767-2167 MAILED TO VENDOR: June 22, 1994 OLD CLOSE DATE: June 23,1994 AT 2:00 P.M. NEW CLOSE DATE: June 30,1994 AT 2:00 P.M. RFP #12988 - AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT ADDENDUM # 2 Please modify or amend Contract Documents as follows: 1. Please include with your proposal the following items: A. Parking Lot Tickets 300,000 Short Term 200,000 Long Term 100,000 Covered B. Pay Station 600,000 tickets or devices for prepaid exit gates. 2. There are eight (8) parking lot entrance gates and two (2) exit gates from short term parking, the other gates are not being replaced. All requests for additional information or clarification concerning this bid should be submitted in writing and directed to Ron Shuffield, Senior Buyer. PLEASE RETURN ONE COPY WITH YOUR BID YOU, Ron Sh eld Senior Buyer REQUEST FOR PROPOSALS RFP # 12988 Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 until 2:00 o'clock p.m. on the 23rd day of June, 1994, or as changed by the issuance of formal addenda to all proposers. AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT The 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 supplier is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Punccasing Manager for the city of Lubbock, Texas. Each supplier's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the vendor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all suppliers that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a pre -proposal conference on the 16th day of June. 1994, at 10:00 o'clock a.m. in Personnel Conference Room 108, 1625 13th Street, Lubbock, Texas. CITYAF LUBBOCK Ron Shuffield Senior Buyer NOTICE TO PROPOSERS RFP #12988 Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 23rd day of June. 1994, or as changed by the issuance of formal addenda to all proposers, to furnish all labor and materials and perform all work for the completion of the following described project: AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT It is the sole responsibility of the proposer to insure that his proposal 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 14th day of July. 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 Ratin of B or supSrior 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. Proposers are 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 proposal submitted as a guarantee that proposer 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 proposers 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 proposal submitted. The 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 proposer 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 proposers. Each proposer's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all proposers 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. 7 There will be a preproposal conference on 16th day of June 1994. at 10:00 o'clock a.m. in the Personnel Conference Room 108, 1625 13th Street, Lubbock, Texas. ARRon.Shhuffield OF L BOCK SENIOR BUYER OW , 1. GENERAL INSTRUCTIONS TO BIDDERS 2. RFP PROPOSAL FORM 3. PAYMENT BOND 4. PERFORMANCE BOND S. CERTIFICATE OF INSURANCE 6. CONTRACT 7. GENERAL CONDITIONS 8. WAGE DETERMINATIONS 9. SPECIFICATIONS INDEX PK E F f lk 4 r� r p GENERAL INSTRUCTIONS TO BIDDERS G.: I. y f 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 Automobile Parking Lot Revenue Control Equipment. �r2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the 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. 7! 4. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within (� consecutive calendar days from the date speed 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. 5. PAYly1ENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. p 6. AFFIDAVITS OF BILLS PAID r The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an C 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 e furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor 4 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. 4 f 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 A and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date a 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 uses 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 frorn injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 1 15. CONTRACTOR'S REPRESENTATIVE r 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. 1 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. F 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated 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). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS t, Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: r (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. P r F f t f i F G e_ r 7 RFP PROPOSAL w RFP PROPOSAL r— — AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT. { t PLACE: LUBBOCK TEXAS DATE: June 29,1994 rPROPOSAL NUMBER: 12988 - AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT proposal of HOUSTON EQUIPMENT COMPANY (hereinafter called Proposer) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Proposer, in compliance with your invitation for bids for Automobile Parking Lot Revenue Control Equipment having carefully examined the plans, specifications, instructions to proposers, notice to proposers and all other related contract a documents and the site of the proposed work, and being familiar with all of the conditions surrounding the completion of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to complete the project in accordance with the plans, specifications and contract documents at the price stated herein on Exhibit W. The price to cover all expenses Incurred in performing the work required under the contract documents. is Proposer 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 120consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Proposer hereby further agrees to pay to Owner as liquidated damages the sum of 500.00 ( DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for P- completion of this project, all as more fully set forth in the general conditions of the contract documents. Proposer understands and agrees that this bid proposal shall be completed and submitted In accordance with instruction number 20 of the General Instructions to Bidders. Proposer understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposal. r a The Proposer agrees that this proposal shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving proposals. r The undersigned Proposer 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 proposal, 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; as provided in the contract rdocuments. Enclosed with this proposal is a Cashier's Check or Certified Check for $ 27,516 Dollars (S 08 ) r0or a Proposal Bond in the sum of Dollars (S ), which it Is agreed shall be collected and -ctaincd by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days alter the date of picceipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned I ipon demand t� f too Proposer understands and agrees that the contract to be executed by Proposer shall be bound and include all contract _ dpcumcnts made available to him' for his inspection in accordance with the Notice to Proposers. f HOUSTON EQUIPMENT COMPANY Proposer r^ BY. Rob Hall 7 (Scal if Proposer is a Corporation) 7 ATTEST: 1 Secretary �l I A to. ON* 4 , a r r I k �M r This section is used to provide a better understanding of the operation of the proposed parking system. The methodology used combines descriptive text with sample illustrations of the possible configuration of the system. All information contained in this section is based on equipment and technology being successfully used at other locations. Only the alarm/display control panel and software monitoring screen are custom modifications. Parking Operations L Patron approaches entry lane passing over A loop then B loop, arming the dispenser. 2. a) If the lot is full then the full signs will be on and the dispensers will be deactivated. b) If the lot is not full then the "PUSH FOR TICKET" button is armed and flashing. 3. On pressing the button the patron is issued a thermal printed bar code ticket from the APE- APE/CPE BC -200 Entry Terminal Ticket Dispenser. On the ticket is printed a bar code, entry date, entry time, programmable message. Both the ticket and time is sent to the exit PG -2 Fee Computers in exit booths. 4. a) If the patron takes the ticket, enters the lot passing over the gate reset loop, then the ticket shall remain valid. b) If the patron takes the ticket, and back out of the lot (stolen ticket), then the .ticket shall be made invalid. Use of the ticket on exit will result in "ILLEGAL" being displayed on the PG -2 Fee Computer. 1. The patron drives to any exit with an active "GREEN" lane open light and PG -2 Fee Display that says "OPEN" passing onto the arming loop. 2. The patron hands their ticket to the attendant in parking booth, who will then insert the ticket in the exit Bar Key reader (located on the PG -2) to match the ticket number to the in time/date. The PG -2 automatically calculates the length of stay and resulting charge. The amount owing is displayed to the patron on the external fee display in large red letters. 3. a) CASH. If the patron pays by cash, the attendant enters the amount of the cash tendered. On pressing "ENTER" the ticket is validated, the cash drawer opens, and the exit gate opens. On passing over the exit loop the gate will close. PM Houston Equipment Company Page 3 b) CREDIT CARD. If the patron pays by credit card (VISA or MASTERCARD) then the booth attendant swipes the card through the magnetic credit card reader (located on the PG -2 Fee Computer). The credit card units connect to a master unit that is directly connected at all times to the bank. Cards are verified and the transaction is transferred to the bank in about 7 seconds. The bank then sends an authorization number back to the Credit card unit/PG-2 and a receipt is printed by the PG -2 Fee Computer for the parker to sign. The reports show credit card transactions for each exit lane for reconciliation. A report from each credit card is also sent to the Airport office. As with a cash transaction, on pressing "ENTER" the ticket is validated, the cash drawer opens, and the exit gate opens. On passing over the exit loop the gate closes. 4. If a patron has lost their ticket then the booth attendant can use the integrated PG -2 License Plate Inventory (LPI) system. The attendant simply keys in the license plate number and state into the PG -2 to determine if the car been in the lot more overnight. (Note: Using the existing TELXON units will upload the daily information into the parking computer which is then downloaded to the PG -2 Fee Computers automatically. The PG -2 revenue software used to upload and download programming and revenue data is located in the administration computer with various password levels for complete control. S. Any ticket presented that have been stolen will immediately and automatically flash and "beep" on the PG -2 as "ILLEGAL" requiring the attendant to check the patron's license plate using the LPI system on the PG -2 and charge according to the date the vehicle entered the lot. 4.1 INTEGRATED SYSTEM GENERAL LAYOUT ENTRANCE 1 ENTRANCE 1 ENTRANCE 2 ENTRANCE 2 ENTRANCE 3 �- Houston Equipment Company Page 4 The above diagram shows how all the entrances and exits are interconnected for operation and control to the two computers. The Parking Office Computer monitors each lane for alarms, operational status, and direct control (switching lanes/spitter/gates, opening gates etc). Reports can be generated providing current and historical data. In addition, the Parking Office Computer also is where the handheld telxon license plate collection unit is interconnected to transfer the data for downloading to the PG -2 Fee Computers. The revenue control in the system is handled via modem to the Administration office. Any programming changes are performed as well as transference of financial and statistical data from the booths for reporting purposes. What follows are more detailed representation of our integrated system. 4.2 DETAILED ONLINE MONITORING SYSTEM LAYOUT ONLINE COUNT/ALARM MONITORING/LOT CONTROL/LANE LOGIC The following is a more detailed representation of the integrated system showing specific points and controls. The first page shows a sample possible custom Monitor screen on the Parking Office computer (Note: Level Monitoring and Control is optional). The next page is sample possible layout for the alarm monitoring and control panel located in the main booth. The remaining two pages show the various input and output point for each entrance and exit. The above software screen is a double high resolution screen divided into sections. TOP: Current date and time, title. UPPER SECTION: Online Count and Daily Totals MIDDLE SECTION: Alarm Information and Computer Lane Control LOWER SECTION: Each Monitor transactions as they happen. BOTTOM: Functions for acknowledging Alarms, Adjusting counter, Manual override , LPI/TELXON coxvERraR RS232/4221 —T—I RSt22 1 Lubbock International Airport 'r; TRANSIENT SPACE AVAILABLE 30 LEVEL 7 L FULL AUTO ORI Orf L TOLL AUTO ON Orr -� ZS LEVEL L rULL AUTO ON Orr Houston Equipment Company Page 5 U 6 20 LEVEL L LOLL AUTO ON O!! LANE IA LANE IS LANE 2A LANE 28 LANE 3 SPXTTZR OPEN L L L L L LATE OPEN L L L L L LOW TICKET L L L L L NO TICKETS LEFT L L L L L TXCKET IN THROAT L L L L L GATE OP L L L L - L POWER LASS L L L L L OPEN GATE P' p P p p CLOSE GATE P P P P p ARM DISPENSER P P P P p DXSPENSE TICKET P P P P P SWXTCL SPITTER A/B P p SWITCH CATS A/S P p EXIT 1 EXIT 2 EXIT 3 EXIT 4 OPEN L L L L GATE OP L L L L POWER LOSS L L L L U 6 20 LEVEL L LOLL AUTO ON O!! 5 1S LEVEL L MILL AOTO ON O!! t LEVEL L FULL ROTO ON O!! 1 LEVEL L.lOLL ROTO ON O!! I 2 LEVEL 1 L lOLL ROTO ON O!! PARSLEYS 1 Houston Equipment Company Page 6 EXIT 1 EXIT 2 ZXIT 3 6TOLLUL TTC[LLT DSSPEtL3E TICIfET GATE UP PAR9LEY9 EXIT • LOGIC soGATE LOGIC POWER LOSS LOGIC ' ENTRANCE ANS CONTROL 3 LOGIC COUNT t LANE CLOSED I.OW TICKET -� OPEN GATE RO SICICET CLOSE CAT! TICKET/THROAT ARN SPITTLR 8TOL8lT TICKET DISPENSE TICKET GATE UP UNIT POWER IAW UNIT EXIT 1 EXIT 2 ZXIT 3 6TOLLUL TTC[LLT DSSPEtL3E TICIfET GATE UP PAR9LEY9 EXIT • 1CLOSE LANE 3 CLOSE LANE • OPEN GATE 3 OPEN GATE • CLOSE GATE 3 CLOSE GATE • Houston Equipment Company page 7 t LOGIC LOGIC LOGIC LOGIC CONTROL CONTROL CONTROL CONTROL UNIT UNIT UNIT UNIT PRC -90E PRC -90E PRC -90E PRC -90E REVENUE REVENUE REVENUE REVENUE PG -2 !EE PG -2 r!! PG -2 r PG -2 FEE COMPUTER COMPUTER COMPUTER COHPUTER CLOSED CLOSED CLOSED CLOSED GATE 1 GATE 2 GAIL 3 GATE • EXIT ANS CONTROL 1 4 2 EXIT Alta CONTROL 3 E • COUNT EXIT 1 CLOSE LANE 1 COUNT EXIT 3 COUNT EXIT 2 CLOSE LANE 2 COUNT EXIT • aATR UP 1 OPEN GATE 1 GATE UP 3 GATE UD 3 OPEN GATE 2 GATE UP • POWSR LOSS 1 CLOSE GATE 1 POWER LOSS 3 POWER 1.099 2 CLOSE GATE 2 PDWER LOSS • YARXADE ANS LEVEL CONTROL PARKADE ANS LEVEL COUNT LEVEL 7 rULL LEVEL 7 REMOTE COUNT LEVEL 7 LEVEL 6 rULL LEVEL 6 REMOTE COUNT LEVEL 6 LEVEL 5 FULL LEVEL 5 kEMOTE COUNT LEVEL S LEVEL • FULL LEVEL • RENOTE COUNT LEVEL • LEVEL 3 FULL LEVEL 3 REMOTE COUNT LEVEL 3 1CLOSE LANE 3 CLOSE LANE • OPEN GATE 3 OPEN GATE • CLOSE GATE 3 CLOSE GATE • Houston Equipment Company page 7 t r f u CONTROL 3 & 4 PRC - EXIT 3 STOLEN TICKET r f EXIT AMS CONTROL 3 & 4 PRC - EXIT 3 STOLEN TICKET DISPENSE TICKET r. PG -2 FEE UP 3 COMPUTER r"' i GATE UP CLOSE GATE 1 CLOSED � P POWER LOSS 4- GATE 1 i EXIT 1 EXIT 2 EXIT 3 LOGIC LOGIC LOGIC p CONTROL CONTROL CONTROL �'" UNIT UNIT UNIT r f EXIT AMS CONTROL 3 & 4 PRC - EXIT 3 REVENUE COUNT EXIT 4 OPEN GATE 1 PG -2 FEE UP 3 COMPUTER r"' i UP 4 CLOSE GATE 1 CLOSED LOSS 3 CLOSE GATE 2 4- GATE 1 EXIT AMS CONTROL 1 & 2 k COUNT EXIT 1 COUNT EXIT 2 �'" I 1, GATE UP i GATE UP 2 } ' POWER LOSS 1 rPOWER LOSS 2 PARKADE AMS LEVEL CONTROL LEVEL 7 FULL i LEVEL 6 FULL ?~ LEVEL 5 FULL LEVEL 4 FULL 4 a Houston Equipment Company PRC -90E REVENUE PG -2 FEE COMPUTER CLOSED GATE 2 PRC -90E REVENUE PG -2 FEE COMPUTER CLOSED GATE 3 EXIT 4 LOGIC , CONTROL UNIT PRC -90E REVENUE PG -2 FEE COMPUTER CLOSED GATE 4 CLOSE LANE 1 EXIT AMS CONTROL 3 & 4 COUNT EXIT 3 CLOSE LANE COUNT EXIT 4 OPEN GATE 1 GATE UP 3 OPEN GATE 2 GATE UP 4 CLOSE GATE 1 POWER LOSS 3 CLOSE GATE 2 POWER LOSS 4 LEVEL 7 REMOTE PARKADE AMS LEVEL COUNT COUNT LEVEL 7 LEVEL 6 REMOTE COUNT LEVEL 6 LEVEL 5 REMOTE COUNT LEVEL 5 LEVEL 4 REMOTE COUNT LEVEL 4 iCLOSE LANE 3 I CLOSE LANE 4 OPEN GATE 3 OPEN GATE 4 CLOSE GATE 3 CLOSE GATE 4 Page 8 i 2. STATUS: Online Monitoring of Lane Status is accomplished with the AMS controllers used in conjunction with each lanes logic control unit. Any lane that is shut down or closed for operation, or if the lot is full is indicated on the Main booth control panel as well as the Parking Computer. Lanes or equipment (1 & 2) may be activated or deactivated from the Main Booth Control panel or by the software on the Parking computer. 3. COUNTS: Online Counts are accomplished directly through the AMS computer controllers. For entry lanes proper counts are determined through the gate/lane logic system and transmitted to the Main booth control panel and Parking Control computer via the AMS computer controllers. In addition, provision has been made to allow the level counting and full system to also be displayed and controlled by the Main Booth control panel and/or Parking Control computer. Lot full controls are accomplished as follows: In "AUTO" mode when the lot reaches full, the spitters can be locked out and the full signs turned on. In "Off" mode, the spitters are locked out and the fulls signs turned on. In the "ON" mode the spitters are forced on, full signs are forced off. Any vehicle may enter (Below zero counts can be made) 4. Data protection. If there is ever any loss in communications, the AMS computer controllers hold all information until back online and then update the entire facility. Direct updating of the Main Booth Control panel can be done via direct wiring or an optional NETWORK computer. 4.3 DETAILED ONLINE MACHINE READABLE BAR CODE SYSTEM LAYOUT This function enables the attendants to process customer transactions automatically, without having to key in the date and time. This system eliminates calculation errors, speeds transaction rr processing, and checks for illegal tickets (stolen etc). I ENTRANCE 1A ENTRANCE IR ENTRANCE 2A ENTRANCE 25 ENTRANCE 3 ETD ETD ETD LTD ETD �. RAR CODE READER JIBAR CODE READER BAR CODE READER RLR CODE READER BAR CODE READER RAR CODE RAR CODE BAR CODE RAR CODE RAR CODE DECODER/COLLECTOR DR .1 DECODaR/COLLECTOR DECODER/COLLECTOR DECODER/COLLECTOR EXIT 1 PG -2 FEE COMPUTERI RAR CODE READER FEE DISPLAY VALIDATOR EXIT 2 PG -2 FEE COMPUTER WM CODE READER FEE DISPLAY VALIDATOR LXIPG32 I FEE COMPUTER BAR CODE READER FEE DISPLAY VALIDATOR EXIT 4 PG -2 rEE COMPUTER BAR CODE READER !EE DISPLAY VALIDATOR Houston Equipment Company Page 9 Online Thermal Issue Bar Code Operation - 1. The online entry terminal issues a thermal printed bar code ticket and transmits number to to computers. 2. The bar code information (in round robin fashion) to each PG -2 Fee Computer located in each exit booth. The ticket number is sent and are assigned the current date and time. 3. In the event of a ticket being made illegal (example stolen ticket), a different code is sent marking that ticket as illegal (Shows up a 1 on ticket report). 4. Communication is by RS422. In the event there is a communication problem the dispenser also prints (using a thermal printer) the time and date on the ticket for manual processing by the attendant. Communication to computer in Parking Office via PG -2's (see next sextion). 4.4 DETAILED REVENUE CONTROL AND LICENSE PLATE INVENTORY LAYOUT All downloading of revenue and statistical data from the PG -2's and all uploading of programming and time/date changes to PG -2's (and dispensers) are accomplished when the computer in the Administration office communicates via modem to the system. The Parking office also has access to the PG -2's for uploading the License Plate Inventory and Changing date/time (if so allowed). The system uses a multi -drop configuration and allow the operator to communicate to all or selective units. --.�bAPOTEh " R8232 MULTIDROP CONVERTER RStRS/232 MULTIDROP CONVERTER EXIT 1 PG -2 tEE COMPUTER BAR CODE READER tEE DISPLAY VALIDATOR EXIT 2 I PG -2 EE COMPUTER BAR CODE READER FEE DZHPLAY VALIDATOR . OttICE H PRINTER EXIT 3 I PG -2 F E COMPUTER BAR CODE READER FEE DISPLAY VALIDATOR RS485/232 EXIT a PG -2 tE COMPUTER LAR CODE READER !LE DZSPLAY VALIDATOR Houston Equipment Cowa" Page 10 P'" Revenue Control Operation: 1. UPLOADING The PG -2 Fee Computers can be programmed either manually at the keyboard (code protected) or automatically by a the PG -2 Manager Program. Uploading is accomplished by bringing the PG -2's online and communicating through a network. Changes or additions can be made to: - Fee rates - Fee structures - Merchant Validations - Key usage - Date/Time - Cashier Codes - Etc (See PG -2 Reference Manual) All functions are password level protected. 2. DOWNLOADING All Revenue and activity information from the PG -2 Fee Computers can be downloaded to the computer via the network. SHIFT, DAILY, AND GRAND revenue and statistical data are stored on the hard drive (or diskette) for report generation 3. LICENSE PLATE INVENTORY License plate number are recorded daily on a hand-held Telxon collector. The Telxon collector is then connected to the Parking Office computer and the information is transferred to the computer. Immediately following the transfer_ the license plate data is uploaded to all of the PG 2 - Fee ComputersPG . The -2 Fee Computers can then be used to key in a License number to run checks. 4.5 CREDIT CARD SYSTEM LAYOUT g L EXIT 2 i PG -2 I MAG COMPUTER' CREDIT CARD KIT EXIT 3 i EXIT t PG -2 JMAG READER) R PG -2 MAG READE FEE COMPUTERi FEE COMPUTER: CREDIT CARD I (CREDIT CARD KIT KIT Houston Equipment Company Page 11 EXIT 1 �- r► PG -2 MAG REM FEE COMPUTER CREDIT CARD (CIT MASTER u CREDIT CARD INTERFACE DIRECT CONNECT PHONE LINE CZHC BANK (DATAPAC) g L EXIT 2 i PG -2 I MAG COMPUTER' CREDIT CARD KIT EXIT 3 i EXIT t PG -2 JMAG READER) R PG -2 MAG READE FEE COMPUTERi FEE COMPUTER: CREDIT CARD I (CREDIT CARD KIT KIT Houston Equipment Company Page 11 Credit Card Operation: 1. Each PG -2 Fee Computer has a Credit Card integration Kit and a magnetic card reader (mounted on PG -2). 2. Each Credit Card Kit (CCK) is networked to a MASTER CREDIT CARD INTERFACE UNIT (MCCI). The MCCI is then linked via direct connection phone line to the CIBC bank (Clearing house for VISA,MASTERCARD, AND AMERICAN EXPRESS). Thus the credit system is always online. (ie. No dialing of phones and no waiting if line busy). 3. The booth attendant swipes the card through the magnetic credit card reader (located on the PG -2 Fee Computer). Note: If a card is damaged then the card number can be entered on the PG -2 Fee Computer. 4. The credit card unit (through the MCCI) verifies the card and processes the transaction to the bank in about 7 seconds, is transferred to the bank in about 7 seconds. S. The bank then sends an authorization number back to the Credit card unit/PG-2 and a receipt is automatically printed by the PG -2 Fee Computer for the parker to sign. 6. Daily printed transaction reports are available as well as monthly summary reports. 7. Sample Credit Card Receipt Houston Equipment Company f . Lubbock Int. Airport Merchant Copy 93JUN16 16:1 101 999 #000001 VISA ;16.00 =451220722021 09/93 Page 12 i Programming Capabilities: Rates: capable of utilizing a minimum of 4 completely separate rate structures with unique fee increments, time zones, grace periods, complimentary time, daily maximums, minimum of 4 overlap types per rate structure, weekly maximum, monthly maximum and holiday schedule. The PG -2 Fee Computer is capable of handling 5 additional rate structures with basic unit. Lost ticket keys for each separate rate structure are available with the ability to handle fee computation by entry time (utilizing a fee structure) or by fixed or open amount. Surcharges: There are 10 programmable surcharges or fixed value keys individually programmable to be used in conjunction with rate keys or as separate function. Each key may be selectable as to requiring arming for use, validation or vending. Validations: Up to 99 validations/discounts may be used. Each validation may be programmable to discount by time, value, percent or rate structure. All validations are capable of determining a maximum value allowed. Tendering: All transactions default to a payment type and allow a minimum of 4 payment types: Cash, check, Credit Card, and Foreign Currency. Short money transactions may be allowed and stored in two categories. Void/Clears: Each void shall be individually recorded indicating where during the transaction sequence void occurred and indicating number and value of voids. Cashier Functions: Up to 99 cashiers may be implemented per system and required to Sign On/Sign Off using individual Alpha numeric ID codes. All cashier reports are maintained in the Fee Computer memory whether sign on or off the machine. All cashiers shall have programmable access levels determining transaction capability. Houston Equipment Company 0 Page 13 r 3 Taxes: PG -2 allows up to 3 different tax type that may be calculated as inclusive or additive to any rate, validation, or miscellaneous key and to one another. Operational Features: All keys have individually programmed headers for simple report identification. All keys may be easily enabled/disabled through programming. Cashier display has 2 line Alpha numeric fluorescent display with user friendly prompts during programming and operation. All transactions are recorded on journal printer and memory for reconciliation and audit purposes. Receipt issued is automatic or upon request as S selected in programming. Receipt includes pertinent information detailing entry time, exit time, duration of stay, transaction number, validations, surcharges, taxes (if applicable), payment type, change and have a programmable 3 line header and 3 line footer for site or operator identification. A multiple line validator prints all transaction data on the ticket for control audit control. Memory retention for program, active tickets and all reports are maintained in event of a power failure for a minimum of 30 days. All power failures are recorded indicating date,time and length of power failure on journal tape and memory. Starting cash drawer float is recorded via separate float key and cash drops are also recorded via a separate drop key. The drop function minimizes cash in drawer for security reasons. Reports: Shift: All reports require a minimum access level for viewing. All shift reports are identified as active, closed, or currently on break. Shift reports may be printed and removed from memory or saved for future use. Shift reports indicate cashier activity- including sign on/off times, breaks, start end transaction numbers, lane ID and complete shift summary. Daily: Includes daily lane report summarizing all shift reports by lane for calendar day. Merchant/validation report indicates the number of merchants and value by merchant ID. Statistical reports include cashier report: Detailing all cashier sign on/off records; dollar value report indicating number and value of 24 programmable dollar value categories; Duration report indicating length of stay of vehicles by 24 programmable categories; In/Out report detaining number of vehicles entering and exiting during calendar day itemized by the hour. These reports may also be cleared or retained by operator as in +shift report. _P" Houston Equipment Company Page 14 i , i Grand: A complete summary of all sales totals and merchant totals to date. This report may be cleared assuming operator access level matches Grand Z clear setting.. Ticket Inventory: This report is active when 3 of 9 bar code tickets are used and exit terminals are on-line with entry terminals. All ticket data is individually maintained at each PG -2 indicating ticket number, date and time of entry. This file allows tickets to be. cleared and reported by selectable ticket number or date. The data capacity is 8000 tickets. Specifications: The journal printer is a serial dot matrix (7X7 font) printer. The printing speed is approximately 2 lines per second and the capacity is 21 digits per line. Paper roll measures 1.75 in wide. PG -2 Fee Computers are CSA and UL approved. Memory retention is maintained using a Ni -Cad rechargeable battery. Stand-by power consumption is 23 watts and operating consumption is 60 watts with an operating temperature of 32 degrees F to 104 Degrees F. Software: The PG -2 revenue software communicates with any one or all PG -2 Fee Computers via a PC port in the PG -2. Direct connect or dial-up modem communication is supported by the software. Uses one RS232 com port and requires minimum 640k virtual memory, 4M expanded memory, 40 meg hard drive, floppy disk drive (3.5 preferred), color monitor and printer. Customized Add-on features: -PG -2 software running under the Monitor Plus Program. -License Plate Inventory Menu trees from PG -2 Revenue Software follow. PG -2 MENU TREE Houston Equipment Company i Page 15 �. or.aur aawrz�raeuw COMM PASSWORD SITE ACTIVATE SITES RETRIEVE PROGRAM COMPANY TITLE 3. DOWNLOAD ALL REPOICKET RT SHIFT ----� AUTOMATIC MANUAL DAILY AUTOMATIC MANUAL GRAND —�—� AUTOMATIC MANUAL TICKETSRETRIEVE AUTOMATIC MANUAL DELETE AUTOMATIC MANUAL RECOVERYSHIFTL ALL SHIFT REPORTS LANE MERCHANT DOLLAR VALUE DAILY ALL DAILY REPORTS LANE MERCHANT DOLLAR VALUE TIMECARD IN / OUT DURATION C.A.T. 4. PROD SYSTEM INTO TAXES KEYS GENERAL MERCHANT CASHIER FEE FILES 5. UPLOAD 6. REPORT SHIFT ALL SHIFT REPORTS LANE MERCHANT DOLLAR VALUE DAILY ALL DAILY REPORTS LANE MERCHANT DOLLAR VALUE TIMECARD IN/ OUT DURATION C.A.T. (Future) GRAND ALL GRAND REPORTS MARS MERCHANT TICKET REPORT LOG REPORT 7. ARCHIVE ARCHIVE 6. REVIEW A REVIEW 6 REVIEW 9. QUIT REPORT (Be* 6.0 Report) P G - PROGR MMIN M E N TREE Houston Equipment Company 0 Page 16 SYSTEM INTO (Job 90) DATE (Funs► 91) TIME (!unci 92) XD Puna# 93 XACTION (Func# 94) PROGRAM (Tune► 95) ACCESS REPORT (Tune# 96) ACCESS SPECIAL (Fine# 98) ACCESS SYSTEM (Funs# 99) FLAGS TAXES (Job 80) ---------- TAX RATES (Tune# 81) TAX FLAGS (Fun.# 82) KEYS (Job 70) FEE (rune# 71) LOST (rune► 72) MISC (rune# 73) TENDER (rune# 74) DEBIT (rune► 75) DEPOSIT (Tune► 76) FLOAT/DROP (Tune# 77) NOSALE (Tune# 78) TAXD (Tune# 79) GENERAL GENERALI (50) EXCBG RATE (Tune# 51) LOGO (rune# 52) FOOTER (Tune# 53) SPECIAL (Tune► 54) ALPHA C.A.T. (Tune# SS) GENERAL2 (60) CID LIMIT (Tune# 61) DOLLAR (Tune# 62) DURATION (Tune# 63) SLIP LINES (Tune# 64) TIME CSG (rune# 65) MERCHANT (Job 40) MERCHANT (Fun.# 40) CASHIER (Job 30) CASHIER (Tune# 30) FEE FILES rEE1 (10) START DATE (Tune# 11) HOLIDAY (rune# 12) CALENDAR (Tune# 13) DAY TYPE (Tune# 14) TIME SONE (rune# 15) FEE INCRE (rune# 16) FEE2 (20) START DATE (Tune# 21) HOLIDAY (rune# 22) CALENDAR (rune# 23) DAY TYPE (rune# 21) TIME 20NL (Tune# 25) FEE INCRE (Fun.► 26) Houston Equipment Company Page 17 Background: The Monitor control system is of distributed database design, using microprocessor controllers. The system software allows the user to exit the application software and run another MS-DOS program or utility while maintaining total system integrity. Polled communications to the controller network must remain intact. The system software shall flag the user of security events even while he is running another program. When the PC is shut down, or if communications are lost, the controllers automatically go into a buffer mode to store transactions and make intelligent decisions. The controllers automatically upload the buffer storage to the PC when communications are re-established. Online Monitor Software System Requirement: COMPUTER - IBM PC type computer. 486 DX33 or better performance CPU Minimum 4 meg, bytes Extended Memory. ComI & 2 serial boards. Printer board VGA monitor or SVGA monitor. (EGA monitor is acceptable) 200-300 Meg Hard Drive w/Tape Backup Note: Not Recommended: AT&T, IBM-PS2, PC Clone XT,AT and 386/486 w/EISA BUS. Above systems may not work correctly with our network communication. Note: Resident type serial MOUSE is not supported. Recommend using BUS MOUSE. PRINTER - 132 Col. parallel color printer. �^ Recommended: Seikosya, NEC, OKI, Panasonic and IBM compatible. p Not Recommended: Laser Printer. (Page printer is not useful) Note: Please specify if you must use 80 Col. BIW printer. r Houston Equipment Company Page 18 MODEM - Telephone line: MONITOR PLUS 11200 by MODEM] PG -2 [2400 by MODEM] Bell Data Line: Black Box Short Haul Modem [SHM-B Asybc] 22 Gauge Shielded Twisted 2 Pair for up to 5 miles. Direct wire: 22 Gauge Shielded Twisted 2 Pair Wire for 500 ft. MULTI TASKING ENVIRONMENT - Software will run under WINDOWS environment. WINDOWS: You must upgrade the computer to provide WINDOWS 3.10 DOS 5.0: Recommended (EMM memory manager works fin with our software). NETWORK SERVER - A stand-alone PC to maintain local controller activities without main computer. Network Controller has it's own hard disk to maintain permanent local data until the main computer is connected. [Mtd. in standard controller box] DATA BROADCAST - Recommended: Black -Box GQ-TL158A (8 slave ports) Note: Data broadcaster required only for multiple communication system. CONVERTER - Requires at the end of local controller connections. Required at each PG -2 location. Required at the main computer. APE/CPE Pay on Foot Equipment offers you today's most advanced technology with the emphasis on user friendliness. The result is a truly interactive, yet fully automatic revenue control system. Features such as: Message Prompting, Video Display Terminals, Multi Lingual Message Prompting and Credit Card Payment are only some of the benefits this system can provide. The following is an outline of various highlights that have proven to be popular with the many users of this system. w. Houston Equipment Company Page 19 { (1)Message Promo ing QWhili iec. - all entry/exit terminals are capable of a 2 line programmable display. - each line is capable of 32 characters of display area. - all characters are 1 inch in height for maximum legibility. - a vacuum fluorescent display provides total visibility in any light. - all displays can be bilingual or English only if required. - all message programming can be done from the central PC. You �- - :�ar:���� 1• �� - capable of producing a custom message on each ticket either independently on each entry terminal or all units universally. - an example of a custom message could read: WELCOME TO LUBBOCK INTERNATIONAL AIRPORT PLEASE TAKE YOUR TICKET WITH YOU THANK YOU! - these messages are programmed from the central computer and can be changed in minutes! (3) Standard Tickets Paper Stock - all tickets are issued of standard paper rolled stock therefore keeping the cost per ticket very tow. - the ticket issued is a laminated, tear -resistant, waterproof ticket obviously making it highly durable. - the ticket uses 2 of 5 bar-code technology which allows for an extremely high read rate AND is not susceptible to the magnetic interference found in hospitals like a magnetically #i ticket. - these features offer an economical solution to preprinted custom tickets. - the automatic pay station will recycle all accepted coins. 7 - all coins are sorted and recycled in coin shoots for re -use in the system. - this feature allows for an independent operation with little attendant interaction with the pay station. l , (5) Video Dismay Terminal at Central Pay Station. """' - this display terminal allows complete prompting through all aspects of the payment trulm - the customer display monitor offers additional "HELP" screens for any problems rSousron Equipment Company Page 20 7 - all intercoms on the system allow contact to the parking office or security office. - this feature allows for personal contact with the customer, helping to alleviate traffic flow problems. 11 ' i 9.j 1 1 511 - credit card payment can be integrated into the system at any time - the automatic pay station will accept both Visa and Mastercard. IR ,01 U.. 1 '.lfiF 11 The APE Central Management Report System is written to be compatible with any IBM compatible personal computer, 486DX2 66HRTZ /250 MB Hard Drive. This program operates under Windows 3.1 thus offering complete user friendliness via Pop-up Windows and HELP screen functionality. The program is completely parameter driven with menu selection and offers the following reporting capabilities: - low ticket alarm for low tickets at Entry terminals. - low coin alarms if coin recycling chambers at the automatic pay station are running low. - coins caught in coin acceptor or door ajar. - auto gate malfunction ie: gate arm broken. - additional alarm point monitoring is available to a maximum of 16 points. ' "M-4 1 (1 1 - complete revenue reporting is available for all aspects of the system's revenue collection and validation program. - total coin revenue by denomination and collection location. - total bank note revenue by denomination and collection location. r I Houston Equipment Company Page 21 r 0 - value card/debit card capabilities for temporary 'Yusa e. - total credit card revenue by credit card type. - all reports are obtained through the central PC for management perusal. s .I . ,_ _,,.,- u - complete on-line count capabilities for all entry and exit terminals. - lot "FULL" monitoring with alarm points. - transient vs. monthly - total space count monitoring peak levels for both monthly and transient with peak point alarm capabilities. - software can be completely bilingual in design (Spanish and English) and selected by each individual user. - export file capability by ASCII file to external programs ie. Lotus 1-2-3. - 32 individual rate structure programs per day. - the use of high quality thermal transfer printers in the receipt printer and the ticket printer eliminate the need for messy, costly ribbons. Also, the thermal printers are modular in design unlike others which consist of many components, resulting in higher maintenance. :: i Mi y' 1 A] 2 Ito) Drivers will obtain a bar-coded ticket from the entrance ticket dispenser. Ticket dispenser will prompt user by sign and electronic display. When a ticket is issued all information concerning the time, date of entry, ticket and entry lane # is transferred to the system server. This information is retained in memory for future processing. Once the ticket has been issued the barrier gate arm will open allowing entry into the parking facility. Sign at the entrance would indicate to drivers that they must pay for parking at the automatic pay station before returning to their vehicles to exit the facility. APE also proposes that beside each ticket F dispenser there is a "PARKING INSTRUCTIONS" pamphlet consisting of a cover and two inside pages describing the procedures the parker must follow to ensure speedy exit from the garage �- or parking area. At the automatic pay station, the operation would be as follows: The pay station will prompt FM 1 Houston Equipment Company page 22 w ° the person through the payment process with text on the monitor and with the optional voice package. The system automatically defaults to English if no other language is selected. The parkers would insert their tickets into the ticket reader and the amount owing by the parker would be indicated on the 12" monitor. This is done by the data concentrator comparing the time of ticket issuance to the present (the exit time). Fees are calculated according to rate structures set by the parking facility management and can be altered at any time through the LFC. The automatic pay station is equipped with a coin and bank note acceptor that will accept � - 3 types of coins and 4 types of notes. A credit card reader is another option available on the Pay I Station. A coin changer is also included in the pay station to facilitate transactions. Once the appropriate fee has been paid, the system will recognize the ticket as a paid ticket and the �- monitor will instruct the parker to exit the facility within a certain programmable grace period and a receipt will be issued upon request. The parker will then take the paid up ticket and proceed to exit the facility. This entire process can be done with the identical simplicity of using �^^ an automated teller machine, including "HELP" button if there are any problems with the transaction. fl" For exit from the structure the parker inserts the paid up ticket into the exit terminal, the exit gate will open and the ticket will be swallowed by the exit terminal. The transaction is now complete and the parker can exit the facility. If the grace period has expired, the gate will not open and the parker will return to the pay station and pay an additional amount of money. Fee Computers 2 APE PG -2 Machine Readable Fee Computers Ow APE PG -2 External Multi -Line Ticket Validator c/w Fee Indicator c/w License Plate Inventory System c/w APE Integrated Credit Card Kit 2 APE PRC Revenue Control Interface Packages 2 PowerGuard UPS - Battery Back-up for approx. 4 hrs. Houston Equipment Company Page 23 t. 3 Electronic Gates 10 APE G89 -E Electronic Auto Gates c/w Solid State Controller c/w Weatherproof Cabinet c/w Lockable Door ` c/w 25OW Heater c/w Instant Reverse Arm c/w 10 Foot Wooden Gate Arm c/w Loop Detector 2 C` Entry Terminal Stations 8 APE BC -200 Entry Terminal c/w Thermal Bar Code Printer 4 c/w Low Ticket Package c/w Flashing "Push For Ticket" Button c/w Bi -Directional Logic Package Online System Server 1 APE/CPE IE 7800 Server Computers 1 IBM Compatible DX/2 66Mhz r 240 MB Hard Drive 8 MB RAM DOS Windows 2 Serial/l Parallel Port Panasonic KT -P1654 24 Pin 375 cps wide carriage Printer I ME 3.1 KVA Uninterruptible Power Supply r Houston Equipment Company r' Page 24 Accessories 2 Modems -Administration -Credit Card Software 1 IE Parking Software Custom Online Count/Alarm System Software c/w Report Generation Module Revenue Software c/w Report Generation Module LPI License Plate Inventory Software The price for the base proposal is a as follows includes all installation, freight, equipment, bonds, insurance, and training. TOTAL BASE PRICE ........... S 269.630.00 TWO HUNDRED SIXTY NINE THOUSAND SIX HUNDRED THIRTY DOLLARS Houston Equipment Co. - Installation Installation of the parking system includes: -Install communications conduits -Saw cut and seal loops -Remove old equipment `.. -Bolt down new equipment -Perform all interconnections -Configure and install software • -Provide full training (see section 11.0) -Test system and ensure proper functioning j -Commission system -Perform preventative maintenance over warranty period I i Houston Equipment Company 4 Page 25 9.0 OPTIONS r OPTION 11 VEHICLE INVENTORY SYSTEM Houston Equipment Company will provide Lubbock International Airport with the APE/CPE software to operate the LPI SYSTEM. The necessary equipment for this system is as follows: 17 r I LPI APE/CPE SOFTWARE R 1 LFI TELXON DATA COLLECTOR' - HAND HELD ' I LPI DATA COLLECTOR INTERFACE 7 2 PG -2 APE/CPE LPI SOFTWARE UPGRADE 8 i PRICE: S 11 000.00 OPTION COMPUTER BACKUP HECO will provide L.I.A. with the following APE/CPE equipment for a backup system to the C' additional gate house at the following prices: F 1 PG -2 APE/CPE FEE COMPUTER W/NETWORK BOARD !- 1 --- FEE DISPLAY 1 ---- EXTERNAL VALIDATOR 1 --- IE BAR KEY READER '^ 1 ---- POWERGUARD UPS SYSTEM 1 ---- CREDIT CARD KIT 1 ---- PRC INTERFACE r 4 PIUCE: -".9-400- OPTION 19-400.OPTION 13 INVENTORY READER EQUIPMENT HECO will supply APE/CPE LPI Software for fee computer. 1 PG -2 LPI SOFTWARE UPGRADE KIT ,.. PRICE: S 2,150.00 k i Houston Equipment Company Page 26 2 r B HECO will install the APE/CPE Automated Pay Stations in the Airport Terminal. They will be integrated to the System Server and Administrative P.C. With APE/CPE BC -200 Exit Terminals and G -89E Barrier Gates for the exits at Gates 3 & 4. 2 BC -200 APE/CPE PAY ON FOOT W/OPTIONS 1. Each APE/CPE BC -200 Pay on Foot Station will include the following features: a. Credit card payment off line b. Recycling change giver w/three separate coin reservoir tubes c. Bank note reader up to 4 denomination d. CRT monitor of user friendly operation of Pay Station (2 Languages - display by push-button e. Dispenses thermally print bar code exit ticket and receipt 2 BC -200 APE/CPE Exit Terminals 2. Automated exit terminals located at lanes 3 & 4 would have a BC -200 Exit Station to exit airport with a coded ticket from the Pay Station located in the terminal. The parker would place their ticket in bar key reader and exit terminal, if exiting in the proper amount of grace period. The pay station exit reader will keep the ticket and open gate to let the parker exit. If the parker has surpassed the grace period they must exit through the cashier booth & pay the amount they have over stayed. Equipment for this option as follows: 2 BC -200 APE/CPE AUTOMATED PAY STATIONS $ 60,300.00@ $ 120,600.00 2 G89E BARRIER GATES W/2 LOOP DETECTORS & REBOUND $ 2,550.00@ $ 5,100.00 2 BC -200 APE/CPE EXIT TERMINALS $ 8,900.00@ ` $ 17, 800.00 4 L-5 DETECTOR LOOPS $ 185.00 $ 740.00 Houston Equipment Company •r Page 27 OPTION i5 CLOSED CIRCUIT JY MONITORING SYSTEM HECO will install B & W cameras at each lane. A mast would be installed at each booth with the cameras directed at each lane. In each booth, 1,2 & 3, there would be a 9" monitor to view license plate numbers. Each camera will feed into 1 booth where a super -quad splitter and a 24 hr. time lapse recorder will tape all 4 lanes and one monitor will view all 4 lanes at one time. The following equipment will be needed: 4 ----- B&W CAMERAS 4 ----- 50MM AIRIS LENS 4 ----- HOUSINGS 4 ---- MOUNTS 4 ----- SUN SHROUDS 1 ----- SUPER QUAD 1 ----- 17" MONITOR B&W 3 ----- 9" MONITOR B&W 1 ----- 24 HR. TIME LAPSE VCR 2 ----- MAST 1 ----- LOT CONNECTORS 700' ----- CABLE - RG 59 INSTALLATION & TRAVEL HOTEL & MEALS 1watel - -I i,1 OPTION: ff LOT FALL SIGNAGE HECO will install 6 large lot full signs by the entrances that will be activated by switches from booth ##1. 241 APE/CPE LARGE FULL SIGNS Houston Equipment Company 9 Page 28 r Electrical access to this chi and its various functions is made through a series f mall electrical pa g o s �.. contacts on the surface of the card which when inserted in the smart card reader allow the a controlling device to access, modify or ad data to the card. Used as a Parking "Value Card: this type of technology has several advantages over traditional magnetic stripe card, the most important being security. Mag stripe cards can be read and duplicated by anyone with some basic knowledge and equipment due to the card being a totally passive device. Smart cards by their nature are intelligent devices and by using data encryption techniques and electronic "password" protection schemes between the smart cards and the Parking Pay Stations and exit readers the data on the card will be more secure by many orders of magnitude. This is especially important when consideration is given to the actual dollar value which may be assigned to the card and the subsequent opportunity and incentive for fraud. In addition to the security features, the Parking Value Smart Card, since it carries its pertinent information internally make the acceptance and subsequent deducting or adding value a local operation which eliminates the need for online communication for status checking and/or for updating other devices in the system on the status and value of each value card that may have been issued. This speeds system operation and minimizes the requirement to maintain large critical databases in all system components. TOTAL PRICE ALL OPTIONS S 263.990.00 TWO HUNDRED SIXTY THREE THOUSAND NINE HUNDRED NINTEY DOLLARS 10.0 LOCAL SUPPORT - CASH REGISTER SERVICES INC. Cash Register Services in conjunction with Houston Equipment Co. and APE/CPE in supporting the equipment from a local standpoint. If factory or other personnel are needed they will be dispatched to resolve any problems that may arise. It is Houston Equipment Company's intention to install with least amount of disruption to ongoing operations. This can be accomplished on a stage by stage basis. APE/CPE will co-ordinate all related work and subtrades in compliance to the contract, ensuring the system meets with our standards. Detailed planning schedules will be created indicating deadlines for completion of various stages of work. Installation of all equipment, hardware, wire, final hookup, testing, software, and training will be preformed by Houston Equipment Co. and APE/CPE factory personnel. 7 Houston Equipment Company Page 30 u ENCLOSED DOCUMENT Installation of the parking system by APEXPE.includes: -Saw cut and seal loops -Remove old equipment -Bolt down new equipment -Perform all interconnections -Configure and install software -Provide full training (see section 11.0) -Test system and ensure proper functioning -Commission system -Perform preventative maintenance over warranty period r A complete training program is provided to ensure proper understanding of the system. The training program will be divided into four areas. 1. SUPERVISOR. The supervisor training consists of complete operating instruction of the hardware and software. This includes assigning password levels, changing software parameters, running reports, etc. 2. MAINTENANCE STAFF. The maintenance staff are given detailed training on the equipment such as: preventative maintenance, cleaning, supplies replacement and repair procedures. 3. ATTENDANTS. Training for attendants consists of proper education of the operation and use of the PG -2 Fee Computer and other parking equipment. 4. MANAGEMENT. Describes the methods employed to make changes in the software and how revenue control and audits are done. Houston Equipment Company will perform these training programs prior to final operation of the equipment. 7Houston Equipment Company I Page 31 r 9EIR-W, a Customer# Invoice# Warranty# +si::• U I MULN IMi: 1 '3t•� LIMITED WARRANTY APE/CPE, Houston Equipment Company, warrants that its products will be free from defects in workmanship and materials when installed, used, and serviced as intended, as follows: Electrical and Mechanical Equipment, for a period of years for parts, and 1 Years for labor from date of shipment. APE/CPE agrees to repair or replace, at APE/CPE's choice and expense, any defective product. This warranty extends only to the original purchaser, and does not cover road, concrete, or other structures, underground equipment or fittings, shipping or freight charges, preventative maintenance inspections, or the replacement of parts that are by nature expendable. The warranty is voided if any modifications, changes or additions to the equipment are performed without written approval from APE/CPE. In addition, this warranty may be voided or further limited if required or recommended repairs are not carried out as specified or if defect is due to normal wear, misuse, abuse, accident, installation not in accordance with instructions or applicable codes, electrical supply fluctuations of any type, lightning strikes, or incidents commonly referred to as acts of GOD. APE/CPE retains the right to final determination as to the cause of any defect. No other warranty is expressed or implied and APE/CPE specifically denies any warranties, implied or otherwise, regarding the merchantability, fitness, or suitability for any particular purpose, activity, or location. APE/CPE will in no event be liable for any loss of revenue or any direct, indirect, incidental or consequential damage resulting from any such defect in material or workmanship. Parts Warranty: Start Date Expiry Date Labor Warranty: Start Date Expiry Date - FHouston Equipment Company Page 32 1 , ' �- Houston Equipment Co. has proposed to supply, install, and commission a complete online parking system. We propose to provide a very reliable, industry standard and proven system that directly responds to the requirements of Lubbock International Airport personnel. We propose �^^ a system that works very well in all conditions. As can be seen from our response to the RFP 4 we have addressed each and every point. We feel this was the best way to show what we really are supplying. Houston Equipment Company, as a company, has a long healthy history and a bright future. Already this year sales are said to be up 18% over last year, which is a refection of our widespread acceptance in the industry. We are a solid company, with solid experienced people, who know what they are doing. We are firmly committed to the future of parking. HECO offers Lubbock International Airport the latest in technology along with our stability and proven local support. We once again thank you for the opportunity to submit a bid on this project. APE/CPE has a clear vision of what the parking marketplace demands and in support of this vision, we continue to expand with new branch offices in Chicago, Los Angeles, Atlanta and Houston Equipment Company is the distributor in Texas for AMERICAN PARKING EQUIPMENT. Houston Equipment Company over the past 15 years has serviced and installed equipment in and around the Houston Metropolitan area. This includes both airports, Intercontinental and Hobby, the Texas Medical Center, Houston and Galveston (over 40,000 parking spaces and growing) and numerous parking complexes throughout Houston and vicinity. We are currently involved with the federal "Housing Urban Development" (HUD) program installing equipment for their housing projects in urban areas around Houston. Doing business with these types of companies and agencies, shows that Houston Equipment Company's reputation is highly recognized and appreciated. '' Houston Equipment Company Page 34 E. Page 35 w 1 �w PROJECTS COMPLETED OVER THE PAST 5 YEARS Project: Vancouver Airport Location: Vancouver, Canada �- Spaces: 8,000 System: 6 in, 3 out, on-line PG-1 w/network & credit card Contact: Mr. Terry Newall Phone: 604-276-6542 Project: City of Santa Barbara Location: Santa Barbara, California w Spaces: 6,200 System: 11 parking lots, 17 fee computers networked to one P.C. Contact: Mr. Micheal Lowe Phone: 805-564-5493 Project: Sheraton Hopkins Hotel Location: Cleveland, Ohio Spaces: 700 System: 3 in, 2 out, machine readable system Contact: Mr. Dan Huberty ,. Phone: 216-771-6936 I !l Project: Halifax International Airport •- Location: Halifax, Canada Spaces: 3,500 System: 4 in, 4 out, on-line PG- l w/ network & credit card Contact: Mr. Jerry Stanley b Phone: 902-873-1412 Project: Toronto SkyDome Location: Toronto, Ontario Spaces: 19200 i System: 4 in, 4 out, on-line revenue and card access Contact: Citipark Phone: 416-4434540 E Houston Equipment Company Page 35 Project: Stanford Medical Center Location: Stanford, California Spaces: 1,200 System: 2 in, 2 out, 2 Pay Stations Contact: Jan Walker Phone: 415-725-5924 Project: Brookfield Developments Location: Montreal, Canada Spaces: 1,200 Contact: Pierre Senecal Phone: 514-395-1000 Project: Centenary Hospital Location: Toronto, Canada Spaces: 900 System: 2 in, 3 out, 3 pay stations Contact: Mike Ferguson Phone: 416-284-8131 17.0 LITERATURE AND BROCHURES 18.0 ADDENDUM #1 AND #2 1. Addendum # 1 Change of bid date to 6-30-94 2 PM 2. Addendum # 2 Addition of 1,200,000 Tickets PRICE S 16702.00 SIXTEEN THOUSAND SEVEN HUNDRED TWO DOLLARS. Houston Equipment Company 9 Page 36 PAYN Wr BOND BOND N0. TX0906737 00 7STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ' I., " ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 FW ALL THESE PRESENTS, that HOUSTONE EQUIPMENT PMENT COMPANY (hereinafter called the Principal(s), as Principal(s), and + UNIVERSAL SURETY 'EDF AMERICA r I (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee); in the amount of * Dollars (s-550, 322.09lawful 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. ive hundred fifty thousand three hundred twenty-two and 00/100 Dollars WHEREAS, the�fincipal has entered into a certain written contract with the Obligee, dated the 14th day of December ; 19 4 , to 1 Automobile Parking Lot Revenue Control Equipment Lubbock International Airport Lubbock, TX 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 apart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 14th day of December 19 94. UNIVERSAL SURETY OF AMERICA Surety ��- isle) 'Michael C.. Vecel l i o Attorney -i ft"Fact. BOND CHECK BEST RATING UCESSED IN D) BY HOUSTON EQUIPMENT COMPANY Principal By X_f4&0C4e (Title) Ro�ert d Gi 1 marti n resi ent By: (Title) By: (Title) 12/21/1994 09:02 7132378203 HOUSTON EQUIPMENT CO PAGE 02 * W I LL I MURt tmety company rcpmseats that it is duly quaMed to do business in Texas, and hereby designates agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. UNIVERSAL SURETY OF AMERICA M Surety 17 i� I' ('IYtlO -Mi cttt'aea t . Vecel l i o attorney -in -Fact Approved as to form: City of Lubbock L-tfY� ty Attomey * Note: It 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. *WILLIAM MURFEE, JR. 1310 Texas Avenue Lubbock, TX 79401 UNIVERSAL SURETY OF AMERICA r P.O, ,BOX 1068 • Houston, Texas 77251-1069 M GENERAL POWER OF ATTORNEY • CERTIFIED COPY a,,aN ,bw Til; 0906737 00 Know All Men by Thmu Presents. That UNIVERSAL SURETY OF AMERICA. a corporation duly organized and existing under the laws of the State of Texas. and having its principal office in Houston, Texas, docs by these prescnu: make. constitute and appnmt Michael C. Vecellio its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and mead, to execute:, acknowledge and dclivur bonds for. Principal: R.E.G., Jnc. dba Houston Equipment Company Obligee: City of Lubbock Amount: $550.322•W and to bind the company thereby as fully and to the same extent as if such bond?; were signed by the President. sealed with the corporate seal of the company and duly nuamed by its secretary, htmft ratifying and confirming all that the said Atkymey(s)"in-Face may do within the above stated limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the 11th day of July, 1984. "Be It Resolved, that the President. and any Vice lhesident, Secretary or any Assistant Secretary shall be and is hereby vetted with full power and autl„rrity to appoint any one or more suitable persons as Attorney(s)-in-Fact to reprtwent and act for and on behalf of the Company." "RESOLVED that the signature of any officer of the corporation, and the scul of the corporation may Ire affmcd or printed by facsimilic to any power of attorney of the corporation, and that such printed facsttntlte signature and seal shall be valid and binding upon the corporation:' In Witness Whereof, Untvemal Surety of America has caused these presents to be signed by its President, John Knox, Jr. and Its corporate seal to be hereto affixed this 71h day of January, A.D., 1993. UNIVERSAL, SURETY OF AMERICA MMl `OPE rr �,tiOw�° r �,..1 to e4 rw]c!}st ox, Jr. Ytesidcnt State of Texas County or uarris Ott this 7th day of Januttry, in the year of 1993, before me Angela P. Daigle a notary public, ersonaliy appeared John Knox, Jr., personally known to he the person who executed the within instrument as President, on behalf or the Corporation therein named and acknowledged to me that the corporation executed it. 1 Notary Public T. the undersigncd Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full. true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in affect. GIVEN wider my hand and the seal of said company, at Houston, Texas, this 14TH day of DECEMBER'S 19 94-. 'T Secretary r For verification of the authority of this power you may telephono (713) 722-4fW. f t/ti'd lJSn WUET:tt 176, trti 03a IMPORTANT NOTICE To obtain information or make a complaint. You may contact Sam Sicola, Vice President of Operations, whose direct dial number is 713-7224660. You may also fax as information at 713-722-4601. You may also call Universal Surety of America's toll-free telephone number for information or to make a complaint at: 14100-392-%97 You may also write to Universal Surety of America at: P.O. Box 1068, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-ZS2-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, Fax #512-475-1771. PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. i PERFORMANCE BOND BOND'N0. TX0906737 00 STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY' 1 1, ,. . I ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959 HOUSTON EQUIPMENT -COMPANY KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and UNIVERSAL SURETY OF AMERICA (hereinafter called the Surety(s), as ee Surety the amount of (s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in S 550 ( � Dollars 322.Oplawful mon g ) e3 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. ,Five hundred fifty thousand three hundred twenty-two and 00/100 Dollars WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated thel 4tlgay of December 1994 to Automobile Parking Lot Revenue Control Equipment Lubbock International Airport,- Lubbock, TX 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. i 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, Othe said Principal (s) and Surety (s) have signed and sealed this instrument this 14t�y of December UNIVERSAL SURETY OF AMERICA Surety * By: (Title) MichaeT` C. Veco-Ilio Attorney -i -n -Fact BOND CHECK BEST RATING _ LICENSED IN pS DATE � BY HOUSTON EQUIPMENT COMPANY Princi B Robert E. Gilmartin (Title) President By: (Title) By: (Title) 12/21/1994 09:02 7132378203 HOUSTON EQUIPMENT CO PAGE 02 4 j mety company represents that it is duty qualiCed to do business in'rexas, end hereby designates y * W ILLI U R t t �n agent resident iso Lubbock County to whom any requisite �notioes may be �'�'e and on whom service of process may be had in matters arising out of such suretyship. AMERICA UNIVERSAL SURETY OF = SUMY ('LYt;c): M1�'� • -Vecel l i o Attorney -In -Fact * Notc: Tt signed by an officer of ft Surety Comby there must be on file a certified extract from the by -Laws showing that this person luf authority to sign sttch obligation. If signed by an Attontby in Fact, we must have copy of power of attorney for our riles. *WILLIAM MURPEE, JR. 1310 Texas Avenue Lubbock, TX 79401 CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OFLU13BOCK *REG, INC. DBA HOUSTON EQUIPMENT DATE: 12/14/94 COMPANY Typeof Lubbock International Lubbock, Texas 2020 Jefferson Project: Airport - Auto Parking Lot Houston, TX 77003 Revenue Control Equipment THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the 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 hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workmen's Compensation Owner's Protec- Per Person � tive or Contin- SEE BINDER ATTACHED f $ CERTIFICATE OF INSURANCE TO: CITY OFLU13BOCK *REG, INC. DBA HOUSTON EQUIPMENT DATE: 12/14/94 COMPANY Typeof Lubbock International Lubbock, Texas 2020 Jefferson Project: Airport - Auto Parking Lot Houston, TX 77003 Revenue Control Equipment THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the 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 hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workmen's Compensation Owner's Protec- Per Person S tive or Contin- SEE BINDER ATTACHED Per Occurrence $ gent Liability Property Damage $ Contractor's Per Person $ Protective or Per Occurrence $ Contingent Property Damage $ Liability Per Person $ Automobile BA5615321 12/31/94 12/31/95 Per Occurrence $'1,OO_ CSL Property Damage $ ------------------------------------------------------------------------------------------�enera'f-------- -Aggregate $2,000,000. Comprehensive TCPP7689700 12/31/94 12/31/95 General LiabilityN__________________________________..__________._.__.___.Products/Comp. Ops. AggS2,000,000. _ Per Occurrence. Umbrella Liability __ $1,000,000. CU5662428 12/31/94 12/31/95 Aggregate QUO. The foregoing Policies (do) -----------(ck%Kod) coverall sub -contractors. Locations Covered CONTINENTAL U.S. DESCRIPTION of Operations Covered Sales and installation of Scales / Card Readers / Fee Computers / Gates The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there Is no legal requirement, in less than five days in advance of cancellation. i FIVE COPIES OF THIS CERTIFICATE MUST BE SENT TO THE OWNER r 7.1 GULF GROUP LLOYDS INS. CO. By:. Title Michael C. Vecel l i o - Agent G " (,. .. ... y pp, 12114/94E(MM//94)r= A4CI�1�►��. IV�7V �N G B IYQ R` z� � 5° # . I opr -�. ._ _:.._.s ..��.� . .;�� • >: .. ..._ .. spa, : 1: THIS BINDER IS A TEMPORARY INSURANCE CONTRACT SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE SIDE OF THIS FORM. PRODUCER PHONE 713 $50-7222 COMPANY BINDER# VECELLIO INSURANCE AGENCY, INC. GULF GROUP LLOYDS INS. CO. VIA123194G 5177 Richmond Avenue DATE EFFE TIVE ME _DATEXPIRATION Suite 672 x AM ___J:X12:01 AM Houston, Texas 77056 12/31/94 12:01 PM 12/31/95 NOON ' THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY _ PER EXPIRING POLICY M: CODE: 01---1555SUB CODE: 7 AGENCY DESCRIPTION OF OPERATIONSNEHICLESIPROPERTY (Including Location) ti INSURED CITY OF LUBBOCK Lubbock, Texas LIMITSCOVERAGES .,,<<...., ..., 1 TYPE OF INSURANCE COVERAGEIFORMS AMOUNT _DEDUCTIBLE COINS % l PROPERTY CAUSES OF LOSS BASIC r_1 BROAD E-71 SPEC GENERAL LIABILITY GENERAL AGGREGATE S 500.000• PRODUCTS - COMP/OP AGO $_ COMMERCIAL 4qENERAL LIABILITY CLAIMS MADE OCCUR %� OWNER'S & CONTRACTOR'S PROT PERSONAL& ADV INJURY EACH OCCURRENCE t____ _ .s5000006 FIRE_DAMAGEA�nKone fire) _ $ RETRO DATE FOR CLAIMS MADE: MED EXP An one roon AUTOMOBILE LIABILITY COMBINED SINGLE UMIT BODILY INJURY �Perpereon)_ S ANY AUTO ____ _ ALL OWNED AUTOS BODILY INJURY (Per accident) $_____ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE S MEDICAL PAYMENTS S NOM -OWNED AUTOS PERSONAL INJURY PROT $_ UNINSURED MOTORIST $ $ AUTO PHYSICAL DAMAGE DEDUCTIBLE ALL VEHICLES SCHEDULED VEHICLES ACTUAL CASH VALUE___ _ I COLLISION: _ STATED AMOUNT S I 4 OTHER THAN COL: OTHER GARAGE LIABILITY' AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE $ 6 EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ j UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: SELF-INSURED RETENTION $ i STATUTORY LIMITS EACH ACCIDENT $ WORKER'S COMPENSATION DISEASE • POLICY LIMIT $ AND EMPLOYER'S LIABILITY DISEASE - EACH EMPLOYEE $ 7 I c CONDITIONS/ INSURED CONTRACTOR: REG, INC. DBA HOUSTON EQUIPMENT COMPANY OTHER COVERAGES NAME & ADDRESS_,. MORTGAGEE ADDITIONAL INSURED LOSS PAYEE LOAN N AUTHORIZED REPR N VE +-LID INSURANCE AGENCY, INC. � I ACORD 75-S (1?193) ;' 3`! .NNUTE� MPIOATANT;iSTAteINFOR, ATION;'ON'REVERSE SIDE ";' .. ,`;h• ©ACORD CORPORATION 1993 l k POLICY NUMBER: TCPP7689700 CL 245 (11-85) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 09 1185 ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS (Form A) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization (Additional Insured): Location of Covered Operations CITY OF LUBBOCK Lubbock International Airport Lubbock, Texas Lubbock, TX Premium Basis Rates Advance Premium Bodily Injury and (Per Property Damage Liability Cost $1000 of cost) $ Total Advance Premium $ INCL (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 1. WHO IS AN INSURED (Section II) is amended to (a) All work on the project (other than ser - include as an insured the person or organization vice, maintenance, or repairs) to be per - (called "additional insured") shown in the Schedule formed by or on behalf of the additional but only with respect to liability arising out of: insured(s) at the site of the covered op - A. "Your work" for the additional insured(s) at the erations has been completed; or location designated above, or (b) That portion of "yourwork" outof which B. Acts or omissions of the additional insured(s) in the injury or damage arises has been connection with their general supervision of put to its intended use by any person or "your work" at the location shown in the Sched- organization other than another con- ule. tractor or subcontractor engaged in per- t. With respect to the insurance afforded these addi- tional insureds, the following additional provisions apply: A. None of the exclusions under Coverage A, except exclusions (6), (d), (e), (f), (10.0)and (m), apply to this insurance. B. Additional Exclusions. This insurance does not apply to: (1) "Bodily injury" or "property damage" for which the additional insured(s) are obli- gated to pay damages by reason of the as- sumption of liability in a contract or agree- ment. This exclusion does not apply to liability for damages that the additional in- sureds) would have in the absence of the contract or agreement. (2) "Bodily injury" or "property damage" occur- ring after: AUTtfENTIC forming operations for a principal as a part of the same project. (3) "Bodily injury" or "property damage" aris- ing out of any act or omission of the addi- tional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. (4) Property damage" to: (a) Property owned, used or occupied by or • rented to the additional insured(s); (b) Property in the care, custody, or control of the additional insured(s) or over which the additional insured(s) are r( . any purpose exercising physical cor.- trol; or (c) "Your work" for the additional ;I sured(s). Copyright, Insurance Services Office, Inc., 1984 TE 990113 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM ;This endorsement changes the policy effective on the- inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 12/31/94 BA5615321 Named Insured �� _. REG, INC. DBA HOUSTON EQUIPME Nf CO. Counteig r ne by (Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. CITY OF LUBBOCK, LUBBOCK, TEXAS (Enter Name and Address of Additional Insured.) is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated In the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this Insurance. t We will mail the additional insured notice of an cancellation of this policy. If the cancellation is b us we will y p y. y give ten days notice to the additional insured. . r"The additional insured will retain any right of recovery as a claimant under this policy. t i E FORM TE 99 01B — ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 18, '1992 CERTIFICATE Or INSURANCE TO: CITY OF LUDDOCK *REG, INC. DBA HOUSTON EQUIPMENT DATE: 12/14/94 COMPANY Typeof Lubbock International Lubbock, Texas 2020 Jefferson Project: Airport - Auto Parking Lot * 'Houston, Texas 77003 Revenue Control Equipment THIS IS TO CERTIFY THAT (Name and Address of insured) is, at the 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 hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability ---------------- Workmen's Q53557 12/31/94 12/31/95 Bodily Injury 6y Accident $1 000 000. each ace. Compensation Bodily Injury by Disease $1,000,000. policy limit --------------------------------------------- ----------------------------- BQAilY_. o!_gry__by__Di cease $1,000,000. each empl oyE Owner's Protec- Per Person $ tive or Contin- Per Occurrence $ gent Liability Property Damage $ DESCRIPTION of Operations Covered Sales and installation of Scales / Card Readers / Fee Computers / Gates The above policies either in the body thereof or by appropriate endorsement provide Ithat they may not be changed or canceled by the insurer in less than the legal time required alter the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE TEXAS WORKERS COMPENSATION INSURANCE FUND MUST DE SENT TO THE OWNER. • By: Title Michael C. Vecel1io - Agent r ------------------------------------------------------------------------------------------------------------------- Contractor's Per Person $ .� Protective or Per Occurrence $ Contingent Properly Damage $ Liability -------------------------------------------------------------------------------------------------------------------- .., Per Person $ Automobile Per Occurrence $ Property Damage $ --------------------------------------------------------------=------------ ----------------------------------- Comprehensive General Liability $ rUmbrella r, Liability ----------------- -------------- -------------- --------- ---------------- ---- -------- -------------- $ r r - - -- --------------------------------------- Tho foregoing Policies (do) (ApL) g cover all sub -contractors. Locations Covercd TEXAS F" _ DESCRIPTION of Operations Covered Sales and installation of Scales / Card Readers / Fee Computers / Gates The above policies either in the body thereof or by appropriate endorsement provide Ithat they may not be changed or canceled by the insurer in less than the legal time required alter the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THIS CERTIFICATE TEXAS WORKERS COMPENSATION INSURANCE FUND MUST DE SENT TO THE OWNER. • By: Title Michael C. Vecel1io - Agent r pm PRODUCER I,f VECELLIO INSURANCE AGENCY, INC. 5177 RICHMOND AVENUE .� SUITE 672 HOUSTON, TEXAS 77056-6736 (713) 850-7222 INSURED 12/15/94 CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETTER GULF GROUP LLOYDS INSURANCE COMPANY COMPANY B LETTER GULF INSURANCE COMPANY COMPANY `+ HOUSTON EQUIPMENT COMPANY LETTER TEXAS WORKERS COMPENSATION INSURANCE FUND REG, INC. DBA COMPANY D 2020 JEFFERSON LETTER HOUSTON, TEXAS 77003 COMPANY ET w.... __. ,^ LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS11 . POLICY EFFECTIVE POLICY EXPIRATION LIMITS Co TR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY) DATE (MMIDDNY) CITY OF LUBBOCK f LUBBOCK, TEXAS I 6 � /12— SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRE N5&AWX,-AGENCY, INC. GENERAL AGGREGATE $ 2,0 00, 000. GENERAL LIABILITY A ; X COMMERCIAL GENERAL LIABILITY TCPP7689700 12/31/94 12/31/95 PRODUCTS COMPIOP AGG. _ _ _ $ 2,000,000. .. _..., CLAIMS MADE X OCCUR. PEPSONAL &ADV. INJURY $ 1,000,000_ OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ 1,000,000. FIRI DAMAGE (Any one fire) $ SQ,aOa. MECL EXPENSE (Any one person) $ 5,000. AUTOMOBILE LIABILITY 12/31/94 COMBINED SINGLE 12/31/95 LIMIT 1,000,000. A X ANY AUTO BA5615321 h ALL OWNED AUTOS lP DIpLYSINJ)URY $ SCHEDULED AUTOS iq A f X ' HIRED AUTOS BODILY INJURY (Per accident) $ NON -OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE $ EACH OCCURRENCE $ 1, 000, 000. EXCESS LIABILITY CUS662428 12/31/94 12/31/95 AGGREGATE $1,000,000. B X UMBRELLA FORM OTHER THAN UMBRELLA FORM X 4STATUTORY LIMITS WORKER'S COMPENSATION (EXECUTIVE OFFICERS: INCLUDED) EAC11 H ACCI1. DENT $ 1,0 00,000 C AND 053557 12/31/94 12/31/95 DI ,EASE POLICY LIMIT $ 1, 000, 000. . _ EMPLOYERS' LIABILITY DISEASE—EACH EMPLOYEE- $ 3„000,000. OTHER i I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS JOB- LUBBOCK INTERNATIONAL AIRPORT am CERTIFICATE HOLDER IS AN ADDITIONAL INSURED UNDER GENERAL LIABILITY & AUTO LIABILITY CITY OF LUBBOCK f LUBBOCK, TEXAS I 6 � /12— SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRE N5&AWX,-AGENCY, INC. ( 1 t � � t '/ i�, � � ',� � �'�L!• °r r � .+•-j ,✓v"A,q �� � :�'Yc.. � r y �y;X i Y • «4 - . r. -' NYIT T S LIED AS A MAT N AND iaooveR CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CI:RTIFICAI VECELLIO ;NSURANCE AGENCY, INC. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY Ti 5177 Richmond Avenue 3' POLICIES BELOW. Suite 6721COMPANIES AFFORDING.COVERAGE Houston, %exas 77086....:..,..._..,..._.._ --_._..:- - -. .._....._..._........_.....__._......._..... .... COMPANY A INDEMNITY„ COMPANY OF RHODE ISLANC _ ...... _............_.._ _ ^TRAVELERS COMPANY B - -rl LETTER INSURED - ~`L�RY HOUSTON UIPMENT COMPANY E ! C REG, INC. D8A ..........:... �.�._---............. .. .... _..... _ _.._ ....... . 2020 Jefferson i 1 LETTERCOMPANY D LETTER Houston, Texas 77003COMPA t- _ ....... ......._n......_,..._....._....._.,........ ,.. . NY E 1 LETTER COVERAGES ^�; `i+�" ., ..: <•",f+; " >' . ': ' I,i. *:z ("" :. •; ;. ,�_ ;r; .; :: ' K. THIS IS TO TIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, TWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION QF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED taY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS NO CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEi<N REDUCED LiY PAID CLAIMS. P011CY EFFECTIVE (POLICY EMRATIOI f Co: TYPE F INSURANCE 1 POLICY NUMBER LIMITS Lrp ( DATE (MMlpDlYY) DATE (MMIOC"It1 QENERAL LI i I...... GENERAL AGGREGATE ; i _............ . COMMERC AL GENERAL LIABILITY { . CLAWS OCCUR � I I PPIOP AGO. S PERSONAL i ADV. INJURY i f «.... OWNER'S CONTRACTOR'S PROT1 EACH OCCURRENCE i ; I FIRE DAMAGE (Any Dee aro) :' S MID. EXPENSE ww one perwnf i AUTOMOSILE'L4AHILITI/ COMBINED SINGLE s ANY AUTO j LIMIT f .......: . . .. . ... _ . .... ALL oWNgID AUTOS i ; EODILY INJURY t SCFIEDULED AUTO$ I (Per pereen) i k... _...._...._..._....._ . 111 HIRED Joe ; NONUTOS i C iBODILY INJURY _ GARAGADILITY ! j PROPERTY DAMAGE S 1 EXCESS LIA01 j I EACH OCCURRENCE S UMDRE FORM i 1 AGGREGATE i OTHER UMBRELLA FORM STATUTORY LIMITS I wORKCOMPENSATION ER }.._._;_.__.__�.. ., . .- 1 E I EACH ACCIDENT i AND j DISEASE—POLICY LIMIT t CMPIA05' LIABILITY � I 4 DISEASE--EACW EMPLOYEE; t OTHERI 600,000. Any Job Site AINSTALL�ITION PLOATER#VIA11895TRI 1/18/95 it 7/18/95 1,000- Deductible i18IND. ASSIGNED POLICY NO. 723K�00-2 j OCSOTUPTION of UMMijan00ATIONQ=MCU1RfflPEaAI ITsua JOB: LUBBOCK INTERNATIONAL AIRPORT CERTIFICATE HOLDER IS ADDITIONAL INSURED ¢� ..-,:, , :.�.+.gNCELI:>IITLON, " "+�; %RTIFiCATE, O.L.DB .. !� F: i .i i � ;; .. . �'•' i.:. ;; . CAT _ _.._.,I ,...� .« SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE' CITY OF �UBBO'CK EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO i LUBBOCK) 'TEXAS LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION AGENTS OR fLEPRESENTATIi KIND �LIABILITY OF ANY UPON THE COMPA S A RIZEDREPRESENTATIVE CELLIO INSURANCE AGENCY, INC. i .�. + a� ;ra r ' ri i, "� £' r-" r "• ` ht iCdRd CORPORATIOi! r -ACORD.26-S; t- - --.- L- L- L-- t---- L-- 7 CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK ,r•, THIS AGREEMENT, made and entered into this 10th day of November, 1994, by and between the City of Lubbock, I 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 HOUSTON EOUIPMENT COMPANY of the City of Houston County of Harris and the State of Texas, hereinafter termed CONTRACTOR s 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 #12988 - AUTOMOBILE PARKING LOT REVENUE CONTROL EQUIPMENT FOR $550,322.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given �+ to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the !^ year and day first above written. p u r ATTEST: C F L ) 19 I t Secretary 0 OR APPROVED AS TO CONTENT: APPROVED AS TO FORM: r r ATTEST: UIrporate Secretary U 7, CONTRACTOR: HOUSTON EQUIPMENTC.OMPANY By: �O TITLE: COMPLETE ADDRESS: 2020 Jefferson Houston, Texas 77003 GENERAL CONDITIONS OF THE 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: HOUSTON EQUIPMENT COMPANY 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 JIM NEWSOME, INTERIM DIRECTOR OF AVIATION, 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. S. 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 r ( 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 r 4 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 famished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED y 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 strictures 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 ani to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the r 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. i ► 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is fiuther 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. r 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall finish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor .• is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. r 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered,the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in anyway 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 a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor _ shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in _ accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's — Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require _ Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. 'The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the ' Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with r• plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's j 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. 4 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 Y" 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 methols: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers; mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 1000/0, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses 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 (151/o) 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. a PWO 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of arty 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. F` 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as �., hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500.000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policymming 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. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500.000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of 1000 000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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. r� (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of r the policies shown on the certificate. t (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. L 29. DISABLED EMP OYEES 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, MATERIALM EN. AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, �* power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. i`- If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. r 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speed 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. r- 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. 11 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. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced:on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or.any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $00.00 PER DAY, not as a penalty, but asliquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and a$ 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. TIIyIE 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. 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. .A 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. ro 39. OUANTnMS AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provid.ed.In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. It is understood and agreed that the actual amount of work. to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project 39. PROTECTION OF ADJOINING PROPERTY L The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, ,^ which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 7 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the •• Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given 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 inter the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION 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 r+ replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the 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. THVIE OF FILING CLAIMS It is further agreed both es hereto that all questions of dispute or adjustment resented b the Contractor shall in by P� q sP J P Y � writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. t 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., Vemon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY r� a k 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 takewwithout reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on account of the form of proceedings or award. 50. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should 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 L 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 f Contractor or his Surety, to their proper owners. 51. ABANDONMENT BY OWNER € In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the *� work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra 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 I 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. t 52. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, c 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 tt In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 54. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all 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 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 performanceand 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. I CURRENT WAGE DETERMINATIONS Resolution #2502 " January 8, 1987 Agenda Item #18 DGV:da RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock :in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February ,_: 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works -,contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction'Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this , Sth day of January 1987. 4 Ranett6,-Boyd, City Secretary ` APPROVED AS T.. ONTENT: r . � AIPne,�Dfr�ectorof Building Services l z e . G/ uole� B.C. MCMINN, MAYOR APPROVED AS TO FORM: Do id G. Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer Air Conditioner Installer. $11.60 Air Conditioner Installer -Helper 8.35 Bricklayer. 5.50 Bricklayer -Helper 10.50 Carpenter 5.00 ' Carpenter -Helper 11.00 Cement Finisher 5.50 Drywall Hanger 7.35 Electrician = 8.70 Electrician -Helper 10.50 Equipment Operator - 5.25 Heavy Light 8.00 Floor Installer 5.70 Glazier 8.00 Insulator, Piping/Boiler 7.50 Insulator -Helper 9.50 Iron Worker 5.00 Laborer, General 7.30 Mortar Mixer 4.75 Painter 5.60 Plumber 8.75 Plumber -Helper 9.25 Roofer 6.00 Roofer -Helper 7.65 Sheet Metal Worker 4.75 Sheet Metal Worker -Helper - 8.75 Welder -Certified - 5.50 8.00 Craft EXHIBIT B Paving and Highway Construction Prevailing Wage Rates 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 0 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. i SPECIFICATIONS r r City of Lubbock Lubbock International Airport Request for Proposal 112988 Automobile Parking Lot Revenue Control Equipment I. Purpose: The City of Lubbock is soliciting request for proposals for the acquisition and installation of new revenue control equipment for the automobile parking lots located at Lubbock International Airport. II. Instructions to Proposers: Offerers must familiarize themselves with the instructions to offerers, terms and conditions, equipment specifications and performance characteristics, and other descriptions and requirements contained in the request for proposals. Proposers shall submit a total of 8 copies of the proposal. Proposers are encouraged to inspect the airport parking facilities and current equipment and operations to familiarize themselves with the current operation and the functional requirements needed for the revenue control system. It is the proposer's responsibility to identify any item or facility not present that will be required to install and operate the proposed equipment and the proposer shall furnish said item or facility in the base proposal. All equipment proposed in the proposal shall be new and in current production. Proposer's are to provide a list of locations where the equipment being proposed is in operation including a contact name and telephone number for reference and the date of installation. Proposer's shall include a description of maintenance service requirements on all equipment proposed and the availability of technical service listing its nearest location, the company name, contact person, telephone number, and estimated response time to respond to'service requests. [1] III. Terms and Conditions: A. The City of Lubbock, Texas reserves the right to reject any and all proposals. The City of Lubbock shall have the right to waive any technicality or irregularity in any proposal and to make final award based on what is determined to be in the best interest of the City of Lubbock. B. The base proposal shall be awarded to one company on an all or none basis. Alternatives to the base proposal may or may not be awarded, all or in part, to the successful proposer at the sole option of the City of Lubbock. C. All actions taken pursuant to this proposal must be in compliance with all Federal and Texas State Laws and regulations. IV. Proposal Package The Proposers are required to furnish with their proposals: A. The amount of equipment to the furnished including make,, year, and model. B. For each item of equipment proposed either in the base proposal or alternates, proposer must provide pictures, technical specification data sheets and a narrative description explaining the equipment operation and performance capabilities and characteristics. This shall include, but not be limited to a description of all the equipment's interconnection and/or integration with other-#" items and units of equipment contained in the base proposal so as to form a complete, interacting operational system of parking lot revenue control equipment. C. Any item of equipment that the proposer proposes to furnish in its proposal must contain all the equipment and accessories necessary to install, connect, and otherwise completely operateandcontrol the system according to the specifications and functional requirements stated herein, as well as the proposed descriptions and representations. Any equipment or service that is presented in the proposal that the proposer does not include in the proposal quote must be clearly and separately identified and priced as options. [2] i; V. General Description of Current Parking Lot Facilities and Operation Procedures I' A. PUBLIC PARKING LOT A Public vehicle parking lot is located directly across from the passenger terminal building. The lot contains a total of 1800 parking spaces and is divided into short term parking, long term parking, and covered parking (divisions). Each of these divisions have different rates based on duration of stay in the lot. The range of rate increments includes minutes, hours, and days. Entrance into the public lot and its divisions are controlled through 8 entrance gates, each controlled with a separate ticket spitter and control arm (Stanley brand). Gates 1-3 control entrance to covered parking, gates 4 and 8 control entrance to long term parking, and gates 5,6,& 7 control entrance to short term parking. The ticket spitter units are equipped with clock, ticket stock, and dispenses a ticket with a time and date stamp on each ticket. The ticket dispenser and the control arm units are actuated by means of loop detectors embedded in the pavement in the vehicle lane. The control arm is actuated open (raised vertical position) when the dispensed ticket is retrieved from the ticket dispenser and returns to the closed position (horizontal position) when the vehicle passes clear of the loop detector. Exit from the lot is controlled through 4 exits equipped with a gate house (exit booth) and staffed with an attendant to collect the parking fee. The gate houses are secured from the outside and have retractable drawers to exchange the transactions between the attendant and vehicle. There are two exit lanes from the short term lot that allows vehicles to enter into the log term lot to gain exit from the parking lot at the exit booths. These exit lanes are controlled with a gate arm that is actuated by a loop detector embedded in the pavement in the exit lane to raise and lower the gate control arm from the short term lot side. The gate does not allow vehicles on the long term lot side to actuate or enter the short term lot. The public exit from the covered parking lot is adjacent to the 4 exit booths and is controlled by attendant observation. 7 A shuttle service is operated from the covered parking facility to the terminal building. The shuttle enters the covered parking facility through the exit areaw located adjacent to the exit booths. The shuttle exits the covered parking facility through a service road controlled - with "tiger teeth" (shuttle pass gate) that allows one way passage on the service ,road between the parking garage into the long term lot. The shuttle then exits the long term lot through a control,arm (not for public use) actuated via a radio transmitter similar to a garage door opener. The shuttle enters the long term lot on its return trip from the terminal via the long term -public entrance gate (gate #8). Gate 8 is additionally equipped with a radio transmitter actuator to allow the shuttle to enter the gate without having to stop and actuate the gate via the pavement loop detector or retrieve a ticket from the ticket dispenser. B FEE AND CASH HANDLING -EQUIPMENT ; Sales and cash transactions are recorded and handled at the 4 gatehouse exit booths through the combination of a "Data Checker" brand fee computer to calculate the amount due on the parking ticket, and a cash register to record the sale and,add-on the sales tax (sales tax is prescribed by a sales tax table which is programmed into the electronic cash register) to arrive at the total amount due and collected on each transaction. This temporary arrangement is used due to the obsolescence of the current fee computers which do not have the capability to add-on in sales tax in the fee calculation. C. PARKING LOT INVENTORY An inventory of vehicles parked in the public parking lot is conducted -to document the vehicles parked in the lot for use in lost ticket transactions and auditing purposes. The vehicle inventory is,registered each day by an attendant during light exit traffic activity. The inventory is done manually -by the attendant walking,the parking lanes and recording the license number of each parked vehicle in a log book. The average lot inventory is approximately 800 vehicles and the inventory process takes approximately 3 hours. {4] 9 VI. EQUIPMENT PERFORMANCE SPECIFICATIONS A. It is the intent of these specifications to describe equipment and performance characteristics of revenue control equipment that operates as an integrated comprehensive system to document the entry of vehicles into the public parking lot including the different rate divisions, to compute the correct amount of the ticket, and record cash transactions in accordance with generally accepted accounting practices. The system is to also control and entrance and exit to the employee parking lot. B. The proposer is encouraged to submit and suggest' system architecture, design, and layout that takes full advantage of current computer and electronic technology and sound approaches to revenue control systems that maximizes d efficiency and swiftness of vehicle handling and transactions, and ensures complete and accurate recording and control of vehicle entrance and exit, inventory, tickets, and revenues. VII. THE PROPOSAL A. BASE PROPOSAL The basic system operation (base proposal) shall consist of all equipment and installation necessary to: 1. Control and record vehicle entrance at the existing public parking lot and lot division entrances and exits including: a. 8 -existing public entrance gates with ticket spitters and control arms b. 2 -short term exit control gates All locations have 120 volt ac power available. Existing loop detectors may be used if compatible with proposers equipment. If not, proposers shall furnish new detectors necessary to actuate the dispensers and control arms. 2. Parking tickets shall be fully machine readable, and printed with text as shown on the current ticket attached. Ticket stock shall be readily available on the open market. Proposer shall list companies that can provide the ticket stock and the current cost (per thousand) of the ticket stock required with the proposed system. [5] 3. Equipment to calculate, record, and transact,..;, parking fees at each of (2) two existing exit gate houses, (# 1 and # 2), via a combination fee computer -cash register unit that performs but not limited to the following functions a. To read the parking ticket and compute the fee from each machine readable ticket presented and entered, tax table, b. Add-on sales tax from the State of Texas c. Computes discounts, totals, subtotals, record.cash tendered and change due, d. Issues a customer paper receipt that includes the name of the airport, time and date of transaction, cashier ID, rate ID, amount due, discount if any, sales tax, cash tendered and identified such as by cash, check, or bank card, and change due, and capacity for a message statement such as "Thank You". Wording of text will be coordinated with the successful proposer. e. Records, tabulates, and reports ticket data by lot and lot division and duration of parking and associated fee of each transaction in each division by rate increment by shift, by day, by week, by month, f. Time of transaction, g..Record the transaction or collection by type: cash, check, bank card.' h. Capable of recording separate data as above from multiple cashiers (at,least six) on each machine i..The fee computer shall be easily adjustable to allow the owner change all fee and rate data in the fee computer memory and customer receipt data without outside technical assistance. Any equipment and training required to change the fee computer memory shall be furnished and included in the base proposal. j. The changing of the fee computer printer ribbon, receipt paper roll, and any other recording expendable tape or device shall be easily assessable and operator changeable at the operator work station without excessive time out of service of more than 5 minutes for each change -out operation. [6] 0 4 k. The fee computer equipment shall have an uninterruptible power supply furnished with the unit so that �.. operations can continue during power outages. 1. The fee computer equipment shall have a change dispenser unit that drops the coin change Into the teller drawer. m. The fee computer equipment shall have a built in magnetic bank card transaction equipment to electronically scan the magnetic encoding on the card and print a transaction receipt acceptable for deposit and collection by the bank. n. The fee computer equipment shall be capable of full manual operation in the event the ticket reading feature is inoperative. o. The fee computer equipment shall have the ability to clear transactions prior to vending the sale. 4. Proposer shall furnish four complete sets of technical manuals and six complete sets of operator manuals. 5. Proposer shall provide operator and service technician training on-site at Lubbock, Texas to instruct the operators, supervisors, and airport equipment technicians on the proper operation, service , calibration and adjustment of the equipment If any of the following equipment has been included in the base proposal, please indicate, if not, please provide a cost proposal to furnish and install the following equipment: B. OPTIONS OPTION 11 Vehicle Inventory System This option shall include the price for all equipment and installation necessary to provide a computer based vehicle inventory system. The system shall consist of f an electronic hand held vehicle inventory recorder (or other acceptable alternate means to record vehicle presence �^ in the lot each day) that shall record license plate numbers r by date and location in the lot. The vehicle inventory data shall be transferrable from the collector unit to a storage - reader unit in each of the 2 exit gate houses listed above. The reader unit shall retrieve stored data on each vehicle by entering the license plate number. Proposer may propose other equal or better system to accomplish this function. (7] OPTION #2 Fee Computer Backup, This option shall include the price for all the equipment contained in the base proposal (Section A-3 above) to provide a complete fee computer backup system at an additional gate house OPTION #3 Inventory Reader Equipment This option shall include the price for the vehicle inventory reader unit in Option #1 for one additional gate house location. .OPTION #4 Automated Pay Station and Exits This option shall include the price for furnishing and.installing equipment for automated pay and exit facilities. The intent of this alternate is to,provide_ unattended, automated exit at existing gate houses 3 & 4.;;;. There are a number of automated systems and proposers may propose the system best suited to accomplish the following: 1. Automated Pay Station: 2 -automated pay stations located at different locations in the terminal (main level) that will read the parking ticket, calculate the fee, add sales tax, and collect the fee with cash, bank card, or prepaid voucher. Pay station dispenses or validates a ticket or device to actuate the automated exit gate. Price each. 2. Automated Exit Gates: 2 -automated exit,,. gates to be installed at gate houses :3 & 4 that receive coded ticket or other validation device issued by the automated pay station, to actuate the opening of the exit gate. These shall be integratable or compatible with the attendant fee computer in the event that either of these gates is used as an attended gate. OPTION 15 Closed Circuit TV Monitoring Sys This option is for furnishing and installing a closed circuit TV monitoring and recording system for 4 exit gates houses. A CCTV camera shall be installed on the exterior of each of the exist gates in a location to allow the camera to record the vehicle and its license number when the vehicleispositioned for transaction in the exit gate. The information will be recorded on video tape. The video recorder shall have capacity,to record and store data for a 24 hour continuous period before recording over or erasing [8] 77 the tape. Video monitors for each camera shall be installed in gate houses # 1 and # 2. OPTION #6 LOT FULL SIGNAGE This option is for furnishing and installing signage at (6) six parking lot entrances indicating that the lot division has space available or full. The signs shall be lighted and readable for a distance of at least 50 feet. The signs shall be actuated by electric circuit controlled in gate house #1 or by radio transmitter signal controlled in gate house #1 OPTION 17 Debit Card Dispensing Equipment This option is for providing equipment to sell and vend prepaid parking (debit cards) that can be used in the automated pay station and/or the automated exit gate. The basic concept for operation is to allow the customer to purchase in advance an amount of parking value that is encoded into the debit card. The debit card is then used to pay out parking in either the automated pay station or the automated exit (depending on system design), but preferably at the automated exits to save the customer from having to exchange debit card value for another ticket which is then used at the automated exit. Each time the card is used, the current transaction value is subtracted, until all value in the prepaid card has been used. After each use, the equipment must communicate to the customer the amount of value remaining in the debit card. This option shall include a supply of debit card stock in the amount of 600,000 cards. The layout and design of the card and printing on the card shall be determined after the proposal is selected. VIII. EVALUATION CRITERIA A. Equipment 40% 1. Type, layout, design, efficiency, and versatility of the equipment, ease of service and adjustment, efficiency and capacity of operation, life cycle costs and opulence exposure. 2. Configuration, application, and effectiveness of equipment to efficiently operate, control, and monitor the traffic and revenue in the lot as described in the RFP. [9] 7 B. Experience of Company 30% 1. Parking lot equipment experience in airports and similar situations. 2. Number, location, and duration of comparable systems,in operation. 3. References: Effectiveness of company is working,with and supporting customer and equipment needs, updating software and hardware, and providing operation and maintenance training .and assistance. C. Methodology 20% 1. Compliance with RFP. 2. Concept ,used in adapting equipment to the parking lot operation. 3. Resources and personnel qualification and.,µ experience available to complete the project and provide - continuing support. 4. Understanding of parking lot operations and control techniques. D. Total system Cost 10t [10] V eo Do o X X C+ " et � a C+ r+ m m N N W 1-r ea eo .A N a �1 O rr e -r c f D c(a rniw a .� X CD .xr• N G7 N C+ CD I I Qo N CTi X X C+ " et � a C+ r+ m m N N W 1-r ea eo .A N a �1 /8 HIT FCL/ OR M/TILATE Color Stock: White = THIS TICKET Color Ink : Black -.- A Qty: 200,000 !.7 Lock Your Vehicle/Keep This Ticket -* TOLCOO ZICKCT COMPIINY.TOLCOO. OHIO LBB LONG TERM PARKING This ticket most he presented to the cashier on leaving the Puking area. Rates are for the use of one space only, The City of Lubbock shall commence procedures to remove any vehicle parked in this area over 30 days from the dais of this receipt pursuant to the Texas Utter Abatement Act. To ar- range forparking formorethan 30 days, please contact the at. tendant at any of the exit gatehouses. Tho City of Lubbock assumes ao responsibility for loss through are. theft, col. Ilsion. or otherwise to the vehicle or contents. Vehicles are parked entirely at owner risk. 00 NOT FOLD OR HOTILATE TRANK TOD Foe FarMaa M ', ,LBB iillrp�' 11I3 TICKET Labboalc Iataart Color Stock: Blue N , -aatt- .,ast ';,,.,.. ' . Color Ink: Black ; �.. * y�' •',a4HORT TERM PARKING .►.;. ,+= ,. �r Qi NOT FOLD OR MUTILATE THIS TICKET �` . •';• : - KR:* 7y(�.�-max ' �- Qty: 300,000 .. 1� . •• , : --�" •;' :.�, M� prsfreatad to ' COVERED PARKING .. �:' : tti M ffm for the a:.. of an gpoyysy�% ning■rj�e �eoemeece A� � yet `.1 �! .. r :! • •; s.� :1�: y! a4 Iabboefr shall r procedo a to ii� • � . : �, .. say .. - •• z" ctrt6ldu ed d this arq atOtbr t the [ate of this raeelpt p0raemat to t The t he TomLtit Abal tementAet. To W.) ° �; pi Q: ;.: • ;-'� '; teedaat at Met tM exit pte6aaset i�C�li/etaettheat- o`� Lodc Your Vehkle/Keep Thh Ticket oa�aramer.rw20 Mp0 milia; � Ur'•ia Color Ink: Black .' a®- YaLsoo Tmw eaxpANT. veLImo. emu ;.: `� Parted eatiraly etanter rlsL or rata` ON i e : •... . .. .. .. ...• .. �_.. �... ... .L.. ���-V.r �� war..... ',ice i%iry•''�': .li'r;� •. ^.., • -' .rrww.•a. rte. . /8 HIT FCL/ OR M/TILATE Color Stock: White = THIS TICKET Color Ink : Black -.- A Qty: 200,000 !.7 Lock Your Vehicle/Keep This Ticket -* TOLCOO ZICKCT COMPIINY.TOLCOO. OHIO LBB LONG TERM PARKING This ticket most he presented to the cashier on leaving the Puking area. Rates are for the use of one space only, The City of Lubbock shall commence procedures to remove any vehicle parked in this area over 30 days from the dais of this receipt pursuant to the Texas Utter Abatement Act. To ar- range forparking formorethan 30 days, please contact the at. tendant at any of the exit gatehouses. Tho City of Lubbock assumes ao responsibility for loss through are. theft, col. Ilsion. or otherwise to the vehicle or contents. Vehicles are parked entirely at owner risk. Qi NOT FOLD OR MUTILATE THIS TICKET L B B 1� COVERED PARKING ; Color Stock: Red Color Ink: Black A, E Qty: 100,000 "' This ticket mast be presented to the cashier on leaving the parking area. Rates are for the ase of one spaca only. The ; City of Lubbock shall commence procedures to remove any , vehicle parked in this area over 30 days from the date of this receipt pursuant to the Texas Utter Abatement Act. To ar- i range forparking formore than 30 days, pleaseeontacttheat- tandant at any of till exit gatebouses. The City of Lubbock Look Yeur Vehicle /Keep This Ticket assumes no responsibility for loss through lire, theft, col - lision. or otherwise to the vehicle or contents. Vehicles are -sjCE-?&a TCLc00 TICKCT COMPANY. TOLCOO. OHIO Parted entirely at owner tisk.