Loading...
HomeMy WebLinkAboutResolution - 2024 - Contract - LDC Inc - Bus Shelters - 05/09/1985JwF:da RESOLUTION Resolution #2024 May 9, 1985 Agenda Item #34 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 to be entered into by and between said City (as owner) and Lubbock Development Company, Inc. (as Contractor), which contractor has been awarded the said Contract for installation of bus shelters within the City of Lubbock on a bid of $349361.00 being Bid No. 8496, attached herewith, 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 9th day of May , 1985. -' ATTEST: AL HE NRY OR n , pity aecretarry APPROVED AS TO CONTENT: p, Sy v s'ter C. CantupAdLstry ive Assistant APPROVED AS TO FORM: J. V/1 ro 1 A� t Fu ngimo Ass.is .ant C' Attorney CITY OF LUBBOCK INSTALLATION OF BUS SHELTERS CONTENTS NOTICE TO BIDDERS INFORMATION TO BIDDERS PROPOSAL FORM CONTRACT FORM WAGE RATE SCHEDULE PAYMENT BOND FORM PERFORMANCE BOND FORM .INSURANCE FORM GENERAL CONDITIONS TECHNICAL SPECIFICATIONS List of Exhibits A. Unit Price. Sheet B. Shelter. Specifications C. Citywide Shelter Locations D. Tech Shelter Locations E, Details for Tech Shelters F. Ci.tibus Map G. Shelter Installation Instructions H. Bench Installation Instructions SUBJECT TO ABR /TRATION � L! i i NOTICE TO BIDDERS • BID # 8496 Notice is hereby given that the City of Lubbock, Texas will receive sealed bids at Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 until 2:00 O'clock p.m. on the 25th day of April, 1985, for: INSTALLATION OF BUS SHELTERS At that time, bids will beiopened and publicly read aloud. Bids received after the date/time specified above for bid opening shall be considered late bids, and therefore, shall not be opened and/or .considered for award. Specifications and further information may be obtained from the undersigned at the address below. All bidders must certify that they are not on the Comptroller General's list of ineligible contractors. The awards to be let under this solicitation are subject to a financial assistance contract between the City of Lubbock and the U.S. -Department of Transportation. The successful Bidder will be required to comply with all applicable Equal Opportunity laws and regulations. The Cit; of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this notice, Minority Business Enterprises will be afforded full opportunity to submit bids and/or proposals in response and will not be subjected to discrimination on the basis of race, color, sex, age, or national origin in consideration for an award. No bidder may withdraw his bid within 30 days after the actual date of the date of the opening thereof. The City reserves the right to reject any and all bids and to readvertise for bids. Procuring Agency: CITY OF LUBBOCK BY: Gene Ead C, P�'Z . M. Purchasing Manager INFORMATION TO BIDDERS Section 1. Receipt and Opening of Bids The City of Lubbock (herein called the "City,,) invites bids for INSTALLATION OF BUS SHELTERS throughout Lubbock and on Texas . Tech University campus as called for in the bid documents. Bids will be received by the City at Municipal Building, 1625 13th Street, P.O. Box 2000, Lubbock, Texas April, 1985 79401, until 2:00 O'clock p.m. on the 25th day of and then publicly opened and read aloud. The City may consider as informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement,thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 30 days after the actual date of the opening thereof. Each proposal shall remain in.force during this same time period. Section 2. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. Each bidder must submit a base bid'and a unit price breakdown as called for in these documents. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder. his address. and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to Mr. Gene Eads, C. P. M. , Purchasing manager, City of Lubbock, P.O. Box 2000, Lubbock. Texas 79401., Section 3. Subcontracts The Bidder is specifically advised that any person, firm, or party to whom the Bidder proposes to award a subcontract under this contract must be acceptable to the City. Any such subcontracts must be in compliance with appropriate conditions and the Bidder must coordinate with the City in assuring that Disadvantaged Business Enterprises are afforded full opportunity to compete for subcontracts. Section 4. Telegraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time -for receipt of bids, provided such telegraphic communication is received by the City prior to the closing time,and, provided further, the City is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the City until the sealed bid is opened. If written confi'rmat�on; is' not received within two days from the closing time, no consideration will be given to the telegraphic modification. v O Section S. Qualifications of Bidder The City miiy make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder, shall furnish to the City all such information and data for this purpose as the City may request. The Citv reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City so that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. Section 6. Bid Securitv Each bid must be accompanied by cash, certified check of the bidder, or a bid bond duly executed by the bidder and issued by a surety company approved by the Citv, in the amount of five percent (5%) 02 the bid. Cert± ied Check, Cashier's Check, or Bid Bonds shall be made payable, without condition, to the City of Lubbock, Texas. Such cash, checks or bid bonds will be returned to all except the three lowest bidders within three days atter the opening of bids, and the remaining cash, checks,, or bir. bonds will be returned promptly a:;.er the C,:_v Gnd the accepted bidrer have executed tile_ Contract, ori , 2_ no awrr(; hs Ut-en T:tde within 30 dcysztter the c z. to of -te Ope::i.:F; U: [liG'E:, :,-)0r; UemF:nG Ot n env - as '-:N hus not oee:; notitied o2 ne acff''c. __Ce _.a -re aster, sc, ,ong -� o; h.is The successfu: birder, upon ..is failure or ref;:Fal to execute Lnd deliver the contract, certificate of insurance, and bonds required within iU days after he has received notice of the acceptance of his bid, shall forfeit to the City, the security deposited with his bid. Section 7. Time Of Completion and Liquidated Damages Bidder must agree to commence work as mutually agreed upon, and will continue uninterrupted as weather and season permit. until COM-PletiOr: Of the work, and to fully Complete the project within the consecutive calendar deys noted in the proposal. Bidder must also agree to pav as liquidated damages, $SU for each consecutive calender day thereafter. Section 8. Conditions of Work of Each bidder must .r:.OrT hi^:!;elf S::lly of :he Conditions relating to the project and the employment of labor thereon. Failure to do so will not relieve a successtul bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. iul Section 9;. Addenda and Interpretations. I No!interpietation of the meaning of the plans, specifications or other pre-bid docvments'will be made to any bidder orally. -Every request for such interpretation should be in writing addressed to Mr. Gene Eads, Purchasing Manager, Citv of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 and to be given consideration must be received at least five days prior Lo the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, it issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the . respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive anv such addendum or interpretatation shall not relieve such bidder from any obligation under.his bid as submitted. All addenda so issued shall become part of the contract documents. Section IU. Performance Bond and Pavment Bond (Contract in Excess of 825,000) The successtul bidder shall be required to furnish within ten (IU) days atter the date of receipt of Notice of Award a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of lUU% of the total contract price, in the event said contract price exceeds S1.5,UUU,UU. All bonds, if required, shall be submitted o7 forms supplied by the Citv, and executed by �n approved Surety Company authorized to do busine�:s in the State of Texi:s. And it is further agreed that this conLr:..r_t shat: not be in ettect unti_ such bones are so r::rni shed. ten 00) dav•;� .!l E' .. RSSi .;I C2 C1Y )' C c i �: [i:)^.; i._ �.� .`e f.i \• .`:e P" -'e ..00c :JQr U, s U: '� .. Y: cod �c _.:<: , rs�pe: F_h(7 _t:�! (: prey -: ec .;u_._rL__ <;cu= . s ': il,.re on =::e aa. _ o? _he suecef.s:ul' p,i . dc<•r to caraple_e .::r. reet:irer,:Fnis oz this section shall result in the forteiture of the °"idder's Sic: Security to the Citv. Section 11. Power of Attornev Attorneys -in -fact who sign bid bones or con:.r<:cL bonds must the uiLh each bond a certified and ette.ctiveiy dated copy of t':e'r power of attorney. Section 12. Notice of Special. Conditions Attention is particularly called to those parts of. the contract documents which deal with wage rates (See Attached Schedule). Section 13. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and the rules and resu «tions of all authorities having jurisdiction over construction of the projects shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. Section lei. Obligation of Bidder i At;the time of the opening of bids each bidder will be presumed to have inspected the sites and to have read and to be thoroughly familiar with the plans and contract documents as detined in the General Conditions. The failure or omission of any ii -j bil dex t9 examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect of his bid. j' Section 15. Texas State Sales Tax i This contract is issued by an organization which qualifies for exemption provisions pursuant to'provisions of Article 2U.U4 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. Section 16. Materials and Workmanship The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to.be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them. adequately until incorporated into the project. The presence or absence of a repre— sentative of the City on the construction site will not relieve the Contractor of full responsbility of comp.ying with this prevision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the City believes necessary to procure a satis2sctory project. Section li. 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, partiall%* paid, or not paid for such work, until the date the Citv issues its certificate of completion to Contractor. The City reserves the right, atter 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 similiar 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. Section 18. 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 j. d!�a tfjall underground pipelines, utility lines, conduits or other underground st.�uturIe which might or could be damaged by Contractor during the construction of th.projlect contemplated by these contract documents. The City agrees that it will sh ontracto,r the location of all such underground lines and utilities of which 16 k owledge and to seek the cooperation owners of affected utility. For I. IB -4 I she�l'ters $n Texas Tech University campus, the Department of Ground Maintenance will assi;st!!the Contractor on locating impacted utilities. However, such fact shall not relieve the Contractor of his responsiblities aforementioned. All such underground lisesor structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfactionof the City at Contractor's expense. i Section 19. Contractor's Representative The successful bidder shall give personal attention to the faithful prosecution and completion of the work and shall be present in person on the site of the work, continually during its progress or 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. Section 20. 1 Provisions Concerning Escalator Clauses Proposals submitted containing any conditions which provide :or changes in the stated bid price due to increases or decrease in the cost of materials. labor or other items required for the project will be rejected and returned to the bidder without being considered. BID PROPOSAL a INSTALLATION OF CITIBUS SHELTERS ' ,- PROJECT N0. DATE: Apri l 26, 1985 PROPOSAL OF Lubbock Development Co., Inc. ' "Bidder") (Herein after called r Gene Eads Purchasing Manager City of Lubbock P.O. Box 2UUU Lp bbock, Texas 79457 Dear Sir: !`- ':he Bidder, having carefully examinedthe specifications, general conditions, instructions to bidders, notice to bidoers and all other related contract documents, y.• and being ramilar with all of the conditions surrounding the construction'of the proposed project, hereby proposes to surnfsh all labor and applicable materials and supplies; and to complete the project in accordance with the above documents for the following sum, with unit prices as stated in Exhibit "A": BASE BZD: o ow�c_ i s (Amount shall bekk&wn in both words and figures. In 4se of discrepancy, the. rte; amount shown in words shall govern.) M The undersigned agrees and pledges to commence construction of the project.on or before a date to be specified in a written "Koti.ce to Proceed" of the City and to •.` tuliy complete the project within SIXTY (tU) consecutive calender days thereafter as .. . ` stipulated in the specifications and other contract documents. Bidder herebv further agrees to pay to the City as liquidated damages the sum of SSU.UU for each • i'. yam: consecutive calender day in excess of the time set forth hereinabove for completion #•'.' of the project, all as more fully set forth in, the general conditions of the contract -documents. The undersigned agrees, it awarded the Contract or Purchase Order, to execute Contract and applicable Bonds within ten (W) dans after notification of award o: eontrcet. The undersigned further agrees thaL .he Certitied Check or Bid Bond �payabl*c to the City of Lubbock, accompanying this proposal is lett in escrow with '.; Mr. Gene Eads, that its amount is t1he measure of liquidated camages which the City will sustain by the failure of the undersigned to execute and deliver the above named Agreement and/or in furnishing the applicable Performance and Payment Bond �a.s. within ten (lU) days of written notification of the award of the Contract to him, ;;- then the check shall become the property of the Citv. or the Proposal Bond shell s!, become subject to forfeiture to the Citv. Itiis under tood that.the City reserves the right to accept or reject any and all bids'and tojwaive all informalities. It is iurther agreed that this bid shall be zr valid and n t withdrawn for a period of thirty (3U) days from the date of opening. BID PROPOSAL. - Page Two Bidder understands and agrees that the contract to be executed by $ bound and include all•contract documents made available to him for ,C er shall be . accordance with the Notice to Bidders. his ins pection •in Y(Seal it Bidder is a Corporation) ATTEST: Secretary Respectfully Submitted, B Fred Davis • • y Vice President Title P.O. Box 65251 Lubbock Texas 79464 (•Address ) 806-794-4144 (Telephone No.) F-vl::8I:' ,1 " The contractor further agrees that he will provide all materials, labor, tools, equipment and incidentals required to add or deduct the following items of work to the contract for the prices listed hereinafter. Please include unit cost of all Items listed below: ''.Item Description of Item Un1t Price 1. Assemble and erect shelter,' per shelter '- 2. >:. Assemble and instill shelter bench, per wench 3• Complete bumper guard post, per post 4. Construet'4".reinforced concrete foundation, per sq. ft. .S. Construct 24"•concrete column, per column 6. Construct 6" x 12" concrete curb, per lin. ft. 7. Install 2" x 4" 1 c ear herd redwood edging, per lin. it. n:� 8• Construct brick paving (foundation), per sq. ft. y. Demolition and removal of asphalt, per s yd. :• q Demolition and removal of sidewalk/concrete, per s d. .. q• Y Excavation and removal of topsoil, per cubic vd. 12. Relocate chain. link fence at E. 2nd and Zenith 2213. Relocate existing shelter, per .unit �. �If'{ li ( it .� • i I I;, I Ij CONTRACT ;STATE OF TEXAS I, !COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9th day of May A.D. 1985, by and between the City of Lubbock, County of Lubbock, State of j Texas, acting by and through Alan Henry , Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Lubbock Developmen.t Company, Inc. , of the City of Lubbock County of Lubbock and State of Texas , hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: 'j Installation of Bus Shelters 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 perfor- mance of the contract in accordance with the proposal submitted therefor, subject to additions and deductions, as provided in the contract documents and I 4 ito make payment on account thereof as provided therein. IN .WITNESS WHEREOF, the parties to these piqesents have executed this agreement, in Qu i n t u p 1 i ca t e in the year and day first above written. CI7 ATTEST: Secreta ATTEST: W lG�tr/ Sec tary -- r W BY: 7 CONTRACTOR BY: TITLE: COMPLETE ADDRESS: I I I , { 5 1 w `• Federal Register /.Vol: 49. No..34 / rrIauy. rMrunry 2/1 AV04 r P ✓ > V C •'• G Ca C r N •r ✓ r a v .•/ JC 4 r LNIIrv• 41 V1 b v • ? • VN v 6V 0v d a C • Cr C e >• C V r C c V w i a a w Y C v > •• v Y S C r Y / C V r 7 C i a c r r V N w'r ~ ••• P Qr • .+ r y V C V p w �•r l I i 4 .. V •N v 4 e v •• r./ H Y a[ Y r- Y .O•i M CC C • r N r r w O V 4 y✓ • Y O Y • • ✓ 1 a a .0 i w E •�+ � Vim• ^•N O 40 .0 V w V rrC .•• .•1 Y O a W V C I r V u tI Y I M V V b 1: • V V r v Y [ r q 0 .■i •+ 1 O 10,1 X �•. r 6 6 ' • [ Y r ' • •Q • JQ • C S • 3C Y Y • 3 G A V O w Yy "• 0, P d ',. ; N p in �• 11 10 C J V •+ • • t C b. C C C 3-1 r C .■Y. Vr 'p ! ! S • V w . 7 C 7? +{ f'•O 'C i✓ C - .� •r YY O • C • •■i ✓ Q 3� O• .••.yi •Y'• , V Y• '. � • N v Ow r . • ■ dt0 ^• - •V. ✓ 4 06 r p.r Y O ` 1 V O •+ ✓ O • csI s > C • • K iw I' -+ r O f: Vt • Yr 1 Cr .v Y C Orb O S Y V� • . u • O r C s 'i .w • 4 v • iw C a r f Y• 6 •0 '►+ O V ••1Y C... • OY■ D e C w..o• C • 4 t eCE • /0 rvY • '~ E v Ir V O V V C N Y M M S O O .ter -• a a .. •! P r w O 0. 2 .O r Y r C r+ .OI 1 .•/ 1.,4 r■ C 4 C ♦ 7 C 00 •qC iO4' i - rY 6 f C Y>'.X %Xy OO Crw y w >A V[ V W aYrV IC SVP N Y X .Vi O IIC ✓ ■r .V IDL rY Y j pY q,.M • O' V • .Gi • • V M■ 1 • C •? I..IIi« C s •� iw ■; w / YC f ■ 1 • ..Ci •11 0 N / 1.6 Isyr� r 61 r e ' 46. do u•.1 O C 1K E7 .ra 14 Vlgl •1 S! •r 1 0■• OV l rC P I YO u a_Or1 0 I �•/Y 1. V O 1 r O by • C 3 - •✓✓0 1* 1 (� Y Y ^J 1 ••• C O f r Y Y C C r l d r / C O X C 12, / Y Y V, 1 u PY /YyId I 4W V YY !►.O• C■ C• CC •1C w •C .• 7r • _C •� ■ I Y •,1 N 1 C .i w • . r 7 r • 1 y r Y V ~ O / C• .• ✓ 1 • Q. i t CP • Y 1 •T• _C P 1 7• r 1 • Y 1 ✓ O C 1 >. r 1 MO V P r 1 Y A Y 20 r 1 0• •1P C O 1.+ 1 ••t P[ 0 1 X • C C Ob t 4 r Y y r / X • O• .y V •O 1 i •p 1 4 p Y I 00 0 r I r •+ ! I V r 14 a N v •+ •■ ....o • p w�1 • p r. 1 w ^ v\u i aU ' v•iY ~~ I r of ... •• Y ■�+ V•••J. N? 1 1 C • `r D tOi10 C v= .0 / Y .moi V V M I r r• 1 ~ C • COY ' •. > Y �Q Y 1 9> Q 1 l a! N O. 0 C 1•'rC 1 •d C n�/w/✓ .• NYYnIr ■ 1 Clr> w 7 �"1 ■•r i D 7 09 I i J ` w r ■ 1 r •O r ••••n O• •r r 1 ••1 r • E O U.v C 1 .•r 30,00 a I A .-1 1 a C■ 0 1 ►. C •.. P I r r 6 1 IQ 1 • Ir .•. ■ 1■■ 2 1 C-4 {! > 7 V1 • 4 • Y 7 1 N 7 4 /, O J >. 0- 1 C ■" O• 1 r 1■ J? L•v • O (• C O■ • ••1 Y 1 V V S ••• X V r 1 0. C 1 00 i r• u I /1 >• • > 1• • Y 1 4 1 U a • w Y n s� • I �y O l r •} Y V C C •X..+ O••1 l X f 4 r ..1 C Y Cr 1 Y• • 1• s M 1 C 6 V V I 4 r 1 P• b !✓ C' Y.4 11 X R■ D i - W L: s 1 -4 i S•C 1 C .■ f• V M K✓ Y Y• O J= K✓ Y ,r • Y r K✓ C •2 pO• C S K d. 0/ Y C K P Y r 1 « dE0 • 7 r dC • C O• - .• O C .9i ♦ ✓ C O O O C ICO O C . O C O C Y C1 4 ¢ M Q 1•I K✓ y o • r S V • P C t r p .•C ... v a O a p .'S .• v •' C r O Y v 14.Z r O C O 3 •. ~ w O Al. vI.. 1.1 Y a C C >. Y �• S 2 r O V O O C .O O O .• Y .• . S V X h ►. O.► .= Y •r ► Y 1. V v �4 zrr10 a9t7 •-/J •r o D o O c o O O C r. Y. R r 0• • K z,,.4. O C c .0 O x. O .•..O r✓ t Q u V ••• S V a Y U 2 0 Q S x ... .< V r I i h✓ i �. • a V rrM ✓ .V. �+ .+O I Y O_lC Y a ..r • O _• i [ Y■ 2; C 4rOi✓YON V •+ Y 4 r 1 4 /. C > hJ DO 1' v Y 1ih ='. b ••• Y n Y V •� Y V Y r Y Y O. w■ r P• r .6. r✓ •'• V M CHI V 1• >. y = C V00 y t 6 n C W�►•.r V .•• V O O O O W 6 E K V 7✓ •.� .d,. Q Y .r Y X t n� CPO r 0 .r .� N d � O•cw •� uVi Wt►r .O.♦• 2• OIr2 r N r • V> O W 2 ii 0 Yl V- 2 V N O r W 2 ar 0 D VOO V Q N D N W4 O AL d• OJ N� ONI a W ar ON WN•♦ r w aC 4 N O M 04 G6 «2 /• M Y w ; e V O 7 w✓ N ZP Cr C r Y r 2 C Y vv rr V V YC w `• r P ✓ > V C •'• G Ca C r N •r ✓ r a v .•/ JC 4 . 41 V1 b v • ? • VN v 6V 0v d a C • Cr C e >• C V r C c V w i a a w a C v > •• v Y S C r Y • w C N 0 w✓ V V w V 7 C w r a c r r w ✓ N w'r CL ••• P v .+ r y V C V p w V Y C_ • 4 .. V •N v 4 e v •• r./ D v 9 Y a[ Y r- Y U.2YN M CC C • r N r r w O V 4 y✓ • Y O Y • • ✓ 1 a a .0 i w E •�+ � Vim• ^•N O 40 .0 V w V rrC .•• .•1 Y O C W V u V Y N I r V u tI Y I M V V b O V w Y V r v I C r q 0 V N •+ 1 O 10,1 V f+ E �•. r 6 6 ' • [ Y r Yr • •Q Yr 1 YY a a • > 1 Y•+ Yr e Y V. C• V O w l r> A I Y V C V P d 1 O L) r IC r p in �• C 10 C J V •+ c 1 U r O C .om70c a v`v 11.1: .ac oo i vaCw C � .:07 O >> • V w . 7 C 7? • c x a• f'•O ••CCOr .+ .•� V V 1 O r O 1 4 Clau .� •r YY 1 4• .r (.. t •+ O y 1.r•�V NC 1 r9K wC 1 ■✓OZ v Or m O Y4 0 N v I V P r 1 '� 0 iv ✓ •■ r a v 1 0 0 Pr C •V. ✓ •I r • O 1 CW >•+✓ 4 w r C P• Y/ O 1 V A. COC ►• O 1 V O •+ ✓ O • csI s > C • 1 r 1 ie..> i C i .�J.eviw I' -+ r b■ 1 CV Yw Yr 1 Cr .v Y O • 4 r r S Y • V0a V Y Y • •+ 0 u • O r C •• 'O .♦ 1c, • or 1 r .. it 1 ro c C 1 { Ua 4w ..■ .• 1 Oik. YtX _ Kr■ 3c 1 O O E 9 'C `• 1 K V/ O D IWC w • u u O M V i~ • U iCc 45 • M r J Y C V O V C V r Ir V O V V C N Y F j YI• I O U O .ter r• C r C O •.r r c .1 r II c; NI I `_ w♦ 016 dC O 0. 2 rr O z O 4 Y.•7 u Y o a = r v .r. C r r C I k' I • a • O • V Q N r O 012. 0 Y .+ br 2 cIL C iO4' i - rY 6 f C Y>'.X 6 • OO Crw y w >A V[ V W aYrV IC SVP N Y X .Vi O IIC ✓ �14VC a w•w .Vi .V IDL f�NVYr V w WIC >9L� .Gi 0 R;1. ozr 0 xulT• I /• M Y w ; e V O 7 w✓ N ZP Cr C r Y r 2 C Y vv rr V V YC w `• r P ✓ > V C •'• G Ca C r N O ✓ r a v •'! V 6 b v • ? • VN Y w2 C Y 7 d a > �. v• w V= W c V !.0 C %1 D �F C v > > r aY •y O Y N w✓ V V w V r w r a c r r w ✓ N w'r 2 a ••• P v .+ r y V C V p w V Y pJ Cr P i Y C O M v 4 r C C r- Y 1• C ✓ w W 1 4 1..& • C C I w V 'a I V Cr .•• .•1 Y u V Y N I r V u tI Y I M V V K C 49-4 r w Y V r v I C r q 0 r l >Y 4 •+ 1 O r r 16 CC i rw 6 6 >i1 r.r0 Is JC 1 we a • > 1 Y•+ Yr I V Y V. 4 1 14 r V O w l r> S S Y I C • 4 2,C I O to .c S I• C V «F� .• O I V •' ••1 P I Y C K C r O r IL; r O N V �• • r f'•O rr .:rV ✓ YO •V. w V C19 u•• w v Or D. 1• O b N v L. V C 0 O a w Y 00.7E 4 w N a • nR O t•I I' VC\ ` r O 7• C h >ti r ✓ IL 66 ✓ 00 r V ✓ N C�V D 7 C V PN ✓~ v u M 20 N Y O r V If:. V✓ O r V O r,• 0 y N•• 1•• V OI N OI• N /• M Y w ; e V O 7 w✓ N ZP Cr C r Y r 2 C Y vv rr V V YC I Federal Register / Vul. 49, No. 34 / Friday, Febru„ry 17. 19114 / Nolice9 621. w � • N M O N N N^ O h•.O^/ • O Y j •s � • OQ O h• O N NNMON nO.+n O N N Np Y Y > N _ A 07 • 1/ 1 1 == 1 1 1/► 1 1 ! Y1 p. 1 �00p O w Y 1 7 V • ^` • r Y C Y •. 0 0 0 CON N w p CZM� O •A� i�<IJL Y r r}~ • L 1 � r H• w.: '•rte%1,� V Y \ 11 r•.dir ..c. CP Y • • Y ► w C!► 1. • • Nr wS o i 1y = C i0► V��arcV `00e•3 '7 'f Y Y e O Or��1. Irr • Y_ JV Y O YY CM .]Y1N w • r �_ Ey `C"'(�Y ♦ UJ �Y •I V PY r= 1�1. .•. NNN•• • t NO M 0 S ►. r ra9A'y w0 w L•• O >R Y N> > > i>>>> V ILi, 0 >) •+ O• ••••• • ( N _0qU Y. ► wit i Y Y G G Q s w w U Y Y • Y • w > r 'y II p .0 It Y • s i nr / 1 1 1 V. 1 awQ. 10w~~ ww > >Y •• w S. •A N •,N n N N M NOA y • A• q a ► L w` Y• P. r . •. Y .7 • Y•✓ •1 `I Y= Y w► w w 4. • Y r N• •• Nr HN •• 1 1 1 I • V h h 1 1 1 • / 1 1 • OO h Tw Q . w .gP� Y Y d) Sc i i O z 0 0 � O O•► G ► G► O O 2 Oi400aU Lv vu d 2 O► w i S h Y h 0 V V O i a i N N N • n Tp�i r Y i MO = 00 NN �'r �•• N ON O •. N O NOON 'r •; • N1• H ••Nh I I I I N 1•1•hM / I t O Yn 1 A 1 1 1 • t 1 1 1 NNOo- .•Y N T h hr• M• a •/1Y V •.t�� ►. p OrN Ir 1••r0 wOwwo � ( • I t iY 1 •0111NON=w0•O /h1•rw.••HH .•�• h ,qI �+rr •.•. •1 N }' •�'• /1111 •^ NA �Nw 1.11//1~ Y^1 4% C, III.Oh n♦ •wOn� v ~ •• Y• ••Y NYV Y 1 • • • • / 1 I •/• N • • • . Y N. ••NY• •w r . 1 N.I1Nh r Y0 coo 'a • • • • 1 1 .10 N O M 0 0 O N N A O N M hh MYh , . . . • . i •, 1 • 1 h ••1 r •• n wY h 1•h •• h wlh • / • N • • N M O N N N^ O h•.O^/ • O O O • ^ M N 11 M O o 0 w d Y • ~ • Y Y > V • •I Y 011 _ D .•r C \ r Y Y • C +GOO ` ... = Y *a.. • S L S == Lr C L .r r Y '=rV N• ••. ♦ • N • N •• N• 7 V • ^` • r Y C Y Y w r 1 V C • O. Y ►LrY • r p CZM� O •A� i�<IJL Y r r}~ • L 1 r O. ,0 r C Y•Lc Mrrz • Y^ Vim/ • w • y = r •. '•rte%1,� V Y \ 11 r•.dir ..c. CP Y • • Y ► w C!► •••V •'� �O ••• ••—Y b e 6 Y P> w r + • • Nr wS o i 1y = C i0► V��arcV `00e•3 '7 'f Y Y e O Or��1. Irr • Y_ JV Y O YY CM .]Y1N w • r �_ Ey `C"'(�Y ♦ UJ �Y •I V PY r= ♦.. 1 AV I. hn .w1 O GI/iriP PP :Yrr >•w..>Y��^ ^YYw• 0 •••GGpp = LS C.rr O rY.S �L••11 N N COP •YO• w ... �YO•—- .——- V w w S ►. r ra9A'y w0 w L•• O >R Y N> > > i>>>> V ILi, 0 >) •+ O• ••••• • ( N _0qU Y. ► wit i Y Y G G Q s w w U Y Y • Y • w > r 'y II p .0 It w 4H 4 66Q � O_ • •1• Y C_C Y V 7V � rY F y..Or C =•• _F�Ytrr1G ww > >Y •• w S. •A V VOOY`w 'Z S O.Y.•.•iC.•+.•..•..•.•.•.NV.C. V.C.Op•rprp�CCOCNC%1►0•wp O O O Y Y v Y y • A• q a ► L w` Y• P. r . •. Y .7 • Y•✓ •1 `I Y= Y w► w w 4. • Y r = •awLC CGYYCCYBVL40.. C• P• P w O C O.+rVYVV VVVV�• C I C• lC V C O rr V Y y 0 + Y Y Y Y O 8 V � r Y `• .r C•CC C C v i N N w w�Ij�7 2C C C.+a4 V.�••S ►. �000r.. Q . w .gP� Y Y d) Sc i i O z 0 0 � O O•► G ► G► O O 2 Oi400aU Lv vu d 2 O► w i S Y NN� vv.v U UI.. Ir••LA 0 V V O i a i N N N N � • N M O N N N^ O h•.O^/ • O O O N N O O ^ M N 11 M O o 0 A p 0 0 O^ N O Oh V MN Y I.• V:%• •Nr Ar ON w • p S • A •• N w N Y N• ••. ♦ • N • N •• N• I. 1 'N N N N N .. r N Y • •. ;= i =NON NNN N O O O NONOO N O 00 Y _ • w • I'• V •.h 0 1 • t 1 . I• • ♦.. 1 AV I. hn .w1 O •. ♦ • 00 y1 ./ O ; •NN •N N •h • N• 1 ••1••r1 1 I NN 1 1 1/ 1 1 =•• ,• •A n rf OOH•O NNI• 00 O NOO ONOO 0000NN pp Y i • • I 1 n 1 ti DI'• 1 1 Nr NN nNw f.o 1-7,t •. Y wt N 2 Z NMN 1►h•/N Y NN� ••NYY Y••N hN •A r Y �'r �•• 00 N •'O NN /On l•IHON 00 n.. O •. N O NOON 'r •; • N1• H ••Nh I I I I N 1•1•hM / I t O Yn 1 A 1 1 1 • t 1 1 1 M .•Y N T h hr• M• a •/1Y V •.t�� ►. p OrN Ir 1••r0 wOwwo � ( • I t iY 1 •0111NON=w0•O /h1•rw.••HH .•�• h ,qI �+rr •.•. •1 i w • s w 0 • w • r i • r V > • \ S 11 1 .. r 0 w N L •• r S r „ • = _ _ = y r • r = ► = V r •w ` Vw O w iV 9. w nrr Y•• 1 , • • C V • Yw Y w • Y7 �C..C•w 7w O wK w r IGGGI yYr YLL t.t Y w�i `rr>�w 4---C i� O"' wr • .. Y v • 0. • • � w.. • • O > y Y Y r Y • • . • r, • C*r,Y pQ> • • AL C C c A ww = _I „r„�Y C ppY N Z••L\.w =rr rwaCC Y• YYYwW. • r • ii a• scN .wwUl...lrwpa== .�✓1Y.Yirr••i o« s e`•� c r • PQ • Y,Y • c•••• u u C r✓ r r V y QY•Ir C/ir rr r..•r ••7 rr•.• C 9 9r V • • Y \ ► •.+.• • Y wr >. >„r Y • Or..•rrwCC••>••\Vww Oi JN•1NN••r CC Y•Yw•••EQ - 1••••C•�Y\w•\wrYrr� w\•••\r rrOr.•!Y•• LCC Y r _ V V. Y Y w Y Y ( ( i L i r r= V• 9 9 y' vio.o•sor/ravwi.ru<B<.�e<VO<..Og..•..rwoEoEoEowoEoEPSB �y oL.....�r3'Cc .o> a. 6216 Federal Register j Vol. 49. No., 34 / Friday, February 17, 1904 / Notices V ! G •i 1 1 •`�•�n o.•••�wor. �o�•o• / 1 /.o•.o N „O, �I'i 1 `. I w Nr. .•rvn■•n.•n.• w• nN•./��n.•�.nn 1 o.•u■f 1 / •n 1 / . 1 � .Ij' I �' 1 i w rnr w i i •. O O N OOMp 000 NN S=' wo rr rrr•N.+o r•.• yNON oo eo yp I » his Nr If+IVN• •NM�IIV�II IHNV'HI A/x111+:If1 111'1 ! I. V N 7 • • M O OONN ,A _` A • i 1+~•IrH^►/11�11� •ns �~N'OVrA IrNi wei0�0® _ O NN C N V V V NN V V V / NN V� •N /•V •. I••i 1/ f 1 0 1 wn / 1 i 1 • V N n � o O O M N I y I VgO1•• O• NIOON NO O O OMOO NN O11000 s • • I IIAwI■11In/H.rOrlowl.• 101.On1/rne1.NN! . • t nN VM .IA n r VN•• n• V r•1•NI•• t V .y N OON e0 ,t• : •` 1 1 1 0 1 / Nnn 1 •O I I I I M N 1 0 1 O.• Ne O N O -ft f wN� •N 1 f~ 1 0.. •• N V • N n N .N Y r Y • M •.P y ^ I > r U; i U r r • Y ✓ Y C 7 a • Y N •• Y > Y y Y Y • 2 y 12 r •• C •J y = e > a y a • r �a u> w r r S. r N , r VN Y i•'•V6Y Y V rr.•.YN • • Y 1, r0 j }• Y Y Y = A • r C N N N Y 6 yyy t Y N Y r Y V Y• ✓ w> • !, y Y. E .•. •... V d O. R✓Y YCCCCY 40 00. �� •� - y Y• C N • _• O V•• V V Y �' • Y Y Y N V O • R Y 0.+9 rr yq MNN Z L L t C •• Y V b V` i C C Y V Y r Y Y 0✓ r y y i N r •• .O. �.w •• V Y V S Y r = P C C•• Y✓✓✓✓ V '� C C C x x V V = Y Y Y Y V• Y V Y ••• r G✓✓✓ ✓ ■1 • �' Y Y y C r ..... y y V Y O _ ✓ ✓.. .. V Y E _O O • • C Y V Y Y Y Y Y• O r J N N IA Yt • Y ••• c c Y Y• Y■ ■✓ E 0 0 0 s y r •• C Y Y Y Y Y Y y y E Y C CC Y✓d CL V UYYV U u Y E l E s s!l Y.' O•• Yr✓ q,•, -•E[` __ LI •• ••:✓✓ Y r C C C C G•• Y r Y Y Y y Y $ E C C C•> c C V 9 9 C V v•• C C •••j 000.•..r 0000000■�1 :YYr rr.•.y ab•a rP� U V VU V VYu ri. 60. LO ••r, 1. J.7II LONL6 LL• V Ai•� KNN - N ' Y Y i• O N N O O O N O N O O N . i• • O••n 1 / g e•vrw on.• / » - V V N • •NNN M V N y N O O N N N 1 i •j• 1 1 1 1 1 1 1..• N 0.. .. .r NNN •• i1 i e~ O•A N O NNO Np Z 1 r'•.`Nn N nnwln 1 1 1 • 1/ r 0 N V N V N N N V V V V N Y[ i N000 p= • O 3 i wct n ti n O r90 • I • 1 / / / 1 . • 1 N • ftft V N N M V n V• t► y ; ))i i w nr••.N w r O 00 •' Z • •V •N V N VNV Nn rl• I ` r V O Y OSx o" a„ Ye k. S= Ic • e r y e • y 4• Y w• .. N >•. y f •r• • 19. .• e - :O P::r•. y •.. CC.. eS. fttr �� • •CCC •`I y "Q•' •$O� Y 911 O .• •• y .• C Cqj Y �..•.. •.•� ••• �% • V• r � -� i i'I if • Ems , � 'cc's Yyr. •� � �.Ci wwi eeeYrr c 88r ., E I r i r I FII iI•I • `'1 i01 OOO...LLOC10 •'^ B•iYr d • N 'i .• • r✓• Y V C• x b. PO C V•• • /•C O a i •u•uuu> eeo•+uece� • eva rx✓•Ya (1 • : �I : I • '' = • • • • • • • P O i w r • O r ...r Y• I :O/ + Y S y Y Y y Y M• 'j, y N r! �• .7 �• �' ••p•• � 1•h 1•hhl+h hlt h X3 � 7 00> KNOW ALL MEN BY THESE PRESENTS, that Lubbock Development Company, Inc., a Corporation '(Eereinafter called the Principal (s), as Principal (s), and FTDFT Iy AND DEPOSIT COMPANY OF 1,,%RYLAND (hereinafter called the'Surety(s), as Surety(s) are held and firmly mound unto the "City of Lubbock (hereinafter'called the Obligee), in the amount of Thirty -Four Thousand,. Three .Hundred, Sixty -One and. no ($ 34,361.00 Dollars lawful money of the United States for the payment whereo; the said Principal and Surety bind .themselves, and- their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these press: WHEREAS, the.Principal has entered into a certain smitten contract wits the Obligee, dated the 9thday of_ May 19 85 to Installation of Bus Shelters and said principal under the law is required before commencing the Work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if. copied at length herein. NOW; TREREFORE, 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. that this bond is executed: pursuant to the provisions U Of �Ar ic1 15160 of 'the Revised Civil SAatutes'of Texas as amended by Acts of �th1 56 h Legislature, regular session 1959, and all liabilities on this borid:shal be determined in accordance with -the provisions of said article to !the extent as if' it were copied at length herein. I IN WITNESS tJHEREOF, the said Principal(s) and Surety(s) have signed and''sealer this instrument this 9th day of May 19 85 1s poll* ►' - - ' 10 ;surety *B HCX4 (Title) ATTORNEY IN FACT Lubbock Development Company, Inc. Principal By: 'Iji C (Title) By. (Title) By: - (Title) . The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates REPUBLIC HOGG ROBINSON OF TEXAS, INC - an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety *By: HOVQAM COWAN (Title) ATTORNEY IN FACT Approved as to Form. City of Lubbock L By: N. �& 4, qy Attorney *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. i ! i Performance Bond - Page 2 i i • STATUTORY PAYiIENT BOND PURSUkNT TO ARTICLE 5160 OF TkE REVISED CIVIL STATUTES OF TERAS AS AMENDED BY. i ACTS OF THS 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL HEN BY THESE PRESENTS, that Lubbock Development Company, Inc. (hereinafter. called the Principal (s)•, as Principal (s), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND (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 Thirty -Four thousand,. Three Hundred, Sixty-one and No/100 Dollars (� 34,36-1.00 ) lawful money of the United States for the payment whereof, the said principal and Surety bind themselves, and their heirs. administrators,. executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain writte contract with the Obligee, dated the 9th day of May 1965 , to • Install Bus Shelters and said principal under the law is required.' before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREME, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a sub -contractor 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; a ��E i PROVIDED, 13WEVER, that this -bond is executed pursuant to the provisions f oflir idle 5160 of ,the Revised Civil Statutes of Texas as amended by Acts of the I� 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 9th day of Mav 19 85 FIDELITY AMID DEPOSIT COMPANY OF MARYLAND Lubbock Development Canpanv Icc Surety Principal By. *By: (Title) HOWAM COMN (Title) ATTORNEY IN FACT By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified -to do business in Texas, and hereby designates RF.p[mT,Tr 14mr, g0BINSM OF TF'RAS. INC An agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out -of such suretyship. Approved as to form: Surety *By: H (Title) ATTORNEX IN FACT City of Lubbock By: Cfinv Attorney *Note: If signed by an officer of the Surety Company there must be on file a Certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Payment Bond - Page 2 CD w o Lan^�� to j �_� gO. J. y ■ w►9 0 3 �m ■ `A cr B a ■ o � � M' Q � n. g= agpr. j F i_ Q. ii m A 'e o „ 0y. s ■norma V i �/ F A < a rte. gi At�+7J A Av o a:•Z� p_ p� m s= p IaD S F O Vl fA TO pp S �Z A m �•i " aoa :� �l wOD �3 g V. Y.}Y� A �'•A e cu o0 �i 1G g II�e; Q iw" b Kv A 1� 'rKF11 0 c* SZE cr to W IK P L 4 "d ° t7 m ('o- 0-0 Z �o� •! a ' yt cs 3° U,I n ° d O !* i m Z i w>_, v is>� o ga M.0" 3' s " _;�+ n 2�p® sv �4 Fm Yg; a�n.[p�A<I �gr, G=.�n�! a•e'c e$e...a a L.^Z:ti i d �a �Tp�:-$��i i y>=£r c T. 1 ° rr S No bTe 60 i >a e o Lan^�� to j �_� gO. J. y ■ w►9 0 3 �m ■ `A cr B a ■ o � � M' Q � n. g= agpr. j F i_ Q. ii m A 'e o „ 0y. s ■norma V i �/ F A < a rte. gi At�+7J A Av o a:•Z� p_ p� m s= p IaD S F O Vl fA TO pp S �Z A m �•i " aoa :� �l wOD �3 g V. Y.}Y� A �'•A e cu o0 �i 1G g II�e; Q iw" b Kv A 1� 'rKF11 0 c* SZE cr to W IK P L 4 "d ° t7 m ('o- 0-0 Z �o� •! a ' yt cs 3° U,I n ° d O !* i t w • fy w cd 0 F cd U 41 cd •n •v a) a a w a .c 41 to b0 O N 1-44 it Cd 40! A cd N a N rl $4 a w� N b 60 td 3 cd a •� d �+ (n N d) a. O 41 U 41 •a O N d) 4) 0 0 a 41 cd r4 0 o O r o q (L) u r-1 cd a O b u r -i 44 r-1 41 a a t4 44 0 .x W •ri i 1 %.� cd o (d0 9. O u u U N A >-. 41 a w 41 N O N u P. 4) N c-1 0 au a 14 A ed cd > rt a w ~ ° v ° a 41 $4 q 4) 00 41 O a, ~ A A >% 0 41 9u' •ra j 6U1 r9-1 u � � o o P. o � 41 •r4 T-4 R-4 rr..1.1 441 o W * A N ai •.i u cd 41 N rA q O $ 4 P4 V4 N •�r1 cAd 411 0 4 C' o - N 4) .0 V4 r1 u co - o oo 14 44 .4 uo °-O U •r4 b 0 rO oo °� P. (U ° p q ° �4 •r 4) b0 o b a ►4 $4 a u q .a •n a, 4.+ a �. a >% 4) 0 0 r4 U •� q 0 41 a o a cd b o u q 4) u o r°i cd )O.4 (4 r-1 4) >. U cd H d :1 bo (A q cd W a P. r-1 4) O td C) 0 u 41 41 a H Gal 0) 41 p a>, O r4 4.1 P A Q). N N 41 q •rl H a u •o •r4 P.q 4c 14 P. b O O 41 y-1 r1 41 O 0 4 a .� ►4 O a 41 u a >% cd r-1 a A •r4 1•c td •o to 41 f-1 cd to o 41 " o a r -i 0 aJ a .G cd u P. 41 (L) u •r1 .0 P. O N 44 ,o cd u a) u - q N .0 r-10 0 41 0 •° o w O 4 c ?4 "A 4) W O >% (n O ri W 0 A r-4 U .O r{ U N r-4 14 W 4,1 41 'rte cd r•1 a d) r•-1 vi 4) cd w cd cd A d) r1 cd to .0 w cd r-1 r-1 41 N 41 > a A 114 " a 0 .a o a N N N N P. �O b d) co b t0) P. >.b >, U 60 H a a W $4 W a r♦ o ''] ° H to O A. O b O T-4 4ui o 4 40 41 uO o 0 u •a a o ca u > , b O w u q to ' N Q w A cd 41 0 d td p a N N aJ -r4 a $4 r1 ).i 4J o a o ° > 4 q o bo 0 0 q •.y 14 N 411 a -H N � a a Cd W4 N C74 4) )4 OA q o t+� OH b >4 N P. urOi•� d u >> cdriOO .�G r-4 •r) A r-1 � 3 ab craw i f 1551JE DATE (MM/L DONY) 5/13/85 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND 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 COMPAN LETTER Y a MTI'1'ID SMTES F 3M INSURMM Co. -- COMPANY LETTER B THE NOM RIVER INSURANCE CO. COMPANY LETTER C NATIONAL SURE'L'Y CORPOMMON COMPANY LETTER COMPANY IE LETTER THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. A CO LTR TYPE OF INSURANCE POLICY NUMBER POLLY EFFECTIVE PDuCY E)pRATION LIABILITY LIMITS IN THOUSANDS ,EACH OCCURRENCE AGGREGATE DATE (MMIDWY) DATE IMMIDDNYI GENERAL LIABILITY coMPaEHENSIUE"" 500 4697788 - 5/6/85 5/6/86 BODILY INJURY $ $ UNDERPREMIESl�ERAT101lS UNDERGROUND PROPERTY $ $ EXPLOSION & COLLAPSE HAZARD PRODUCTSICOMPLETED OPERATIONS CONTRACTUAL COMBINED & p ED $ 500 $ 500 INDEPENDENT CDNnv.CTORS BROAD FM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ * - B.I. 500 500 AUTOMOBILE LIABILITY twp. - ANY AUTO (PER PUMN $ BX X ALL OWNED AUTOS (PRN. PASS.) ALL OWNED autos OTHER 540 7699545 5/6/85 5/6/86+ BODILY M A $ ' :E PRN. PASS.THAN HM AUTOS PROPERTY $ } S' NON -OWNED AUTO DAMAGE GARAGE LUEL17Y COMBINED $ 5OO EXCESS LIABILITY A UMBRELLA FORM OTHER THAN 523 408573 8 5/6/85 5/6/86 COMBINED $ 1,000 $ 1,000 UMBRELLA FORM WORKERS' COMPENSATION STATUTORY AND 408 3598883 5/6/85 5/6/86 R $ (EACH ACCIDENT) EMPLOYERS' LIABILITY (DISEASE -POLICY LIMIT) $ PSEASE-EACH EMPLOYEE) C BRISK BUIIDERS MSF 4796461' 6/8/84 6/ 8/85 $500 Limits of Li.ab. A Risk 320 3744463 6/8/85 6/8/86 $500 Limits of Li ab. rrw.....,..,vy...,v.�v.�.It,,,.vvwVwn�RJ�vO�l v,�c'{n,��4,^LC�,,.7rc{.r1A/L�I�C)M�/�� ���p�j ?C: Installation of �7li,o &rOF Lill �.dt: J.INi7174dM Insured: CITY CF LUBBOCK, P. O. BOX 2000, IUJBBOCK, TEKAS 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. CM OF LUBBOCK PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL4.a--DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P. O. BOX 2000 LEFT, buVirAILURE To MAIL suCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY LUBBOCK, TERMS 79457 OF ANY KING UPON THE COMPl1 ITS AGENTS OR REPRESENTATIVES. AUTHORIZEQ REPRESENTATIVE GENERAL CONDITIO\S Section 1. General Information It is the purpose of the City of Lubbock, Texas (City) to obtain Bids for the installation of bus shelters in compliance with the: General Conditions, Specifications and other contract documents as identified in the coversheet. The City of Lubbock will evaluate each bid in an effort to determine, in its opinion, which bid or bids satisfy i.ts needs in accordance with the Contract documents and all addenda as set forth hereinafter, and shall award the .contract to the lowest responsive and responsible bidder. Contractors,will be required to comply with all applicable Equal Employment Opportunitv laws and regulations. This contract is sub4,ect to a financial assistance contract between the City and the United States Department of Transportation. All Fidders .'ill be required to certify that they are not on the Comptroller General's list of ineligible. contractors. o: :,:C•;xrck reserves L:ie r:p;r;t to .:c r ce_ any cic: or re ie, c:. aznv and all b.cis as __ deer.:s in .ts st t - own: erg-sL, suu�c,-t .o rc..�i.__ions t,overn�n, D01 4ssisted '.: ii::':. _ :'... - ..-..:r_'R. .�.,•. �- �t!:,....... _ _. �:t.. .'r.•r--'� rr 'tr..:is.: 5 t.":e '' }',; r`.�i.ti .1r; _c_n Ad::_al.,_. U ?^..'�;. Section. 2. Appeal. Procedures (1) Changes to the specifications will be made by addendum. (2) Pri:ne contractors and SUbCO-:tri:cLors may make appoin*aMents Lo discuss these speciticstions. This, however, does not relieve .seem rro^: the written, documented requests required by phrzgraphs: (3) and (5) below. (3) Requests for approved equals, clarit-'CaLion u; speci:-ications, and protest of specifications must be received by the City in writing, not less than :ive (5) full days before the date of scheduled bid opening. Any request for an appraved equal or protest o: the specifications must be fully supported with technical data, test results, or other pertinent iritormation as evidence that the substitute offered is equal to or better than the specification requirement. (4) The City's replies to requests under paragraph (3•) above will be postmarked at least three (3) full days before the date scheduled for bid opening. (5) Appeal from the decision of the City by a prime contractor or an adversely affected subcontractor musE be in writing and received by M-14TA not less than seven (7) full days before bid opening. Appeals received less than seven (7) full days before bid opening will not be considered. The City must receive a concurrent notice, indicating the nature of the appeal. The City will furnish L:KTA a copy of all previous correspondence pertaining to the subjects covered by the appeal. In deciding appeals, U`• -TA will consider only the documentation developed during negoticti.ons between the City and the supplier and the GC -1 intormation obtained through specific requests for such to ttie City, the Contractor, or other third party. (b) Upon receipt of a notice that an appeal has.been submitted to UMTA,the City will immediately contact the appropriate UM'I'A official to determine it bid opening should be postponed. It bid opening is postponed, the City will telegraph all prime contractors and subcontractors who have been furnished a copy of the specifications that an appeal has been tiled and that bid opening is postponed until L'M:'A has issued a decision. Appropriate addendums will be issued rescheduling bid opening. (7) Any appeal to L'MTA may be withdrawn at arty time before UMTA has issued its decision. However, 12 -TA's decision on any appeal under paragraph (5) above will be final. No further appeals will be considered by UMTA. Section 3. Notice of Award Written Notice of Award of s bid will be either mailev., telegraphed or delivered to the successful Bidder cis soon cs possib:e L.•_er Lhe award o: the contract by tile Ci_y Council. SeCLion 4. Insurr_-nce ?tPCL':rr. ellt'S Without limiting any of the other obligations of liabilities of the successful Bidder, the successful Bidder shall secure :and maintain at its owt, cost and expense, throughout the duration o: this Contract and until the work is completed and accepted by the City, insurance of such types .end in such amounts as may be necessary to protect it and the interests of the City and University against all 4 hazards or risks of loss as hereunder speci:ied or which c:av arise out of the j per:ormarice of the. Contract Documents. ;he Corm and limits of such insurance, together with the underwriter thereof in each case, are subject to approval by the City. Regardless o. such approvsl, it shad be the responsibility of the successful ciddec to maintain adequate insurance coverage at all times during the term of the Contract. Failure of the successful Bidder to maintain coverage shall not relieve it of any contractual responsibility or obligation or liability under the Contract Documents. The certificates of insurance,'including evidence of the required endorsements hereunder or the policies, shzll be tiled•with the City within ten (10) devs atter the date of the receipt of Notice of the Award of the Contract to the successful Bidder. All insurance policies shall provide titteen (15) days written notice to be given by the insurance company in question prior to modification or cancellation of such insurance. Such notices shall be mailed certified mail, return receipt requested, to: Purchasing Manager. City of Lubbock P.O. Box lUUU Lubbock, Texas 79457 Section 5. Copies of Documents Available to Successful Bidder Within ten (10) days after the date of the formal award of the contract by the City GC. -'d to the successful Bidder, the City shall cause the Contract Documents to be provided to•the successful Bidder. Section 6.�Pavment Forty percent (40X) of the award price will be paid upon completion of 15 shelters with the remaining sixty percent (6U%) of the award price or final price for the project to be paid within thirty-one (31) days after the Contractor has submitted his notice of completion of work and the City.has confirmed satisfactory completion of work and invoices are submitted to the City. Section 7. General Guaranty . Neither payment nor any provision in the Contract Documents shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibilities for faulty materials or workmanship. The Contractor shall remedy any detects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified. The City shall give notice to observed detects with responsible promptness. Section 8. Change of ContracL Time The Contract Time may be extended in an amount equal to the time actually lost due to delays bevond the control of Contractor, provided that contractor gives notice to the City within ten (1U) days after the delay •begins or at the time contractor becomes reasonably certain that a delay is eminent, whichever comes first. Time is of the essence in this contract. Section 9. Extra Work Without invalidating the Contract, the City may order extra work or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All of the work of the kind bid upon shall be paid for at the price stipulated in the Proposal, and no claims for any extra work or materials shall be allowed unless the work was ordered in writing by the City or its representative, acting officially for the City, and the price is stated in such order. Also, the City reserves the right to amend the Contract or Purchase Order to add additional work at the unit prices quoted for this project until the date specified it so stated in the Proposal. Section 10. Change Orders Any proposed change in this Contract shall be submitted.to the City for its prior approval. In the event that it becomes.neces.sary to make changes in the work or a portion, thereof, as set forth in the Contract Documents, or changes in Contract Time or Contract Price, Contractor shall file with the City a Request for Change Order on a form as approved by the City. It the Change Order being sought does not GC -3 result in;an:increase in the Contract Price, the Purchasing Manager shalt have authority 'toexecute the Change Order. In the event Contractor desires to submit a Change Order; Request, the result ot.which would be to increase the Contract Price for the Project, the same shall be submitted to the Purchasing Manager. It such Change Order Request is granted, Contractor may proceed with the -work involved in the Change Order upon receipt of the duly signed and accepted Change Order. All Change Orders shall be accompanied with such supporting data as the City shall require. All Change Orders shall be processed in compliance with the requirements set forth in Section 10. Section 11. Superintendence and Inspection It is agreed by the Contractor that the City shall be and is hereby authorized to appoint from time to time such Engineers, supervisors or inspectors as the City may deem proper, to inspect the material furnished and the work done under the Contract, and to see that the said material is turnished, and said work is done in accordance with the specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineers, supervisors or inspectors for the proper inspection and examination of the work and a,llparts at they same.. The. Contractor shall regard and obey the directions and instructions of .any Engineers, supervilsors or _nsnec-tors ser E; pointed, wher, the si.me- are consistent with the oblje.a_ions of this cor.tract and the accompanying specitic..tions, provi4ed however, should the Contractor object to i:riy order by any subordinate enginver, supervisor, or inspector, the Contractor may within six (b) dcys make written appeal to the City for his decision. Section 12. Assignment Contractor shall not assign or trans;er.anv of his rights or responsibilities nor sublet it as a whole, without the written consent of and the Surety on Performance mond. Section -13. Venue, Jurisdiction and Applicable Law In the event of litigation arising out of this contract and the parties to it, it such litigation is in State Court, venue shall only be in Lubbock County, Texas. If such litigation is in the United States District Court, -venue shall only be in the United States District Court of the Northern District of Texas, Lubbock.Division. . It is agreed that the laws of the State of Texas shall apply exclusively to the interpretation of all rights, liabilities and duties of the parties hereto. The contract between the parties hereto was executed, made and signed in Lubbock, Texas. Section 14.,Notice Whenever and provision of the Contract Documents requires the giving of written notice, ithall be deemed to have been given, it delivered in person to the individual dr officer named in the Contract Documents or it -delivered through the United Stat9 Mails, by certified mail, postage prepaid to the last known business address of the person or officer to whom the same is addressed. GC.- 4 e i i Section 15.' Computation of Time Whenever:a period of time is referred to in Contract Documents by days, that period shall be computed by excluding the first and including the last day of such period. If the last,day of such period lulls on a Saturday, Sunday or legal. holiday under the laws of the State of Texas or by resolution of the City or the United States Government, such days shall be omitted from the computation and the last day shall be the next following day of business. Section 16. Termination of Contract The Citv may terminate this Contract in whole or in part at. anv time by ,first giving Contractor written notice when it is determined by the City that the Contractor has failed to comply with any of the provisions of these Contract Documents and the Contractor has not cured such failure to the City's satisfaction within a reasonable time after receiving notice of such non-compliance. In the event of partial or total termination of this Contract, the City may take over the work and perform the same to completion itself or by contract and the Contractor and Suretv shall be liable to the C:tv for any and ril costs occasioned by the Citv. The Contract Price shill be decreased in the amount of such li�5ility of the Cor.tr4c.or and the Surety to the City of Lubbock. ::pon giving tert (IC;) days written natic:e to Contractor, tae City may e2.ect to abandon this work end terminate this Contract between the Citv and the Contractor. In such event Contractor shall be paid for all work executed, expenses incurred, and a reasonable profit thereon. Section 17. Liability The Contractor shall be solely responsible and !fable for iris actions and shall indemnity, protect and hold harmless the City or their agents and employees, of and - from z:ll claims, dSmages, costs, expenses, cRuses of action, actions Findrudements by reason of injuries to, or death of any person or persons, or by reason of Env damage to or destruction of any property resulting from or in any way arising out of, or incident to, the project, or any work, act or action, or 'failure to act of the Contractor, or any of his agents, in, on, about or in connection with the Pro- ject, or any act or omission by the Contractor, or any operation of the Contractor, and whether or not anv such act or omission to act is or may be contributed to in any way by any other person including employees and agents or Owner. The Contractor shall indemnity and save harmless the City against any claim arising from the violation of any laws or ordinances, whether by the Contractor or his employees. The Contractor shall defend any and all suits and indemnify and hold the City harmless from all liability for any and all claims made against the City or any Of its officials or agents for the use of arty patented equipment or any patented process device or article torming a part of any equipment furnished under the Contract: I i Section 18.1 Remedies of Board and Compliance of Laws The duties and obligations imposed in the Contract Documents upon the Contractor and the rights and remedies available to the Citl•, its aEents, servants and employees GC -5 i thereunder shall be an addition to and shall not be construed in any way as a limitation upon any rights, remedies or benefits available to the City, its agents, servants and employees which are otherwise imposed or are available by the law of the State of Texas. Ordinance of the City or the.laws of the United States of America or the rules and regulations of any regulatory body of the United States of America. Section : 19. Arbitration ,9-P e •e V' s;6tJ r176 -re, cyC _ 6 A In the. vent 1 forts a he tie evel h e b n ekh ed in a effort t reach an enient o anges n e Con Price, _race m , Ch ge O •ens, or the ti required o comple n resu in, from a -i rov Cha . Orders ich change t e s e o the wo he t er shall b terred to he C b neral Manage After view, the neral .anagen will ssue a de sion whi will e tine i Section 110. Prohibited Interest No memi>er,' otticer, or employee at the ?;:,;ic 9+udy or o: a local :;:iic body durir:g his tenure, or one year therea:ter shall hove ar:v interest, direct or _nc_re:t, in or 1 -he ; roceecs: Lc:rrFc::. Section 21. Interest of Members of or Delegates to Congress %a member of or delegate to the Congress of the United States shz:l be admitted to any share or part of this Contract or to anv benetit arising therefrom. Section: 22. iqua:, Employment Opportuni tv a. In connection with the execution of this Contract, the Contractor shell not — discriminate against any employee or applicant tar employment because of race, color, age, creed, sex or national origin. The Contractor shall take aftirmative action to insure that applicants are employed and that employees are treated during their employment, without regard to their race; color, religion, sex, age or national origin. Such actions shall include, but not be limited to the following; employment, upgrading, demotion or transfer; recruitment or recruitment advertising; :ayoff or termination; rtes of pay, or other forms of compensation; hr:d selection for training, including apprenticeship. she Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualitied.applicants will recevie consideration for employment without regard to rate, color, religion, sex, age, or national origin. C. The contractor will send to each labor union or representative of workers with which he h1as a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or worker's representatives ot'the contractor's commitments under this section 2U2 of Executive Order 11246 of September 24, 1963, and shall post copies of the notice in conspicuous places -available to employees and G C.- b S-90t'i0d 11 ARBITRATION C J'e J.5 i O N) a All questions of dispute under this agreement shall -be submitted to arbi- tration 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 de- manded 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 proceed- - --- - Ings -shall -be according -- to -and-governed by Arbitration Statutes of Texas, being Article 224, et seq.,-Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION -SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken vi.thout reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own compensation, unless otherwise pro- vided 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 sad shall not be open to objection on account of the form of proceedings or sward. pk4 e c7 c—b R i applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended by Executive Order. 11375, and with the rules, regulations,; and relevant orders of the Secretary of Labor. i e.'The contractor will furnish all information and reports required by Executive Order 11246�and by rules, regulations, and order of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts.bv UHTA and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.. t. In the event of the contractor's noncompliance with the nondiscrimination clauses or this agreement or with any of the said rules, regulations or orders, this agreement may be cancelled, terminated, or suspended in whole or in part. The contractor may be declared ineligible for further Government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246, as amended, and such other sanctions may be imposed and remedies invoked as provided by Executive Order :1246, or by rule, regulation, or order of the Secretary of ', a bor or us otherwise provicc:d by'law. L. Tae contractor will include & citation to 42 CFR 60-1 (1)) rarnc (c) and the Provisions of pramgraphs "'i;" Lhrough "g" hf:rei.n, in every subcor.trr_ct: or purchase order unless: exempted :,l• rules, reEul<:.ic;�� , -ar orders of the Seere_r:r}• of L�:oar issued pursuant to Section '2U4 of Executive Crc:er 1/146, as amended by ExecuL•ive Order 11315. Such provisions shall be binding upon each subcontractor, or vendor. The contractor will take such action with respect to any subcontractor purchase order as L.%TA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vender as a result or such direction by U*:TA the contractor may request the United States to enter into such litigation to protect the interests of the United States. The following clauses must also be'included in all construction contracts and subcontracts over S1U,000, in geographical areas designated pursuant to 41 CFR 60.4.6: (1) As used in this specifications: Covered Area: means the geographical area described in the solicattition from which this contract resulted. Director: means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority. Employer Identification Number: means the Federal Social Security Number used on the employer's quarterly Federal Tax Return, U.S. Treasury Department Form 941. Minority includes: Hispanic - all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin regardless of race. Black - all persons having; origins in any of the black African racial groups not of Hispanic origin. GC -i i i i . f Asian and Pacific Islander - all persons•having origins in any of the original people.of the Far East, Southeast Asia, and the Indian subcontinent, or the Pacific Islands. i American Indian or Alaskan native - all persons having origins in any of the original people of North America and maintaining identifiable tribal affiliations through membership and participation or community identification. (2) Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall phvsically include in each subcontract in excess of $IU,UUU the provisions of these specifications and the notice.which contains the applicable goals for minority and female participation and which is set forth in the solicitation from which this contract resulted. (3),If the Contractor is participating (Pursuant to 41 CFR 60-4.5) in a hometown Plan approved by the U.S. Department of Labor in the covered area, either individually or through an association, its affirmative action obliCations on work in the.plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions 'participating`in the plan. Contractors must be able to demostrate their participation in and compliance with the provisions of any such hometown plars. Fa.:h contractor or subcontractor participating in an approved plan is individually required to cot:tply with its obligations under the EEO clause, and to make a good faith etfort to achieve each gopi unr,er the plan in each tr�CA _n '4'h:Ch it nz,s r^;jl _Uvei, it:e U\'@:vii UOCi f g �i th per ermLnce by other CUntr actor,, or. Subcontractors tow.%r C is £;OF.1 ..n lin ;: j proved i 1:.7: Coes not exci:Se any covered contractor's failure to make good faith ctiorts to achieve the plan goals and timetables. (4) The Contractor shall implement the specific affirmative action standards provided in paragraphs (7) (a) through (p) of these specifications. The goals set forth in the solicitations from which this contract resulted are expressed as percentages of the total hours of employment and training, at minority and female utilization the contractor should repsonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing, construction work in geographical. area where they do not have a Federal or Federally assisted contruction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may he obtained from any Federal Contract Compliance Program Office or the Federal Procurement Contracting Offices. The contractor is expected to r.:ake substantially uniform progress toward its goals in each craft during the period specified. (5) Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Orders 11146 and 11375, or the regulations promulgated pursuant thereto. (6) In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,'such apprentices and trainees must be emploved by the Contractor during the training period, and the contractor must have made a commit- ment to employ the apprentices and trainees at the completion of their training, subject totthe availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. GC. -8 %i? ine concractor snail take specific affirmative action to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to maintain minority or female individuals working at such sites or in such facilities. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female sources, provide and to community organizations when the contractor or its union have employment opportunities available, and maintain a record of the organizations' responses. Maintain a current file of the names, addresses and telephone number of each' minority and female off -the -street i:pplicant znd m nority and female referral service trom a union, a recruitment Source or community orgcnizetion and of what acLiorn w.s tLkP71 with rNspec:t to each suet.i:so:iviciuul. I1 such individual wvs Sent to the union hiring trail for re erre: rano; was not referred back to the contractor by the union or it not referred, not en—ol by the contractor, this shall be documented in the the with the reason therefore, along with whatever additional actions the contractor may have taken. Provide immediate written notification to the director when the union or unions with which the contractor has collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other informatio:t that the union referral process has impecied the contractor's efforts to meet its obligations. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevasnt to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled above. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation -in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newsletter, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where constructio work is performed. Review, at east annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having and -responsibility fo'r hiring, assignment, lavott, termination or other employment decisions including specific review of these items with Ott -site supervisory personnel such as GC -y superintendents, general foremen, etc., prior to the initiation of construction work at any.job'site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. Direct its recruitment ettorts, both oral and written, to minority, female, and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and fem::le employees to recruit other minority persons and women and, where reasonable, provide atter school, sur.mer and vection employment to r.•inorkty and term:le youth troth on the sitF r.nc In ather areacs of 1 -he contractor's worktorce., . Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 6U-3. Conduct, at least annually, rn inventory and evaluation at least for all minority and female personnel for promotional oppotunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. Ensure that senority practices, job classifications, work. assignments and other presonnel practices, do not have a discriminatory eitect by continually monitoring all personnel and employment related activities to ensure thzt the EEO policy and the contractor's obligations under these specifications are being carried out. Ensure that all facilities and company activities are nonsegregated except that separate and single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. Document and maintain a record of all solicitations of otters for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. Conduct aeview, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and attirmative action obligations. l M Contractors are encouraged to participate in voluntary associations which assist in fulltil2Iing.one or more of their affirmative Action obligations set forth in paragraphs;(7). The efforts of a contractor association, joint- contractor -union, contractor 'community, or other similar group of which the contractor is a member and participant, may be asserted as tultilling any one or more o: its obligations, may GC-iU i superintendents, general foremen, etc., prior to the initiation of construction work at any.job'site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. Direct its recruitment ettorts, both oral and written, to minority, female, and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and fem::le employees to recruit other minority persons and women and, where reasonable, provide atter school, sur.mer and vection employment to r.•inorkty and term:le youth troth on the sitF r.nc In ather areacs of 1 -he contractor's worktorce., . Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 6U-3. Conduct, at least annually, rn inventory and evaluation at least for all minority and female personnel for promotional oppotunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. Ensure that senority practices, job classifications, work. assignments and other presonnel practices, do not have a discriminatory eitect by continually monitoring all personnel and employment related activities to ensure thzt the EEO policy and the contractor's obligations under these specifications are being carried out. Ensure that all facilities and company activities are nonsegregated except that separate and single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. Document and maintain a record of all solicitations of otters for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. Conduct aeview, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and attirmative action obligations. l M Contractors are encouraged to participate in voluntary associations which assist in fulltil2Iing.one or more of their affirmative Action obligations set forth in paragraphs;(7). The efforts of a contractor association, joint- contractor -union, contractor 'community, or other similar group of which the contractor is a member and participant, may be asserted as tultilling any one or more o: its obligations, may GC-iU i j I � i obl,igations!under (7) of these specifications, provided that the contractor actively participates;,in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are ret,lected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals ands and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's, and failure of such group to fulfill an obligation shall not be a defense for the contractor's noncompliance. (9) A single goal for minorities and. separate single goal for women have been established. The contractor, however, is,required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in_a substantially dispared manner (for example, even though the contractor has achieved its goal for women generally, the contractor may be in violation of the Executive Order it a specific minority group of women is underutilized). (lU) The Contractor shal not use the pOE' s and timetables or affirmative action to discriminate against env person aecause of race, color, religion, sex, age, or national origin. (2 1 ) The contractor . she:: 2 not E.riter into any subcontract mitt: an; person or f ir:r debarred from government contrect•s pursuant to Executive Order 11246, Es amended by Executive Order 11375. (12) The contractor shall carry out such sanctions and penalties for violation of these specification and of the equal opportunity clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementation regulations by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. (13) The contractor, in fulfilling its obligations under these spectication, shall implement specific affirmative action steps, at least as extensive as those stan- dards prescribed in paragraph (7) of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. It the contractor fails to comply with the requirements of the Executive Order, the implementing regulction, or these specifications, the Director shall proteed in accordance with 41 CFR 6U-4.8. (14) The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions herein as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee ide titication number when assigned, social security number, race, sex, status (e.g.' mechanic, apprentice, trainee, helper, or laborer), dates of changes in status ho rs worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in .an easily under- standable an, retrievable form; however, to the degree thet existing records satisfy this requireent, contractors shall not be required to maintain separate records. GC -11 I it I � 11 • I I (15) Nothing herein shall be construed a laws'which'establish different standards requirements for the hiring of local or Public Works Employment Act of 1977 and Program.). NOTICE s a limitation upon the application of other of compliance or upon the application of other area residents (e.g., those under the the Community Development Block Grant Contractor agrees to include the foildwing notice in all construction subcontracts over S10,UUU, in geographical areas designated pursuant to 41 CFR 6U-4.2: "Notice of Requirement for Aftirmative Action to Ensure.Equal Employment Opportunity (Executive Order 11246): (l) The bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (2) The Foals and timetables for minority and female participation, expressed in percentage terms for the contre:ctor's•zggregz�tc workforce in each trade on all construction work in the covered are::, are Ls•toIIows: :AS:.ES C•04`F, FOR COALSEV .•r. FEMALE PARTICIPATION IN PAR':ICIPyTIO IN rACI: TRADE EACH TRADE 19.6 6.9 These goals are applicable to all the contractor's construction work (whether or not ;4 it is Federal or Federally assisted) performed in the covered area. If the contrac- tor performs construction work in a geographical area located outside the covered area, it shall apply the goals established Tor such geographical area where the work is actually performed. With regard to this second area, :he contri;etor also is subject to the goals for both its Federally involved and nontederally involved '" construction. The contractor's compliance with the Exeeutive'Order and the regulations in 41 CFR Part 6U.4 shall be based on its implementation of the Equal Opportunity clause, specific affirmation action obligations required by the specifications set forth in 41 CFR bU-4.3(a), and its extorts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each o: its projects. The transfer of minority or female employees or trainees form contractor to contractor or from project to project shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 6U.4. Compliance with the goals will be measured againFt the, total work hours performed. (3) The contractor shall provide written notification to the Director of the Office of Federal Contracts Compliance Programs within 10 working days of award of any construction subcontract in excess of SIU,UUU at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the GC -,12 S ubcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; and the gopgraphical area which the contract is to be pertormed.'i (4) As used in this notice and in the contract resulting from this solicitation, the "covered area", is Lubbock, Lubbock County. Texas. Section 23. Minority Business Enterprise In connection with the performance of this Contract, the Contractor will cooperate with the City in meeting its commitments gnd goals with regard to the maximum utilization of minority business enterprises and will use its best etforts to insure than minority business enterprises shall have the maximum practical opportunity to complete for subcontract work under this Contract. The Cit; of Lubbock goals are: 1U% participation for MBE's and 3% for WBE (Women Business Enterprises). • (1) Policy. It is the policy of the Department of Transportation that Minority Business Enterprises, as defined in 49 C.F.R. Part 23, shall hPve the maximum opportunity to participate in the performance of contracts tiranced in whole or in part with Federal funds under this Agreement. Cori sequentIv, the MSE requirements o. 49 C.F.R. Part 23 eppl%. to this agreement. (2) MB Obligation. <he Cit}.:cl, its contractor �:t ree to ensure thy:_ Mir.vritt• Business Enterprises Es defined in 49 C.F.R. ?Frt 23 have the a vimuin, opportunity to participate in the performance of contracts and subcontracts tinanced in whole or' in part with Federal funds provided tinder tihiS agreement. In this regard the City and all contractors shall take all necessery and reasonable steps in accordance with 49 C.F.R. riirt 23 to ensure that Minoritv Business Enterprises have the maximum opportunity to compete for and perform. contracts. The City and its contractors shall not discriminate on the basis of race, color, national origin, age or sex in the award and performance of JOT -assisted contracts. Section 24. Preference Toward Domestic Producers Contractor must comply with Section 135 of the Surface Transportation Assistance Act of 1982, P.L. 97-424, 49 U.S.C. Section 1601 note (the Buy America provision), and UMTA regulations and/or guidance issued to implement this statutory provision. Section 25. Cargo Preference - Use of United States -.Flag Vessesls The Contractor agrees -- (1) To utilize privately owned United States -flag commercial vessels to ship at least 5U: of the grass tonnage (computed separately for dry bulk carriers, dry cargo liners and tankers) involved, whenever shipping any equipment, materials, or commodities pursuant to .this contract, to the extent such vessels are available at fair and reasonable rates for United States -flag commercial vessels. (2) 'To furnish within 30 days following the date of loading for shipment origin- ating within the United States, or within 30 working dates following the date of loading for shipments originating outside the United States, a legible copy GC -13 of a:rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in paragraph (1) above to the LXTA Administrator and the Cit (through the City ( E prime contractor in the case of subcontractor bills - r ot-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, 4UU Seventh Street, S.W., Washington D.C. 2059U, marked'with appropriate identification of project. C3) To insert the substance of the provisions of the clause in all subcontract issued.pursuent to this clause. Section 26.', Title VI Civil Rights Act of 1964 During the performance of this contract, the contractor, for Itself, its assignees and successors in interest (hereinafter referred to as the "contractor"), agrees as follows: (1) Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally -assisted programs of the Department of Trhnsportation (hereinafter, "DOT") title 49, CFR Part 11, as they r.:xy be amended from time to time (hereinafter retcrred to as the Regulations), which are herein incorporaLed,, by reference and ::ade a part of "his contract. (2) Xondlscrimination: The contractor, wiLh regerrd to the work performed by it during the, contract, shall not discriminate on the grounds of race, religion, color, sex, age, or national orgigin in the selection i:nd retention of subcontractors, including the procurements of ir:cteriais and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a progrrm seL forth in Appendix B of the Regulations. ij (3) Solicitations.tor Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contrcctor for work to be pertormed under a subcontract, including procurement of materials or leases of equipmenL, each potential subcontractor or supplier shall be notified by the contractor or the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, or rational origin. (4) Information and Reports: The contractor shall provide all information and reports required by the Regulations or direcLives issued pursuant thereto, and shali permit access to its books, records, accounts, and other sources of iniormation, and its facilities as may be determined by the City or UMTA to be pertinent to ascertain • compliance with such Regulations, orders and instructions. Where any information is required or a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the City, or L:*frA, as appropriate, and shall set forth what efforts it has made to obtain the information. (55 Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the City shall impose such contract sanctions as it or UMTA may determine to be appropriate, including, but not limited to' GC -•14 j i' Withholding of payments to the contractor under the contract until the contractor complies, and/or, i ,Cancellation, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The contractor shall include the provisions of paragraph (1) through (6) of this section in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the City or LY.TA may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the City to enter into such litigation to protect the interests of the City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Section 27. Labor Provisions - Construction Contracts Pursuant to regulations set torL-h at 29 C:R Part 5, the following provisions shall :rr incorporated in all .:one;t.ruc.ion contracts of 82,000 or more in cr.rrying out the protect. (1) Minimum Wages (a) All laborers and mechanics employed or working; upon the site o: the work (or under the United Stctes Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the SecreLary of Labor under the Copeland Act (29 CFF 3)), the full ar:ount of wages and bona tide fringe benefits (or cash equivalents thereof) due at time of payment competed at: rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereot, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of 29 CFR 5.5; also, regular contribut ions mz.,de or costs irncurred 'or more than a weekly Period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or,incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually pertormed,,w3thout regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated �t the rate specified for each classification for the time actually worked there n: provided, that the employer's payroll record accurately set forth the time spe t in each classification in which work is performed. The wage determinatio {including any additional classification and wage rates conformed under paragr ph (a)(i)(ii) of 29 CFR 5.5 and the Davis -Bacon poster (WH -1:321) shall be posted ati all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. GC -15 (b) The contracting officer shall require that any class of laborers or mechanics which,is no listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting!officer shall approve and additional•classitication and wage rate and fringe benefits therefor only when the following criteria have been met: The work to be performed by the classification requested is not performed by a classification in the wage determination; and The classification is utilized in the area by the construction industry; and The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. It the contractor and the laborers and mechanics to be employed in the classifi- cation (it known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report•ot'Lhe action taken shall be sent by the contracting officer to the administrator of the Wage and :lour Division, Employment Standards AdministraLitin, U.S. DepartmenL of Labor, Washington, D.C. 20210. The Bdministrator, or an authorized representative, will approve, niod°fv, or disapprove every!ariciitio:►al Cif:SSlIiCf:tiUn fiction within 3U days o2 receipt b::c so advise Lt:e contracti.ng officer or will noL:_1 the e cont-r.acting otticer within � period : r. :iC df:,• Lhat additional time is necessary. In the event the contractor, the laborers or mechanics to be employed in the classitication or their representatives, .and the contracting otticer do not agree on the proposed classification and wage rate (including the anotinL designated for fringe benefits, where appropriate), the contracting officer shall refer the questions including the views of all interested parties and the recommendation of the contracting otfi.cer, to the Administrntor for determination. The. Adminis- trator, or an authorized representative, will issue & determination. within. 31J days of receipt and so advise the contracting officer or will notify the contracting . officer within the 3U day period that additional time is necessary. The wage rate (including fringe benefits, where appropriate) determined pursuant to subparagraphs (a)(1)(B)(C) of 29CFR 5.5, shall be•paid to all workers performing work in the classification under this contract'trom the first day on which work is performed in the classification. Whenever the Minimum wage rate prescribed•fti the contrf:cL for a c.asb of laborers or mechanics includes a fringe benefit which is noL expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide benefit or an hourly cash equivalent thereof. It the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer •or mechanic the amount of any costs ireasonably anticipated in providing bona tide fringe benetits under a plan!or pro& am, provided, that the Secretary of Labor has found, upon the written request of t e contractor, that the applicable standards of the Davis -Bacon Act have been,met. T e Secretary of Labor may require the contractor to set aside in a separate acc unt assets for the meeting of obligations under the plan or program r (2)Wit-hholling DOT.shall upon its own action or upon written request of an authorized represen- tative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon pre- vailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by this contract. In the event of failure to pay any laborer .or mechanic,. including any apprentice, trainee, or helper, emploved or working on the site of the work (or under the U.S. Housing Act of 1937' or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, DOT may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and Basic Records (ei) I'i:vrUlls and bnS1C. records CE�I:.:tr^,�t-ereto Shall be m. a.4ritained by the con- tractor during the course or the work and preserved !or a period of three years thereatter for ._ll laborers and mechanics working at .. the site of the stork (or under the IIousing Act of 1937 or the 1lous4rn;; Pet of 1949, in the cor:struction or develop- ment of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona tide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2(B) of the Davis -Bacon Act, daily and weekly number of hours worked, deduc- tions made and actual wares paid. Whenever the Se.cretary of Labor has found under 29 CFR 5.5(s)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing ;,enefits under a pian or program described in Section 1(b)(2)(r.) of the Davis -Bacon Act, the contrzctor shall maintain records which show th4t the commitment to prov'.de such benet.its is enforce- able, that the plan or program is tinancially responsible, and that the plan or program has been communicated in writing to the laborers mechanics attected, and records.which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain writteen evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wake rates prescriber: in the applicpble progreir.s. (b) The contractor shall submit weekly, for each week .in which any contract work is performed, a copy of all payrolls to the City. The payrolls submitted shall set out accurately'and completely all of the information required to be maintained under 5.5(a)(3) of regulations, 29 CFR Part 5. This information may be submitted in any form desired. Optional torn 1WH-:347 is available for this purpose and may be purchased ,rom the Superintendent of Documents (Federal stock number U29-UUS- 00014-1), S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payroll by all subcontrac'grs. Each payrol�1 submitted shall be accompanied by a "Statement of Compliance", signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shalll certify the following: i GC -17 That the payroll for the payroll period contains the information required to be maintained under Section 5.5(c)(3)(i) of regulations, 29 CFA Part 5 and that such information is correct and complete. That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, from the full wages earned, other than permissible deductions as set forth in regulations,_ 29 CFR Part 3. That each laborer or mechanic has been paid not less than the'applicable.wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the.applieable wage determination incorporated into the contract. The weekly submission of a properly executed certification set forth on the reverse side of optional torm WH -:347 shall saLisfv the requirements for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of 29 CFR Section 5.5. The falsification of any of the above.ce'rt•ifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 2001 of Title 18 and Section 231 of Title 31 of the ;nited-States Co6e. (c) The contractor or St:ucrntrzctor Shall mike t e records req::irec; under paragraph Ea)(3;(i j of $9 CFR Sec, ion 5.5 avi:i or ^s ?ec••„ lar., ca,3;:� ter transcr i;1tion by authorized representatives of DOT, or the Department of Labor, and s'rcli permit such representatives to interview empiovees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the federal Fgency rrrv, after written notice to the contr&ctor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may by grounds for debarment action pursuant to 29 CFR Section 5.I2. (4) Apprentices and Trainees --Apprentices (a) Apprentices will be permitted to work at less than the predetermined rate for the work they pertomed when they are emploved prusuant to and individually regis- tered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Tranining Administration; Bureau of apprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau, or it a person is employed in his or her first yU days of probationary employment as an apprentice in such apprenticesh4ip program, who is not indiv:duLlly registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a state apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in,any craft classitication,shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination tor.the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wages rates (ex-' pressed in percentages of the journeyman's hourly rate) specified in the GC -.18 contractors's.or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rates specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Appren- tices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. It the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe beneAits listed on the wage determination for the applicable classification. It the Administrator deter- mines that a difference practice prevails for the applicable apprentice classifi- cation, fringe benefits shall be paid in accordance with that determination.' In the event the Bureau of Apprenticeship and Training,. or,a state apprenticeship agency recognized by the Bureau, withdraws approval of an appenticeship program, the contractor will no longer be permitted to utilize appentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (b) Trainees. Execpt as provided in 29 CFR Section 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered -in a program which has prior epprovall, 'evidenced by tormal. certiticction by the U.S. DepLrtm*'nt o_ Labor, employment and Training Administration. The ratio of trainees to journeymen on the site shall not be greater than permitted under the plan approved by the Employment and Training; Administration. :very trainee must be paid at not less than the rate speci_icC in the approved prograrn.:or the trL4nee's level o: progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions. of the trainee' program. It the trainer program does riot *mention fringe beheiits, trainees must be paid the null amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is art apprenticeship program associated with the corresponding Journeyman's wage. rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the contractor will no longer be permitted to utilize.appentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved'. (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Fart 30. (5) Compliance with Copeland Act Requirements. The contractor shall.comply with the requirements of 18 U,-S.C. 874 and.29 CFR Part 3, which are incorporated by reference. This act provides taht each contractor or grantee shall be prohibited Corm inducing, by any means any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. (6) Contract Termination: Debarment. A breach of the contract clauses in 29 CFR Section 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided -in 29 CFR 5.12. GC -19 (7) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and related acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference. (8) Disputes Concerning Labor Standards. Disputes arising out of the general clause of this contract shall not be subject to the general disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFF Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (9) -Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest In the contractor's firm is a person or firm ineligible to be awarded government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12 (a)(1). No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue*of the Davis -Bacon Act or 29 CFR Section The penalty for making false statements is srescribed in the U.S. Criminal Code, 18 U.S.C. Section 1001. OverLi::e c:ec ,u^ _re.^ent s. No c:r,n-r actor ur suucon.ri%ctor coriLr:.cting for any , Rrt of the contract work which may require or involve the employmenL of laborers or mechanics in any work week in which fie or she is employed on such work to work in excess of eight hours in any calendar dry or in excess of forty hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of Pay for all hours worked in excess of eight hours in any calendar day or inexcess of forty hours in such work week, whichever • is greater. (11) Violation; Liability for Unpaid Wages; Liquidated :Tamales. in the event of anv violation of the clause set forth in subparagraph (b)(1) of 29 CFR Section 5.5, the contractor and the subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such district or to such territory)', for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set _orth in subparts-raph (b)(I) or 19 CFR Section 5.5 in t::e sum of IU for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the overtime wages required by the clause set forth in ' subparagraph (b)(1) of 29 CFR Section S.S.• (I2) Withholding for Unpaid Wages and Liquidated Damages. DOT or the recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (b)(2) of 29 CFR Section S.S. GC -;)0 (13) Section 107 of C.W.f:.S.S.A is applicable to construction work and provides that no laborer or mechanic shall be requested to in surroundings or under working conditions'which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction, safety and health.standards promulgated by the Secretary of Labor. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (14) Aonconstruction Grants. The contractor or subcontractor shall maintain, payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the.completion of the contract for all laborers and mechanics, including guard and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the recipient shall require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcrip- tion by authorized representatives o: DOT and the Department o: Labor, and the cor.tr.actor or sa`>iU•:LrF: Lir w: _. Termi _ suc.. reprF t _ ,� se -•.:t . i vee: to i nLer��iew employees during working hours on the job. Subcontracts. The contractor or s::bcantractor 5 xll insert in ary subcontracts lthe :'eases set forth in U.) Ithrough of Lh s Pt:;rcgra'pn and :also a clause requiring the subcontractors to include these clauses in Env lower tier subcontract. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set torth in subpzragraphs (1) through (15) of this paragraph. Section 28.. Conservation Contractor shall recognize mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation pian issued in compliance with the Energy Policy and Conservation Act (42 VSC Section 6321 et seq.). e TECHNICAL SPECIFICATIONS GENERAL These specifications describe the installation details for bus shelters and shelter benches. Twenty shelters throughout the city of Lubbock (Citywide) and twelve shelters on Texas Tech University campus. Citywide shelters will be erected on concrete pads (foundations) and will also have benches. Shelters at Tech will have brick foundations with erections on concrete columns. No benches will be erected on Tech shelter locations. In addition,'one existing shelter is to be removed and relocated. The -work shall consist of erecting the shelters at designated locations on existing sidewalks or special foundations/columns to be constructed by the Contractor. The City will provide the shelter assemblies and benches. At sites where the reinforce concrete foundations or special concrete footings are necessary, the Contractor shall be responsible for excavation of existing materials. Once site preparations - are completed, the Contractor must transport the shelter assemblies to the sites for erection of the shelter and placement.of benches inside the shelters on the concrete slab/sidewalk. Some locations will require placement of "bumper ward" posts. It will ;,P the responsibiiity of the Contractor to provide and place hese posts. Afterwards, the Contractor will be responsible for necessary site cleanup and any y necessarpaint touchup needs. The Contractor shall perform all work in accordance with .the.'technical requirements of these specifications. All materials supplied by the Contractor shall conform to the Contractor's standard units and be free of manufacturing and installation detects. The workmanship employed shall be of the gest quality and to the highest standards of commercially accepted practice for the class of work and shall result in a neat and finished appearance. The Contractor shall assemble and install the shelters in full conformance with all applicable local,.state, and national regulations, laws, and codes. It shall be the Contractor's responsibility to prosecute the work 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 in performing the work of the project contemplated by these contract documents. The City agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such tact shall not relieve the Contractor of his responsiblities aforementioned. All such underground lines or structures cut or damaged by Contractor during:the prosecution of the work contemplated by this.conLract,stiali be repaired immediately by Contractor to the satisfaction of the City at Contractor's expense. DESCRIPTION OF SHELTERS Exhibit B to these specifications are the specifications ot.the shelters and benches to be installed as part of this project. Included are details for shelter construction and the external 4" welder base flange. TS -1 LOCATIONS OF SHELTERS Locations of where each shelter is to be located are identified in Exhibits C (Citywide).and D (Tech) to these specifications. As an aid in generally locating where the shelters not on the Tech campus will be geographically located, EXHIBIT F which is a copy of the Citibus Route Map is provided as part of this specifications. For the Citywide shelters, exact locations will be confirmed by the Project Manager prior to any work beginning on the individual sites. Generally, shelters will be placed so that a foundation backside would be a minimum 9' from curb face. For Tech Shelters, the Department of Ground Maintenance will confirm/approved these locations. ERECTION OF SHELTERS Exhibit G entitled "bus shelter installation instructions" provide the instructions for erecting the Citibus shelters. The shelter manutactor indicates that the typical shelter can be installed by a 3 to 4 man crew in one to two hour's time with no special equipment. The only items indicated which are necessary would be a power - source such as a portable gasoline generator, 1/4" electric drill with 1/4" and #11 bits, a 1/2" concrete drill, hand pop rivet gun, hammer, rubber mallet, screw driver, ratchet wrench, four to six 4' lenshts of heavy rope and some wood strips or cardboard to protect the shelter from scratching or dirt on the ground. All of the .ranufactor's shelters come with complete installation hardware including concrete expansion bolts or anchor tubes for cantilevered models). Structural steel frame is partly a factory assemble unit. Do not distort metal work or impair finish. Install fasteners allowing tor expansion and contraction of metal. Shelter erection will begin at the Project Manager's direction, and only when the concrete slab has adequately cured. Four days will be considered minimum curing time. Provide protection for the shelter and benches' finished surfaces against damage while in transit or at the job site. Assemble shelter at site as shown in installation plans. Replace all items damaged during handling, erection, or prior to final acceptance at no additional cost to the City. Shelters will be factory primed with the specitied polyurethance coating system; therefore, the installation contractor will be responsible for touching up the primer, as required, and completing the polyurethane coating system by field w application. At the completion of the work, clean the metal surfaces and wash the glass and the root structure with mild soap, detergent and water, or ammonia and water. PLACEhIv-h"r OF BENCHES Exhibit H provides the installation instructions for the benches to be placed within the shelters. The benches shall be placed as directed in Exhibit H and to be placed equal distance from each side of a shelter, exception to this placement shall be made by the Project Manager. TS -2 SHELTER FOUNDATIONS When shelters are installed on existing sidewalks all necessary holes and cuts will be made in exist.ing concrete. After installation the sidewalk shall be restored as nearly as possible to its previously existing condition. Minimum thickness required of existing concrete is three (3) inches. When no sidewalk exists, a concrete pad will be poured for shelter installation. Such.pad shall be 4" thick, 3500 PSI, broom finish , class A concrete. Excavation will include all materials encountered regardless of their nature. Soil will be the primary material to be excavated, although asphaltic or concrete ' materials may be encountered at some of the shelter locations. Bidders are advised to visit each shelter location to become familiar with existing conditions in order to better estimate construction work. Sites on Tech will be the only units which will require the special concrete footing instead of a complete pad. Details for these footings are contained within Exhibit E. PRODUCTS REQUIRED: Concrete - The concrete shall be composed of Portland Cement, aggregates (fine and coarse), admixture if desired or required, and water porportioned and mixed. The concrete shall have the following qualities: Min. sacks of cement per cubic yard - 5 Min. compressive strength 28 day psi .. 3000 Max. water cement ratio - 7,.0 Slump range - 1 to 3 inches Cement shall be Type I Portland cement conforming to ASTM Designation: C150. Mixing water for use in concrete and for curing shall be free from oils, acids, organic matter, or other deletenious substances. Course aggregate shall consist of durable particles of gravel, crushed blast turnance slag, crushed stone, or combinations thereof; tree from frozen material or injurious amounts of salt, alkali, vegetable matter, or other objectionable material either free of as an adherent coating and its quality shall be reasonable uniform through -out. Grading requirements (sieve.analvsis) to be appro•:ed by the Project Manager. • Fine aggregate shall consist of clean, hard, durable, and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. Grading requirements (sieve analysis) to be approved by the Project Manager. Mortar for repair at concrete shall consists of 1 part cement, 2 parts finely graded sand, and enough water to make.the mixture plastic. Admixtures. Air -entraining, coloring, retarding and water reducing admixtures may be used in all concrete and shall conform to the applicable ASTM requirements. TS -3 r Reinforcements- Reinforcing Steel Bars • Wire Fabric Vapor Barrier- AASHO M171, 3 mil Gravel Base- AASHO M147 with requirements as follows: Sieve Designation 2" ill 3/4" No. 4 No. 10 No. 40 0.o. 200 Miscellanceous Metals - Structural Steel Tubing Steel Shapes Nuts, Bolts, and hardware; Stainless Steel ASTM A615 Gr. 60 ASTM A185 Percentage by Weight Passing Square Mesh Sieves ASTM A501 ASTM A36 AST:V: A193 Sod- St. Augustine or Bermuda grass as appropriate for to the site. Concrete Anchors- one piece steel expander type with tip and bottom grooves. Double plated zinc. Caulking- Polvsultide', se'lt-leveling. Match the color of existing paving Backer Rod- closed cell sponge rubber rod. Preformed expansion joint tiller- AASHO M153 1/2" non -extruding, and resilient non -bituminous Steel Shims- AAS110 M501 zinc coated, not less than two oz. per sq.tt. Paints-- Polvurethane coating system consisting of -an inorganic zinc silicate primer (3 mil DFT), and a top coat of aliphatic polyurethane (1.5 mil DFT),; recommended by the manufacturer for exteruir yse, 92 neme-zinc, and series 7U endurashield by Tnemec,•or equal. Color- dark brown, matching Federal Color No. 2UU4U. Bollards- Steel pipe tilled with concrete. Brick Paving Materials- See Exhibit E Redwood Edging- See Exhibit E Bumper Guard Post- Seven feet 4" 0/D schedule 40 pipe. TS -4 IOU% 7U - IOU% 55 - IUUX 28 -. 80% .. 2U - 65% , 8 - 45% 2 - 15% ASTM A501 ASTM A36 AST:V: A193 Sod- St. Augustine or Bermuda grass as appropriate for to the site. Concrete Anchors- one piece steel expander type with tip and bottom grooves. Double plated zinc. Caulking- Polvsultide', se'lt-leveling. Match the color of existing paving Backer Rod- closed cell sponge rubber rod. Preformed expansion joint tiller- AASHO M153 1/2" non -extruding, and resilient non -bituminous Steel Shims- AAS110 M501 zinc coated, not less than two oz. per sq.tt. Paints-- Polvurethane coating system consisting of -an inorganic zinc silicate primer (3 mil DFT), and a top coat of aliphatic polyurethane (1.5 mil DFT),; recommended by the manufacturer for exteruir yse, 92 neme-zinc, and series 7U endurashield by Tnemec,•or equal. Color- dark brown, matching Federal Color No. 2UU4U. Bollards- Steel pipe tilled with concrete. Brick Paving Materials- See Exhibit E Redwood Edging- See Exhibit E Bumper Guard Post- Seven feet 4" 0/D schedule 40 pipe. TS -4 CONSTRUCTION: Concrete Slab and Paving Construction Perform excavation and earth tilling as necessary for each installation, accomplished by methods approved by the Project Manager. Slope sides of excavations or shore and braced where necessary to prevent movement of earth and settlement of adjacent structures. Construct concrete slabs and paving as specified herein and in exhibits. Grading- compact till in layers of.no more than six inches each by means approved by the Project Manager, using till material free of rubble and debris. Fine grade all disturbed earth areas and sod as soon as concrete has cured. Concrete Sidewalk and Paving Construction- saw -cut to a minimum depth of 3/4" to provide a smooth, continuous edge -when removing existing paving sections. Darken all concrete for paving to match adjoining sidewalks by incorporating admixture for darkening concrete into the mix at the batch plant. Incorporate approximately 1/2 pound of emulsified carbon -black powder per beg of cement; the exact amount is to be as approved by the Project Manager. Plate a halt inch expansion Joint tilled with pre -formed expansion joint tiller between sidewalk and curb, where sidewalks and are constructed between a permanent structure and curb, and where new pavement meets new pavement. Match the finished elevations of new concrete paving and sidewalks to those of adjoining sidewalks. Where the concrete paving is not located adjacent to a sidewalk, the finish elevation will be determined during field layout by the Project Manager. Compact base,to 95 percent density.and tree of loose material. Obtain approval of the Project Manager prior to placing forms and prior to placing impervious subgrade covering using vapor barrier. Coat the contract area of abutting structures with a coat of bituminous paint. Place concrete using equipment designed for the purposed. A vibrator shall be used to consolidate the concrete. Use hand screeds made of metal or metalshod wood construction with convenient handles for even operation, length not less than tour feet greater then the width of the slab upon which it is used. Use screeds of rigid constructions that it will not reduce the crown of the slab, nor disturb the center longtitudinal joint because of any sage in the mid-section. Place and cure concrete during conditions of inclement.weather or when ambient temperature is outside the range of 4U -9U degrees Fahrenheit only at the discretion of the Project Manager. Do not place concrete on frozen base. Before placing, clean the reinforcement free of excessive rust, scales, mud, or other coatings that will reduce or prevent bond. TS -5 Place wire fabric so as to clear all vertical surfaces and all joints by two inches. , Finish concrete in the locations as per exhibits and as directed by the Project Manager. Finish all edges with a radius of 1/4 inch. Score to match adjoining sidewalks or in 3 feet by 3 feet square if there is no adjoining sidewalk. Finish with a light broom finish. Cure by method approved by the Project Manager. Immediately prior to caulking joints, place backer rod of the width of the groove, on the pre -formed expansion joint tiller. Brick Foundation Construction- See Exhibit E Bumper Guard Post Preparation and Installation- Pipe shall be completely tilled with 4 sack concrete with a rounded conrete end (This end will be the visible top of the post) and mounted 42 inches into the ground on a 18" diameter concrete base. Afterwards, the post shall have all exposed areas painted with traffic quality yellow paint. QUA\TITY As per E\HIBITs C and D, a total o: 32 bus shelters will he mounted or removed and one existing shelter will be relocated as part of the BASE BID project. Visucl inspections, by the Project Manager or his agent, of completed installations will be performed before each shelter erection is considered complete. WORK SITE All work will be performed by the Contractor at the environment of each sign location. All assemblies and any changes'to the BASE BID project will be issued from the Citibus office as listed below: 8U1 Texas Avenue Lubbock, Texas 79401 Assemblies for the units to be installed Citywide will be stocked at the above address. Units to be installed rpt Tech shall tie stored at Tech under the supervision of the Department of Grounds Maintenance of Texas Tech. TS -6 EXHIBIT B, Page Codumbia Equipment Company 180-10 93rd Ave. Jamaica, New York 11433-1499 212/658-5900 Re: Lubbock, Texas Bus Shelters SPECIFICATIONS GENERAL: All Bus Shelters shall be 07005 /Series as.manufactured b the Columbia Equipment Company, Inc., Jamaica, New York. Dimensions shall be: 1�'- 6 1/4" minimum overall length (outside of facia to outside of facia) by 5'-11 1/2 mini^ mum overall width (outside of facia t0 outside of facia), by 7'-0" high to underside of facia. (Please specify all dimensions.) Shelters shall benon-cantilevered (cross c .ens). Shelters shallU6X$YXMlE have a front windscreen (cross out one). CONSTRUCTION MATERIALS: Al? structural frame and window frame members shall be extruded aluminum of 6061-T6 or 6063-T52 (for duranodic) alloy. Structural framing shall be on=pjece seamless 2-1/2" X 2-1C2_ hollow aluminum tubes of .125" minimum thickness. SNAP -TOGETHER OR TWR-PIECE CHANNELS'WILL NOT BE ACCEPTED. Mullions shall be one-piece seamless 1-1/2" X 2-1/2" X".125" members. Window frames shall be separate extruded aluminum members with integral self -alignment lips and corner key slots. FRAMLESS GLAZING IN RECESSED POCKETS WILL NOT BE ACCEPTED. SNAP ON GLAZING STOPS OR STOREFRONT GLAZING DETAILS WILL NOT BE ACCEPTED. Facias shall bg one-piece seamless extruded aluminum sections of .125 thickness with Cutter, raindrip molding, weep holes - cantilevered beyond face of glazing panels bel corner key slots and alignment lip. Shelters shall be prefabricated in four or five - sections, completely glazed (so that total erection time at site requires only about integral ow doub] one hour Skylight domed roofs shall be one-piece completely prefabricated units with domes mounted into facies and caulked and gasketed.before shipping. All joints shall be neat and clean :x .and all edges shall be free of burrs. STANDARDS: All aluminum shall conform to the standards of the Aluminum Association, 750 3rd Avenue, New York, New York. Standards complied with in the design and construction of Columbia Shelters include RISC, Aluminum Association, ASTM, UL, etc., as applicable to a the aluminum, steel plastics and other parts. Shelter construction shall conform to construction standards of ASCE. Columbia Shelters are designed to withstand dead loads of 40 pfs min. and wind load over 75 mph. 4 STRUCTURAL FRAMING: All framing, both vertical and horizontal shall be the .same size. Minimt. 1 size shall be 2-1/2" X 2-1/2" X 1/8" structural tubes. Mullions shall be concealed. Connec- 'r'.;rt tions shall be by means of 1/4" thick minimum extruded aluminum channels, 2-1/4" X 2-1/4" X 2-1/4" high with tapered edges, or 1-1/4" X 2-1/4" X 2-1/4" high with tapered edges. Each "'-- main structural joint shall be fastened with two high strength stainless steel bolts of 1/4" diameter with washers, lockwashers and nuts and 1/4" countersunk aluminum hammer rivets at each joint: SELF -TAPPING CONNECTORS WILL NOT BE ACCEPTED. Base connections shall be adjust- able_to varying sidewalk or mounting conditions. Base of Shelter columns shall be designed to accept both internal and external base flanges. Where external flanges are used, they shall have same anodized or duranodic finish as Shelter. PAINTED FLANGES WILL NOT BE ACCEPT- ABLE WITH ANODIZED OR DURANODIC FINISHED SHELTERS. Shelter posts shall contain internal drainage weep holes to prevent condensation build-up. WINDW FUMC: Windows shall be factory installed in window frame which shall be factory installed into the separate structural frame. Window frames shall have mitered corners and shall be connected internally by extruded aluminum corner keys or screw bosses with ' concealed stainless steel screws for positive tamper -proof fastening. Window frames shall be affixed to Shelter frame with 3/16" shallow head aluminum rivets, at approximately 13-1/4" 'O.C. Rivets shall grip both surfaces being joined continuously for a full 360*.- RIVETS 1'ASTENED'INTO "SLOTS" WILL NOT BE PERMITTED. Window frames shall be independent so that windows with gasketing (mounted in frames) can be removed or installed as a complete unit without affecting any other member of the Shelters. FIN TUBES, SNAP-ON OR SCREW ON GLAZING BEADS ARE NOT ACCEPTABLE. Where polycarbonate windows are used, specially deep frames with 1/2" to 3/4" edge engagement shall be used to prevent windows from being "popped out". In this case, specially deep continuous PVC dry set splines shall be used for gasketing. Bus Shelter Division EXHIBIT B, Page 2 SPECIFICATIONS' Page- 2.continued...., Design of windbw framing shall be such, that only authorized personnel ,tray remove vindov units. FINISHES: All aluminum framing shall have a 130 Dark Bronze'Dur'anodic finish to conform to "Aluminum Association Standards -for Anodically :.Coated.Aluminum Alloys for •• Architectural Applications". Facias shall have a 313 DANkrtroAie'3uranodic finish. Duranodic finishes shall conform to the sthndards of the Aluminum Company of America. GLAZING: All glazing shall be 1/4" Bronze Tempered Glass. Gasketing around windows shall be continuous ppecially extruded polyvinyl cloride PVC dry set.splines.' Where polycarbonate (Lexan and Lexan MR4000) glazing is used,.speci.ally deep continuous PVC dry set splines shall be used,"as shall deep window frames. 'Glazing shall be fully gasketed and framed in independent, interchangeable factory assembled units for ease of maintenance and repair. Maximum glazing panel widths shall be 22". ROOF: 1/4" Roof Roof shall be one-piece molded acrylic skylight dome. Thickness of acrylic shall be nominal. Color shall be bronze. of expanded EFT rube condensation proof. sealed with premium factory mounted into facia. reseed a askets er or neoprene SCE41, with adhesive backing and shall be leak .*All roof seams and joints between dome and aluminum shall be c6nstruction grade silicon such as Dow #780 or GE 01200. Roof facia/gutter assembly. Roof dome shall be removeable without dome she removing ROOF/FACIA: Facia member shall be 6" high minimum. Facias shall be one-piece continuous extruded.members with mitered corners; connection in facies shall be with two (2) aluminum, angle corner keys and four (4) threaded stainless steel Allenhead set screws at each corner. FACIA MEMBERS SHALL HAVE NO EXPOSED FASTENINGS OF ANY SORT. Facia members shall have integral self -aligning lips'for perfect alignment. Weep holes in facia shall be located on a custom basis to prevent drainage from crossing through Shelter on sidewalk. Drainage shall take place through cantilevered weep holes to an external reveal inside the facia but outside the Shelter, to prevent streaking on the exterior surface of the fac=a. For safety, top edge of facia shall be rounded: - ADDITIONAL Design of Shelter shall be such that the structure is stable with all windows, roof, facia and ground fastenings removed. Shelters shall be designed by Registered Architect and engineered by Licensed Engineers. Shelters shall -be vandal -resistant, tRainten- ance-free and completely weather-proof. The design shall permit integration of light fixture, bench, radiant heater, transit map and schedule panels, telephone, graphic treatments and other integrated street furniture. All installation hardware and ground anchors shall be supplied with Shelter. Shelters shall be available with the following options: A. Bronze Dura nodic Aluminum Bench Seat with independent Supports - bench shall be 6'-0" long. b. Advertising (Map/Schedule ) Display Panel approximately 2'wide x 21high'with gamin .to match shelter and clear glazing panel. Tamper -proof hardware/fasteners sha 1 be used. C f -A fmN.n ►=-r-1 nnmPnt Cnmonnv ... EXHIBIT B, Rage 3O� �� . f � 30 f�� g �\� � ■. - . � � | | \ &6 �§ * ;|�� !- f .■ . t�z �� m ��co � '9.,,. E "� � $ �k f� ��� !|fie s� � � � ■ � . %� k|Zs.s& 2 § -|-! � K �$ : - . %§ ., | ` �! &, ■ ., |:|_ I . •� z . . . I | ! @! ! &' 22 | | | it i|! | �§ &■ - I R § k , k . « O a �|�����■!�a � Cr k'L LuI� � ! || ! § § |' E| ■ � .| & � �|�����■!�a I d | k� N � Cr k'L LuI� k } � 0e� a2. C k z k 0 K \|o z ■ . co c I d | k� N •MAI•flr • �J I • i • I , in Z — wu EXHIBIT B, Page k t� h I 1 - W E;; Z .T A O : ; w • - U-0 • 0 to � 4 ai •,,,, . c° � o0 • iL �uJ W Z Q u Y < r O J i2 •A.7 W W u lt) s co to e`er J u to 411.. ,t s v tor 1.. Q to _ r '� u to W O� s v l7 T <to VI i n U tti (J 0U t+3 n u « ow u cr3' t4 m cY to J �l tnt K f. Fn O z en > w :% Lf .LLJ H -- 1- u • � O V) +r ch X = uL J -i W o - F > 10 C Cj W O tC •» J to Q. 1 Cl u J Lu % W ... . 1 t, VOD tip •� —` • • ti •MAI•flr • �J I • i • I , in Z — wu EXHIBIT C Bus Shelter Locations (Outside of Tech) Locations Comments 1. Broadway & Texas, 1101 E. of SE Corner Erect on Existing Sidewalk 2. Broadway & Texas, 18U' E. of SE Corner Erect on Existing Sidewalk 3. Broadway & Texas, 2001 W. of NW Corner Erect on Existing Sidewalk, Requires 2 Guards 4. Broadway & Texas, 4U' W. of SW Corner Erect on Existing Sidewalk 5. Broadwav & Quirt, 110' W. of NW Corner Construct Foundation, 6. Parkway & Redbud, 30' N. of NE Corner Construct Foundation :. Zenith & 2nd Place, 20' S. o: SW Corner Construct Foundation, Relocate 20' of Chainlink Fence to Allow 10' Clear Space from Curbtace 8. _vory & E. '28th, 35' E. -o: NEE Corner Erect on Existing Sidewalk 9. Quirt & E. 24th, 140' W. of NW Corner Construct Foundation 1U.' Avenue K & 2nd, 225' N. of NE Corner To be on Existing Sidewalk and Requires 5' x 15' New Foundation,. Requires 3 Guards 11. Amherst & Gary, 3U' N. of NW Corner Construct Foundation 12. 4th & Avenue C, 225' E. of SE Corner Erect on Existing -Sidewalk Requires 3 Guards 13. 19th & Avenue T, 20' W. of SW Corner Construct Foundation r4. 50th & Avenue D, WO' N. of NE Corner Construct Foundation 15. 50th & Slide, 375' N. of NE Corner Construct Foundation, Concrete ' . Removal and 2 Guards Required. 16. SUth & Elgin, 25U' S. of SW Corner Construct Foundation 17. 21st & Knoxville, 201,W. of SW Corner Erect on Existing Sidewalk 18. 32nd & Avenue Q, 1001 N. of NE Corner Construct Foundation 19. 34th & Utica, 20' W. of SW Corner Erect on Existing Sidewalk 20. 24th & Peoria, 20' E. of DriveWay Erect on Existing Sidewalk Relocate existing shelter from south side of 900 Block Broadway to north side 9OU Block Broadway EXHIBIT D, Pagel CO U� Z U . s = o Lc O Z 7 a CO Y W V ui j ui M M 0 (n M 4 v� CO M d� W m w Lu w r J N CL N 4Cf) C p co a V_ W o Z a zo 0 Ix ... _N w LLJ V Q 0 z a O EXHIBIT D, page 2 O Z W LU Z CO CO M %n k ..1 Q .J o 'Z Q L V/ ul I 0 N w It U rt- G D: J U� w T CO a) W z 7 4 4iS d� r ��- co 0 CO 2 w 3 ;.:. CV v Aj t0 . 2 ' J mom' EXHIBIT D, page 2 O Z W LU Z CO CO M %n k ..1 Q .J o 'Z Q L V/ ul I 0 N w It U rt- G D: J U� w T CO a) W z 7 4 M /Av 4 ''Q N V V W :r z W -+ a 95 CO 1 -Nm m 1 v v EXHIBIT Dt page 3 ccO Z LO 1 U Ld f-- 0 �j z J 0 LL. z L� Q CL ©. w h M O V Cb Ix W h ...1 io W _1 N n cn W M ao in o U 1 WW 12 Z 4 ''Q N V V W :r z W -+ a 95 CO 1 -Nm m 1 v v EXHIBIT Dt page 3 ccO Z LO 1 U Ld f-- 0 �j z J 0 LL. z L� Q CL ©. w h M O V Cb Ix W h ...1 io W _1 N n cn W M ao in U �-- U D m 4 ''Q N V V W :r z W -+ a 95 CO 1 -Nm m 1 v v EXHIBIT Dt page 3 ccO Z LO 1 U Ld f-- 0 �j z J 0 LL. z L� Q CL ©. w h M O V Cb Ix W h ...1 io W _1 N n cn W M ao in ' EXHIBIT D, Page 4 Y U U z 0 J 0 z W I— M O CO cicW � O W o co N n CO w M 4 � N U z a z w cc w J w C/) N W d U D z 41 u �r EXHIBIT Ot Page 5 WY J Wa .O W �O O \�'.:. mom z s Cl) W .j W �U) CO M m J Q z 0 cn 0 O z o 1 z cnw Q D z YY L) N �_- Q H u w m cn 175 m m CD �3 ) w W J v am N hoz CO c� 0 z z� a>�- a. o en a v0 v acc w t- m U rNir W c U O 00 a az o Wa O p w U O o = az � a o W J 1 s Cl) W .j W �U) CO M m J Q z 0 cn 0 O 0 1 z N H u w Ir �3 ) J v w N CO c� 0 z 31 MAP I1oT FILE SEE RESOLUTION ri Z O W ci z J M EXHIBIT E, Page 1 0- 0 w }- G3 L -i O Z � ~ Z Z O W H > s Jo Wv � ww w W V Q Q w Z >_ v NH Z LIJ cr CO W 4 � U Q W , p Cf) L>: Q N >•" J ; C/) 0~C N W CL Q Z W O = V O p U- W Z g >- w it 1= O ,I' W W K cV F- tL N� COj IPF Q I -- W d z /O V 0 Z z O 2 cc W V♦ V/ m IZ EXHIBIT E, Page 2 w J U z w V V 0 � rr CD M h ' W ¢ f _ Q tV LLI Cl) W z W cc a wm w w J U z V V � Z M h w J U z EXHIBIT E, Page 3 BRICK PAVING A. DESCRIPTION The work required by this section consists of furnishing all materials, labor, tools and equipment, and in performing all operations necessary to complete the brick paving and related work in accordance with the drawings and specifications and subject to the terms and conditions of the contract. B.- SU6GRADING ' .w The area to receive brick paving shall be finished accurately to the grades and cross-sections as shown on the plans or as established by the University Representative so that a minimum of hand tamping and filling shall result. If hand tamping and filling are required, the loose materials shall be wetted to optimum moisture and such materials carefully tamped to secure a firm foundation for the brick paving. A two-inch thick compacted "brick sand" cushion for the, brick paving shall be properly graded. C. MATERIALS Paving brick shall be 2-2/4" x 3-5/8" x 7-5/8" in size and shall be as manufactured by the.Kansas Brick and Tile Company, Hoisington,.Kansas, from dense hard fired clay. Color blending shall be one Red to one Harvard Blend as approved by the University Representative. Submit samples for approval. Paving brick shall conform to ASTM Specification C902 -79A and shall be free of objectionable chippage, size variation and other defects. No broken bricks shall he used. D. WORKMANSHIP Paver brick shall be installed by competent mechanics in accordance with the best trade practices. All work covered by this section of the specifications shall be accomplished by workmen experienced in the kind of work to be performed and shall be completed in the best workmanlike manner. E. LAYING PAVER BRICK ON SAND CUSHION Concrete curbs shall be installed accurately to lines and grades shown on 'the drawings. The sand cushion shall then be screeded to proper level and grade using templates riding the curbs. The sand shall then be settled by sprinkling with water and rolled with a lawn type hand roller. Brick cour'sines shall be laid out to determine edge curbs. The paver brick shall be laid in a running bond pattern perpendicular to the slope. Each brick. shall be tamped solidly into the sand setting bed, using wood blocks to such* size to insure solid bedding, free of depressions. EXHIBIT E, Page 4 As the work progresses, open ,joints shall be filled with a mixture of fine clean sand and dry Portland cement, ratio to be 3 parts sand to 1 part Portland cement, and wetted to optimum moisture to cause the mixture to set up. Layout of the work shall eliminate cuts to the greatest extent possible. Where required, cuts shall be made with a masonry saw. F. CLEANING Upon completion of the project and just before occupancy by the Owner, all brick paving shall be thoroughly cleaned and left in a neat condition. G. MEASUREMENT AND PAYMENT Payment for brick paving shall be on the basis of square footage, complete. EXHIBIT G, Page 1 Columbia Equipment Company Inc. 180-10 93rd Ave. Jamaica, New York 11433-1499 718/658-5900 8US SII[LT[R INSTALLATION INSTRUCTIONS GENERAL NOTE: This model Shelter comes with four (4) or five (5) sections, consisting of three (3) or four (4) Prefabricated malls and one (i) Prefabricated Roof with facia. If the Shelter has three (3) walls. it also has a separate front top beam. Also included is one (1) Hardware Package. All materials are brought to the job site where an adequate sidewalk already exists or a concrete slab has been placed. i. All parts. sections and hardware are unpacked. After wail sections are unpacked and set down separately, install the "U" connectors onto shelter posts at top and bottom where they will meet adjoining wall sections. Enclosed diagram indicates these locations. "U" connectors are in the hardware package. There are two (2) predrilled holes at each location where the "U's" are to be installed (a small third hole is a weephole). A special "wrench" with red cap is supplied in the hardware package for installation of the "U's". To attach "U's", use 1/4" X 20 X 1" Stainless Steel Hexhead Bolts with Washers,_Lockwashers and_Nuts. Into the wrench place the bolt head, then lockwasher and washer, in that order. The wrench. now with bolt. lockwasher and washer on it, is placed into the nearest open end of the tube to which the "U" connector is to be located. The shank of the bolt is pushed through the hole in the tube and corresponding hole in the "U" connector. The nut provided is then installed on the bolt and tightened. The same procedure is then followed for the second bolt. Hake sure both bolts are securely fastened before going on.to the next "U" connector. Follow this procedure until all of the "U" connectors are installed_ 2. The Rearwall Section is now placed flat on the ground on 1" X 2" wood strips or cardboard sheets (for protection from scratching) in the approximate position where it will be erected at the job site. The "Columbia Label" should be facing up. This label and the side of the windows with the window frame'pop rivets showing, indicates the "inside" of the wall section. The wall section should be facing up; and be at the rear edge of the concrete slab. 3. The Sidewatl Sections are then fitted onto the back section. The "U" channel connectors will fit into the square tube beams of the Rearwall Section. Please note: the bottom of the shelter is the side where the corner posts extend past the wall panels, creating an air space of about B". The wall sections are hammered together with a rubber mallet for a close fit. One hole is drilled per corner connection, on top of the backwall, and the bottom (of the bottom beam) of the backwall so that they go through the tubes and the flanges of the "U" connectors. Guide holes have been predrilled on the beams about 1-1/4" from the ends. Round head drive rivets (provided) shall be inserted into the holes in the bottom ends of the backwall section and hammered so that the•pin is flush with the round top. Flat head rivets go in the countersunk holes on the top beam of the Rearwall. 4. The top of the Rearwall is lifted, pivoting the shelter to an upright position. S. The Frontwall Section or Front Top Beam (if open in front) is brought into position. Countersunk holes are on top. The "U" connectors are fitted the same way and Flathead Rivets are hammered in as before. 6. The shelter willnow be lifted by four (4) or five (5) men with short 4' ropes looped under each post and brought to its exact location on the slab or sidewalk. EXHIBIT G, Page 2 BUS SHELTER INSTALLATION INSTRUCTIONS Page 2 continued... 7. If the slab'or sidewalk is not absolutely level, the shelter should be measured for leveling at this time. Leveling Procedure for Shelters with External Base Flanges Follows: (**) The high post is determined with a spirit level. This will be the reference post and needs no adjustment. The other post on the same side is lifted by placing a length 2X4 under the bottom side beam adjacent to this post. A carpenter's spirit level is placed on the front of this post and the ZX4 is lifted until the bubble is centered on the level. The 2X4•is held at this position until the post is maintained at this position by 2-1/2" X 2-1/2" aluminum spacers stacked under it; spacers are provided in the hardware package.- The 2X4 is now brought to the other side and a rear post is lifted, with the level held against the side of the post at this time. 'The spacers are stacked under this post. The same procedure is then used on the other post on the same side, with the level held against the front of the post this time. The front posts on the front section are leveled the same way. 8. The spacers are removed from under the pasts, carefully dropped into the mounting flanges, and the flanges (with spacers inside) are fitted to the proper shelter post, by lifting the Shelter. All the lips of the base flanges (flat ends with large holes) go in the same direction as the length of the shelter, with 1/4" holes in the mounting flanges all facing outside the shelter. 9. Using flange holes as a template. drill through the two (2) predrilled, 1/4" holes in each base flange, into the shelter (corner posts) and spacers. 1/4" Round Head Drive Rivets are placed into the two holes in each flange and the pins hammered flush. The large bottom hole is a drain hole and is left open. 10. The shelter should now be at its exact location on the slab or sidewalk. The front, back and side post.locations are marked at this time. (Mark flange hole locations onto the concrete.) A square should be placed in each corner to make sure that all walls are at right angles to each other. 1. The shelter is carefully moved so that all markings are accessible to a 1/2" concrete drill. Holes are drilled in all marked locations, making sure that the drill remains centered on each mark. The hole depth should be 1-1/8". Drill dust should be removed from holes after drilling. A nut is put on each anchor bolt to prevent scarring of the threads and the bolt is hammered in until it is seated and spread properly. The anchor bolts are installed this way for all marked holes. The nuts are now all removed, and the crew again uses the short ropes to bring the shelter into position; this time, the flange .holes will fit over all the anchor bolts. The shelter is fastened down with the nuts and washers provided in the following sequence: flange on bottom, flat washer, lockwasher, then the nut. The nuts are tightened securely and the bolt threads peaned over to prevent pilferage. 12. The roof is now installed. Four men are required for this job. The roof is placed on the ground at either end of the shelter, positioned so that the drain holes will face the proper drainage slope. The roof should be resting on wood strips or cardboard for protection. Two 6' "A" ladders are placed 'between the roof and the shelter, with the steps facing the roof. The four men will lift the roof, one man at each corner. The two men nearest the ladder will walk up the steps, lift the roof high, and gently lower their -end onto the roof beams. The roof is brought far enough up for it to pivot on the bottom of the facia flange., When it is resting securely. one ladder is moved inside the shelter. and the man on this ladder will slide the roof into positon. ** For shelters with internal "U" base detail or internal pipe base detail. see special instructions. Columbia Equipment Company .K kA EXHIBIT G, Page 3 BUS SHELTER INSTALLATION INSTRUCTIONS. Page 3 continued The roof will finally fall right into its proper position; and it can be checked for adequate clearance all around. The "alignment lip" of facia should overlap the roof beams on all four sides of shelter. To be properly aligned, the roof facia may have to be tapped in wih a rubber mallet• The roof is fastened to the roof beams by drilling through the holes in the -roof "hold down strips". Use A III drill. Do not drill all the holes at once. Drill one hole and with a ratchet wrench turn in one of l the hexhead 2" self -tapping stainless steel bolts. (These have self-contained washers and neoprene gaskets.) Follow right around the roof in this manner (drill a hole, then turn the bolt). Do not overthghten as you may strip the threads. 12. At this time, the two end rearwall windows (and on some models, frontwall) should be fastened to the corner posts with a /11 bit. Fasten with the 3/16" pop rivets provided. (If shelter has a front - wall that attaches to the sidewall, follow the above procedure to fasten the corner window frame pop rivets.) V The shelter is now completely installed. NOTE: If shelter is furnished with bench, base closure skirts, trash baskets, leaning rails, light fixture or heater, refer to special instructions to attach these items. CoKffTNa Equipment Company .- EXHIBIT G, Page 4. I BMs A60VE +1UI � %•• i 1 I • AM , % 6 Ln 12 h— is +r'r:...• ; • I5 -O k 6 -o CONCr TI: SLAG ' NOTE % 5WA6 5F'ouLD to IziNF 4" 1NICK ' I 7 ai4 1 # % 0651 FLAN of MoDf L 8Gn5 SHELTER I_ 25e 2 58 5MON1NG bAEF- FL'WGE t-OCATICNS : I � -= HOLE_ I RIMA. HO . •r0F-' ANCHOR w -TS D5TA\I L SSE "CM _ APAI F Columbia Equipment. Company. inc. -17•3n Rockaway Boulevard Jamaica, New York 11436 212.322.5900 DATE JOB NO. EXHIBIT G, Page 5 O 4 K +1 }I ur � o E t 1 r •� Ew" •✓ is J c 2 v � O V1 H A • > Ew. •:� w � � �- .. N • IL r z 0 > `< w ° It _I--I-j^I.I. 16 c� ur � o E N •� Ew" •✓ is J c 2 v � O V1 H A • > Ew. •:� w � � r z 0 > `< w ° It _I--I-j^I.I. 16 i EXHIBIT G, Page 6 WALL SECTION DIAGRAM Nl.N r_____.___ '•at Head Drive Rivet—� ,•olumbia Label C �..F.H.- r T Left Side U. NU Round Head Drive Rivets Ite4r hall Suctiun F.H. Drive Rivets Front Wall Section Ruof/Facia Astiembly i Roof/Facia Assembly comes as a 1 -piece caulked and gasketed unit, ready to be installed onto erected shelter wail frame. . Note: Number or windows mny vary. Right Side EXHIBIT G,, Page 7 ColUmbia Equipment Company inc. 137-30 Rockaway Boulevard Jamaica, New York 11436 212-322-5900 After "U" is installed. and adjoindi_ng tube is inserted, drill thru the predrilled 1/4" hole in the top or bottom beam, into one leg of the "U" connector. Insert a 1/4" Hammer (Drive) Riv, and hammer pin flush with head. onnecr� r t nut t bait w/lock coasher SECTION VIEW 1/4" holes for Hex Head Stainless Steel Bolt FRONT VIEW (looking .clown) lock wa. COLUMBIA WRENCH 01 Insert bolt with loci. toasher into tube and thru holes in tube and "U" connector. Fasten with nut- use a ids" socket. I BOLT WITH LOCI: WASHER & NUT BEING .INSERT$U WITH SPECIAL COLUMBIA WRENCH. NOTE: If wren handle is not long enough, a piece of wood may be taped to wrench handle as an extensi INSTALLATION OF "U" CONNECTOR CIIANNELS Note: See Wall Sectior Diagram for "U" locations. Bus Shelter Division 7/78 SHELTER,ASS E", m B LY LEVELING SHIMS EXHIBIT G, Page 8 MAN CORNER FLANGE POST AND SEAM JOINT ROOF FASCIA SECT No Text EXHIBIT H Pae 9 Columbia Equipment Company enc. 180-10 93rd Ave. Jamaica, New York 11433-1499 212/658-5900 r' INSTALLATION INSTRUCTIONS FOR C01.1,11•l0A HH".1401_SR.AT (with Indetiendent supports) The bench consists of three (3) supports, (bent and welded 3" a1/4" aluminum bars) one (1) 12" wide X ' lotig seat, two (2) t•n.j cap clt;nine Js and mutntt ing atnd assentb Iv hardware. To assemble the bench, first install the clips loosely with nuts, bolts, washers•:nld lock washers in the 1/4" holes on the top_of the bench supp.irts, as shown in the diagram below.. Lay the bench seat down flat with the groovtuup (upside down), on the floor or a table. Take one leg, upside down, with the clips loose and slide it' onto the bench seat grooves from one end, move it to the marked location fit the middle, and tighten tite nuts, keeping the leg square. Do the same for the two (2) outside legs - keeping all the welds facing the back. The bolts can be moaned or welded to prevent pilferage. Turn the bench over on its legs (upright) and install Lite end cup channels as shown in the diagram. Drill through the bottom holes of these end caps with a #11 drill bit and, using the dark pop rivets (provided .in Lite bench hardware box) rivet ettd caps ill place. To install the bench. Use the bench itself as a template. Center the bench 1" away from the rear wall, drill 1/2" holes for the Redhead expansion type anchor bolts. 'rhe• bottom. of each bench support has two predrilled stoles for 1/2" Red head expansion bolts (same as used for shelter installations). With bench in place, mark tite hole locations on the concrete. Move the bench away for access to drill 1/2" hales in the six (6) marked locations with a concrete.drill. Install the concrete expansion bolts folluwinb the same procedure as for shelter installations and bolt benches into place. NOTE: The back of the bench support is the side with the bottom rear weld. Seat - `Supports * luck wash eX�''F}�'' washer clip - 610_' =- �� nut * Number of supports vary depending on length of bench. weld at,hu.-k Front Elevation View of Bench Petal l Clip S It:irtlWE ..r,:d lie Concre Anchor of cul Detuil ul' Isuse Suppu d Note: This same type of .bench may be used in a shelter with a backrest supported by the shelter backwall. We call this type of bench "Semi -Integrated". Bus Shelter Division HIBIT H, Page 2 Cadumbia Equipment om an 180-10 93rd Ave. Jamaica, NewYork 11433.1499 212/658-5900 r. BENCH SEAT EXTP.US TYPICAL CLIP ;•0 X 1'' ANODIZED (OR DUP.M100 I C ALUM I x1114 BAR SUPR PREDRILLED HOLES FOR ANCHOR I NC, ------ I Y4 ALUMINUM BENCH SUPPORTS BENCH SUPPORTS ARE BRAKE FORMED, EXTRUDED ALU"1If1t1M 9AR, OF ST0IICTURAL ALLOY, 3-1 WIDE X 1/41' THICK. BENCH SEATS ARE SPECIAL ALtPiIN1P4 EXTRt1DEn MEMBERS WITH FLUTED TOPS AND CONCEALED FASTENItri rVZOOVES. FOR BENCHES UP TO ILO FEET LONG, TWO SUPPORTS ARE USED; FOR LO?,KFR WICHES, THREE OR MORE SUPPORTS ARE USED. PREDRILLED HOLES IN THE BOTTrim OF THE BENCH:SUPPORTS PERMIT BENCHES TO BE A14CHORED DIRECTLY TO CMICRFTF. SLABS OR S110EWALKS WITH CONCRETE EXPANSIOtl BOLTS. THIS IS A VANDAL-nESTSTANT FASTENING; WE PROVIDE ALL HARDWARE, I NOLUD I t -K, THE F.XPANS I r;4 RMLT S . Bus Shelter Division