HomeMy WebLinkAboutResolution - 5752 - Contract - Hach Company - On-Line Particle Counters - 01_22_1998RESOLUTION NO.5752
Item #26
January 22, 1998
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is " hereby authorized and
directed to execute for and on behalf of the City of Lubbock a Contract by and between
the City of Lubbock and Hach Company, of Loveland, Colorado, to install and furnish all
materials and services as bid for the On -Line Particle Counters, and any associated
documents, attached hereto, which Contract 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 22nd
ATTEST:
KatDarnell, City Secretary
APPROVED AS TO CONTENT:
q&t6l -
Victor Kilm , Purchasing Manager
APPROVED AS TO FORM:
illiam de Haas, Assistant City Attorney
da/cedocs/bach-cores
January 13, 1998
day of January '1998.
5)75a
CITY OF LUBBOCK
SPECIFICATIONS FOR
FURNISH & INSTALL ON-LINE PARTICLE COUNTERS
AT THE WATER TREATMENT PLANT
BID #97269
t x! Y o
0
O
Un
V
N
CITY OF LT-JB--BOCK
Lubbock, Texas
e
e
r
e.
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
606-767-2167
7
ADDENDUM #2
ITB #97269
Furnish & Install On -Line Particle
Counters at the Water Treatment Plant
MAILED TO VENDOR:
OLD CLOSE DATE:
NEW CLOSE DATE:
ITB #97269. Addendum 02
Office of
Purchasing
December 4,1997
December 16,1997 @ 4:00 p.m.
December 18, 1997 @ 4:00 p.m.
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect
1. Enclosed please find the revised set of specifications. Please submit your bid based on the revised
specifications.
2. The Close Date has changed
From: December 16, 1997 @ 4:00 p.m.
To: December 18,1997 @ 4:00 p.m.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806)775-2164
or Email to: LRitchie@mail.ci.lubbock.tx.us
THANK YOU,
Laura
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
97269ad2.doc
r
I
ITB 097269, Addendum #2
SPECIFICATIONS FOR ON-LINE PARTICLE COUNTER
! Sensor/Counter.
r� The particle counter sensor shall be an on-line, real-time continuous monitoring instrument
P utilizing light extinction technology for sizing and counting particles. The sensor light source
must be a solid-state laser diode (780 nm infrared) capable of counting particles from 2 to 800
r, microns. The system must be capable of sorting particles into 15 user -adjustable channels.
The particle counter must have a maximum particle concentration limit of at least 20,000
particles/mL at 10% coincidence. Maximum concentration must be based on both optical and
electronic coincidence limits. All sensors must be calibrated per ASTM 658. Calibration
materials must be traceable to USA NIST. Included as part of bid shall be a statement as to the
percentage of total sample flow the proposed sensor monitors.
Size Resolution.
Must meet USP 788 standard. (10% or better accuracy).
Sensor Count Matching.
All sensors must be count matched during factory calibration to guarantee performance of i
10% from sensor to sensor. Certification of Sensor variance shall be submitted for approval
prior to shipment.
Calibration Verification.
The sensor must facilitate a simple on -site calibration verification procedure by the user to
validate the sensor is sizing and counting particles correctly. The calibration verification
process should not require the sensor to be taken off-line.
Sensor1/O
Each sensor shall provide five 4-20 mA output signals representing particle counts in adjustable
size ranges, total counts, and flow or sensor status. The sensor shall have the option of
accepting two 4-20 mA input signals from other instruments such as turbidimeters. The particle
counter system must also offer network hardware that will accept additional 4-20 mA input
signals from other instruments.
Internal Flowmeter.
The particle counter system must offer the option of an intemal flow meter that will continuously
monitor flow and notify the controlling system if the flow rate is below or above acceptable
limits.
Diagnostics.
The sensor must track and indicate its need for periodic cleaning or maintenance automatically,
either by communicating to the dedicated data acquisition system (computer) and/or by external
alarm light. Each sensor shall have a LED indicator for power, sensor, sample cell and flow
status (for sensors with an internal flow meter).
1
97269ad2.doc
k
rrB #97269, Addendum #2
Sample Cell.
The particle counter sensor flow cell must be made of sapphire. The sensor sample cell shall
r be no larger than 1 x 2 mm in size. The sensor sample cell must be suitable for brush cleaning.
A capillary cleaning brush must be included with every sensor. There shall be no aluminum,
brass or other materials which cause corrosion and optical surfacing fouling. Sensor shall have
r" a field replaceable cell which can be installed by an operator without requiring any special tools.
One spare cell will be provided with system.
PM Constant Head Device.
The particle counter must include a highly effective and reliable constant head device that
reduces or eliminates bubbles and ensures a constant flow into the sensor. The constant head
device should not require the use of a valve or other line restrictions. The constant head device
height must be less than 43.2 cm (17 inches) of water. The constant head device must accept
a flow rate between 300 - 1000 mUmin. and come with a 40-mesh screen. The constant head
device shall be partially made of transparent material for easy visual inspection and verification
of flow.
Compliance.
All sensors shall be designed to meet the UUCSA safety and CE standards for both national
and international safety and emission requirements.
Enclosures.
All particle counter sensor components including power supply shall be housed in one module.
All AC power shall be isolated from all wetted surfaces. The sensor, wetted surfaces and all
electrical components shall be housed in a NEMA-4X (indoor), IEC 529 IP66 enclosure with
quick connect fittings.
Communication.
*- The particle counting system shall communicate using RS485 Serial Communication. The
particle counter must communicate directly to a dedicated data acquisition system (computer)
without requiring any intermediary control unit. Sensors or other network devices may be
located up to 4000 feet from the data collection system (computer). The sensor must be
designed so that a sensor may be disconnected, removed for calibration or service, without
interrupting the data transmission from other sensors. Junction boxes are not required.
r' Warranty.
The manufacturer shall warrant the particle counter against defects in materials and
workmanship for a period of one year from the date of shipment.
Advanced Software.
The software shall provide data displays that include real-time and historical plots, real-time and
historical tabular displays, sensor status and system events. The sensor status display shall
indicate customer alarm conditions by color change and flashing title bar. The tabular display
r shall include the sample point name, instrument status, most recent value, minimum, maximum,
average and standard deviation for each channel of each sample point.
r Software must be able to support at least 32 particle counters per computer.
E.
97269ad2.doc
t
ITB #97269, Addendum 02
The software shall offer a map function to permit custom plant process diagram entry and
display with on -screen sensor data readout and alarm indication. The map shall have "zoom"
capability to permit complete process system or specific filter area viewing with readable sensor
outputs. In addition, the displayed map shall include real-time sample points indicating
measured value.
Three dimensional bar graph histogram capability also shall be included to allow display of
particle counts over all size channels for a single sensor, particle counts from several sensors
and the relationship among dissimilar data items.
Calculated Sample Points (CSP) shall be permitted to report log removal and percent efficiency.
Statistical operations such as average, minimum, maximum, standard deviation and total shall
be included.
There shall be four programmable alarm levels for each sensor. Each state of alarm shall be
r' displayed by changing the displayed result background and type colors. System event and
event warning conditions also shall be displayed by changing the display background and type
color.
The sample alarm and event warning notification priority shall be selectable by the user. On-
line help shall include "topic specific" help information from within window dialog boxes.
Help information shall be accessible via the tool bar and menu.
Simultaneous multiple data viewing capability shall be permitted. For example, graphics tabular
�- spreadsheet and histogram data presentation shall be displayed simultaneously when needed.
Automatic cascade and tile screen presentations shall be selectable in a manner equivalent to
Microsoft Windows operating system. Display size and positioning shall be controlled and sized
by clicking and dragging with the mouse.
The software shall include internetworking to permit multiple systems to provide remote
analysis of system data. TCP/IP communications interface for connection to third party SCADA
type packages shall be provided.
Service.
Manufacturer shall provide the location and phone number of the closest service center. A toll -
free number shall be provided for hardware and software support. A list of local and factory -
based service and support personnel shall be provided with the proposal.
General:
Supplier.
Supplier shall be responsible for complete installation of all particle counters. Installation will
include individual mounting of particle counters on panels forty eight inches (48") off of floor.
Panels will be secured to floor with a minimum of two (2) bolts. All connecting cabling shall be
in conduit.
Manufacturer shall furnish, test, and provide training for on-line particle counters, and computer
control software. Manufacturer shall also final test all particle counters at plant site.
r�
97269ad2.doc
p City of Lubbock
P.O. Box 2000
r Lubbock, Texas 7J457
606-767-2167
ITB #97269, Addendum 41
ADDENDUM #1
ITB #97269
Furnish & Install On -Line Particle
Counters at the Water Treatment Plant
MAILED TO VENDOR: November 25,1997
Office of
Purchasing
OLD CLOSE DATE: December 4,1997 @ 2:00 p.m.
NEW CLOSE DATE: December 16,1997 @ 4:00 p.m.
7
The following items take precedence over specifications for the above named Invitation to Bid (ITB).
Where any item called for in the ITB documents is supplemented here, the original requirements, not
affected by this addendum, shall remain in effect.
1. The last section of the specifications titled, "General", shall read as follows:
"Contractor shall furnish, test, and provide training for on-line particle counters, and (one copy)
computer control software. Contractor shall be responsible for complete installation of tewnty-four
(24) on-line particle counters. Installation shall include individual mounting of particle counters on
panels forty-eight inches (48") off of floor. Panels will be secured to floor with a minimum of two (2)
bolts. All connecting cabling shall be in conduit. Contractor shall also final test all particle counters at
plant site."
2. The Close Date has changed
From: December 4, 1997 @ 2:00 p.m.
To: December 16,1997 @ 4:00 p.m.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806)775-2164
or Email to: LRitchie@mail.ci.lubbock.tx.us
THANK YOU,
Laura Ritchie
Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID
k
97269ad1.doc
l
i
A
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: FURNISH & INSTALL ON-LINE PARTICLE COUNTERS
AT THE WATER TREATMENT PLANT
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 97269
PROJECT NUMBER: 9571.9226.30000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
7
r
NI DEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
11. SPECIAL CONDITION
NOTICE TO BIDDERS
F
r
r
17
NOTICE TO BIDDERS
BID #97269
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2,00
o'clock p.m. on the 4th day of December, 1997, or as changed by the Issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"FURNISH & INSTALL ON-LINE PARTICLE COUNTERS AT
THE WATER TREATMENT PLANT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager
for the City of Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 25th day of December. 1997, at the Municipal Building, 1625
13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or
all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance
with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract
price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter
2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the
rating of the bond company is a factor that will be considered in determination of the lowest responsible bidder.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to Inspect the site of the work and to Inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on
20th day of November. at 9:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which
document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of
Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and
payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that In regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response
r` to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
r consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings
and bid openings are available to all persons regardless of disability. If you would like bid information made available In
r, a more accessible format or If you require assistance, please contact the City of Lubbock Human Relations Office at
(806) 767-2281 at least 48 hours in advance of the meeting.
t
t"
,CITY OF LUBBOCK
VICTOR KILKIIAN
PURCHASING MANAGER
Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; Telephone (806)775-2167JFax (806)775 -2164.
i.
GENERAL INSTRUCTIONS TO BIDDERS
,low
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in accordance with contract documents for the FURNISH & INSTALL ON-LINE PARTICLE
COUNTERS AT THE WATER TREATMENT PLANT.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done In accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the Intent of the City of Lubbock that all parties with an interest In submitting a bid on the project covered by
the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice
to Bidders.
4. BIDDER INQUIRIES
No bidder shall request any Information verbally. All written requests for additional information or clarification
concerning this bid must be addressed to:
LAURA RITCHIE
BUYER
CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
FAX (806) 776-2164
5. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED
TWENTY) working days from the date specified In the Notice to Proceed issued by the City of Lubbock to the
successful bidder.
The Contractor will be permitted to prosecute the work In the order of his own choosing, provided, however, the
City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the
contract documents. In the event the City requires a progress schedule to be submitted, and it Is determined by
the City that the progress of the work is not In accordance with the progress schedule so submitted, the City may
direct the Contractor to take such action as the City deems necessary to Insure completion of the project within
the time specified.
6. PAYMENT
All payments due to Contractor shall be made In accordance with the provisions of the General Conditions of the
r� contract documents.
f
7
7. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid In full and that there are no claims
pending, of which the Contractor has been notified.
8. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to
procure a satisfactory project.
9. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective --
materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written
general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any
and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year
from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the
Owner (City of Lubbock).
10. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
11. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
12. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of
Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
13. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
{
1
k
It shall be the Contractors responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not
relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or
damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired
Immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractors expense.
14. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals,
and shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be Immediately removed and
replaced by Contractor at his own cost and expense. The Contractors responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
15. EXPLOSIVES
The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from
the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume
full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all
cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger
life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms,
or corporations engaged In similar type of construction activity.
Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract,
it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground)
in proximity to the site of the work of Contractor's Intention to use explosives, and such notice shall be given
r.; sufficiently In advance to enable the companies to take such steps as they may deem necessary to protect their
property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage
resulting from his blasting operations.
16. CONTRACTOR'S REPRESENTATIVE
l
The successful bidder shall be required to have a responsible local representative available at all times while the
�• work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the work contemplated
by this contract is in progress.
17. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
r.. General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) days In advance of cancellation or change. All
policies shall contain an agreement on the part of the insurer waiving the right to subrogation.The Contractor
shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall
be carried with an Insurance company authorized to transact business in the State of Texas and shall cover all
r. operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate
policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying
each and all coverage's shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. R shall be the contractors responsibility to provide to the owner all
proof of coverage insurance documents including workers compensation coverage for each
subcontractor.
18. LABOR AND WORKING HOURS
Attention of each bidder Is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders'
attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for
the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of
the schedule of general prevailing rate of per diem wages In these contract documents does not release the
Contractor from compliance with any wage law that may be applicable. Construction work under this contract
requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: r
(1) The project being constructed Is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is
approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort
to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must
notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's
Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work,
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life. —
19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without
discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site
of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee,
his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that
the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been
made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages,
which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock
on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each --
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
20. PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
21. PREPARATION FOR BID
The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly
filled In and the bidder shall state the price both In words and numerals, for which he intends to do the work
contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or
typewritten. In case of discrepancy between the price written in words and the price written in figures, the price
written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly
authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each
member must be given and the bid signed by a member of the firm, association or partnership, or person duly
authorized. If the bid Is submitted by a company or corporation, the company or corporate name and business
address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The
bid shall be executed in ink.
Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidders name
(b) Bid for (description of the project).
Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no
bid may be withdrawn or altered thereafter.
22. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidders Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(I) Insurance Certificates.
6) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
Incorporated by reference into the aforementioned contract documents.
23. QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
r` Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified
therein In a satisfactory manner. The bidder may also be required to give a past history and references in order
to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable
Investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the
bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of
Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to
satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to
complete the work described therein. Evaluation of the bidder's qualifications shall include:
1. The ability, capacity, skill, and financial resources to perform the work or provide the service required.
2. The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
4. The quality of performance of previous contracts or services.
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
PLACE of Taffihrx c Water U1 ant
DATE: Deceinles 16, 1997
PROJECT NUMBER: #97269 - FURNISH & INSTALL ON-LINE PARTICLE COUNTERS AT THE WATER
TREATMENT PLANT
Bid of Hach CM'Pau'iY (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, In compliance with your Invitation for bids to E uxmi sh and i nG 1L tin - r,i nP flarti C1 a
Counters at the City of lL bbock Water Treatment Plant.
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the
construction of the intended project Including the availability of materials and labor, hereby intends to furnish all labor,
materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents,
within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the
work required under the contract documents.
MATERIALS: Seventy Thousand. seven Hundred & ri fi y Do11 ArG ($ 7n. 75n _ nn
SERVICES:, Seventem l is nd, Six RindrPr3 A Mon Dn11 arm 0
TOTALBID: Eighty Eight Thousand, free RtndrPd r. sixt= nnl l ars
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words sh ylgovem.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
'Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees
to pay to Owner as liquidated damages the sum of $600.00 (FIVE HUNDRED) for each working day in excess of the time
set forth hereinabove for completion of this project, all as more fully set forth In the general conditions of the contract
documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 21 of the General Instructions to Bidders.
bidding, Bidder, understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
i
s
I
{
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
r after the scheduled closing time for receiving bids.
t
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified In the written notice to proceed, and to substantially complete the work
on which he has bid; as provided in the contract documents.
7Bidders are required, whether or not a payment or performance bond Is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company.
payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total
amount of the bid submitted as a guarantee that bidder will enter Into a contract and execute all necessary bonds (if
7 required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashlees Check or Certified Check for Flour Thousand, Six Hundred Thirty Seven
Dollars 0 4.637.00 1 or a Bid Bond in the sum of Dollars ($_ ), Dolly
which it is agreed shall be collected and retained by the Owner as liquidated damages In the event the bid is accepted by
the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the
Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check
or bond shall be returned to the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by
documents made available to him for his Inspection in accordance witpft
or
shall be bound
to Bidders.
tors
Name)
Include all contract
Company 389
P.O. Haac
Address
Loveland Larimer
City, County
Colorado , 80539
State Zip Code
Telephone: 800 - 227-4224
Fax: 97n-669-2932
(Seal If Bidder Is a Corporation)
Secretary
f
L
l'
1�
r+
r-
2.
3.
4.
5.
PM
6.
7.
8.
10.
r
r
r
r
UST OF SUBCONTRACTORS
Minority Owned
Yes
No
�a� Eck F1 er_,+ri e- f`rm= anv 0
❑❑
0
0
0
0
0
❑
0
0
.
0
❑
0
❑
❑
o
❑
❑
* Nature of Work Provided by Lubbock Electric Co.
* Run Conduit (3/4 - inch ridged) for 24
Particle Counters.
* Pull Wire.
* Mount 48 - inch pedestals for Particle.
Counters.
{
t
r
r
PAYMENT BOND
i
BOND CHECK
BEST RATING
IIIEIS=N
BATE . BY,4
Bl .��Ta669 i93Z RAN COOMY P,C34iC38
I;
I
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(s)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000) Bond #400JS6595
KNOW ALL MEN BY THESE PRESENTS, that Hach Company (hereinafter called the Prtncipal(s), as
Prinapal(s), and
St. Paul Fire & Marine Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of ------------------------------- Dollars (S 88, 360, 001 lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the 22nd day of
January .19,22_,to Furnish and install on-line i►artirlP rj Prc�t_
water treatment plant.
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 es -fully and to the same extent
as If copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay an
claimants supplying labor and material to hlrn or a subcontractor in the prosecution of the work provided for in said
contract,then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Section 2263.021(a) of the
Texas Government Code, and all liabilities an 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
81 th _,dayof February
St. Paul Fire & Marine Insurance Company
Surety
'B
U) Kristen C. Fox, Attorney -In -Fact
9
Hach Company
Principal
�e
�I _PJ4' 6�9 2932 A(I COIPa11° 02,103l98 i0:22 P,035l038
The undersigned surety company represents that It is duly qualified to do business In Texas, and hereby
(. designates (see below*) an agent resident In Lubbock County to whom any requisle notices maybe
delivered and on whom service of process may be had In matters arising out of such suretyship.
*The InWest Group, Inc. St. Paul Fire & Marine Insurance Company
PO Box 53910 Surety
Lubbock, TX 79453
Attn: Howard Cowan
Ph: (806) 785-1988 �e� '
Cr
ei Kristen C. Fox
r Approved as to form: Attorney -In -Fact
City of Lubbock
l City Attomey
* 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 Attomey In Fact, we must have copy of power of
attomey for our tiles.
n
r--
r--
F
r
F
i
r
PERFORMANCE BOND
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Dollars ($ ) lawful money of the
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the ` day of
19_, to
and said principal under the law is required before commencing the work provided for in said contract to execute a bond
in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent
as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall
'., faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Govemment Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as If it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _
day of , 19
Surety
* By:
T
w:
(Title)
Principal
By:
(Title)
By:
(Title)
By:
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates 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.
Surety
.By.
(Title)
Approved as to Form
City of Lubbock
By: -
City Attomey
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 Attomey in Fact, we must have copy of power of
attomey for our files.
CERTIFICATE OF INSURANCE
r
r
03i06.98 08:09 FAT 970 669 2932 HAU COMPANY 16002
SEN7 BY: 3- 5-98 3 : 38P1f ; A0N RISK SERVICES- 370=669-2932 4 2/ 2
n r
{/{.//�j
CO-
S"' S ......]w.. S9
`3" a......+
r ..»....•..•..l , .w.,..-:.ri�...M:L'r.r.�,.•.ii�iw"+�t-
....M.wT.-E.P.....m...I.l.
1
F.
.'j#�♦r
sM
'.o.t,uc �
-���....C.•b..
I HIS CERTIFICATE IS ISSUED AS A
MATTER OF UIiFORMATION
ONLY AND COMFE RS NO RIGHT
UPON T'1• P.. C�RTIFICATF
Aaa 4tiok Barr icoa,Inc.
of Co
HOLDER. THIS CERTIFICATE DOES
NOT AWND, E XTM OR
4200 E. Miaaioaippi
Aver,
ALTER THE COVERAGE AFTOnm
pY mm POLICIES BELOW.
COMP 5 AFIKInPlf 10
COVOCACE
Sui to 1500
Deaver, CO 60222-30
5
C"AP♦NY
303-750=7688
A _Royal InQ�mnity
'
CIXAPAN7
Each Company
B Amerio=•n & roref n Y
a_ . Co. --
AT ., wary D=Uhes
COMPANY
P.O. Box 3E9
C
C.[71�lp1 ATl[3, Cl� BE1539
tannw.
D
i%s...a"�^F:aS*e�a.:aw°s `Ci'' er"•:.•+"^w, w: �', ter.
,,,.....,..,.....,... ..... ... C�� :: �..: ......
THIS IS r6 CERTIFY THAT'nif
, :S':..".•r^...."Y^:'�!.^"-'•!.�.'2""L. �.:^.�.._,, .'.�Y:.s•
PDUCIES CIF INSURANCE USTED BELOW NAVE BUN ISSUED • 13 THE INSURED NAMED Ainvi
r ..r.:
FOR THE POUCv PERIOD
INDICAM, lN0TWrr)4l5T^MII4Q
ANV R60UIREMENT, TERM OR CONDITION OF ANY COrimACT On OTI ]CR OOCUMINT aw
TN RESPECT TO W141CH TM
CERTIFIcATE MAY BE muED
OR MAY PERTAIN. THE INSURANCE AFFORDED 19Y THE POLICIES EIM RIaFn HEREIN IS
U13JEC:T TO ALL THE TERMS.
El Cl-IJS P9S ANU QUNLI It
Up- SUI:H YOLULS. LIMITS WZWN mAY HAVE BEETS REDUCED BY PXD CLAIMS.
LINE"
CO ' YM OF W6YRANG6
LTR
POLICY Numem POLLr EFFErTWE POUCT EUMATION
DATGIMMMONYI DATEp UMIDAV)
OuLm
UA=Irr
GENERALAo
RWXM
S 2000000
PRODUC-M
P)OPAW
s 1a00000
B
UI MALGORnrA_LLIAIML
A.TS4530710000
8/31197
2/ai/90
LbI
CLAMS M-9* LX OC
PERSOU r.a'
a 3.000000
-
i 1000000
4M'NZt'S a COI'm1ACTWE P1
CT,
I WACH OnLAIRENCE
• 100000
_
1
rill: VAT-04Inn,
E+Ie Ir.l
AIrlrWC 111F ILOW ffY
C
A
Z ANYALTTO
ATS4398770097
6/31/97
B/3 m
cDMEIIUPD a
ISLE uLaT
s1000000
ALL OWNED AUTOS
..
..... ----
Rrnnv�uul
a
�
SCHEJJLEC Auras
Ter LxTsw
"RED ALTOS
00D1LT INJU
Y
INUN-L7 mr Wu AU I li:
i� 0.-c:0erh1
PROPERTY
E
I
4
-
UJ11.C1<IWWiJILRY
I
AUTeSY
EA A(;CVENr
E
ANY AUTO
`
OTFeER IVAN
AUTO ONLY.
':"' ""F"Z`» t=•ww.'7''.==+
i
N ACLIDGNT
s
_
A6GRCGATE
DLCE66 UAIM"3 T
EACH OCCU
AENCE
4
VMBAEL A FDi*A
OTHER THAN uMBgE:L.a FCRrR
MlDIYIHLS COMPE3TSATWN tI1D
WC S7 TLL OT1+
:"'-:", w;w •••••^.•::;�z;.
.�.�.+wautir,:itrrrr..-"c:
.
E
�IRnTETiS' /JAYILliY
96JLTC43987S
9/31/97
$/31/98 6LF CH ACCIDENT
go 500900
1)*FROPRTET0Rr IN
CL
EL DISUSE- uCYLRIAIr
1 504000
PAATNEFSr.XE.cLnWE
H
- ••
OFFICERS ARE Ecu
EL OISEIASE- kA EMPLOYEE
S 500000
aa+Fn
1
OCSCR>PTTON OF OPMTIDNIO.UCATIOUX,'YhNK.UMILPSZ4AL
Tripp;
Waiver at euDrogati
ML included In favor of City Ox Lubbock, Texas.
CarcifLeate holder
i,Ia IMcluded no additional imsurmd Iganexal liability
only).
.. ....
.:t... '` ...mow W.. ' ..w.r
CA,
a r• G.
J•'AA
2 ......OpquuLn
S�C%s�ewa
AN► ICI 7W A=w DEs;cmw P&MES
BE PJSNCELIFb "mm TIIE
City Of Lubbock
1625 - 1.3th Strout
Room. L-04'
tZPIRATION DATE TWgr=DF, THE I&Wna C
30
I PAIN WILL ENDEAVOR TO EAAIL
ZLD
rJubboat • TAG 7 94 0l
DATs riIImm mirrm To TINE cILIETIF
VJT PARURE Tout p¢ SUCK 00=1 6r1A.L A"
TE HOER NAMED TO TIQE ItST.
ALI TI LI"T" OX LIA MM
Q+' ANY VINO unrN It7G VL-NT,&41rZ9
a1,ZiJ14i UFl ItEf'RE6ETtTtLTTVFS.
AUtNDR -PVE
002126008
_. V ''!•"
+�.'TM.�?� ,,.0 . rr..� .""...• :.„
.'l a iri"'".�,p':.",`".v..y..i.11t
..'i+M.rM,N'{!Mt�•.Nw1Arr�W
03-06-98 10:08
RECEIVED FRO14:970 669 2932
P.02
03.05 98 08:13 FAX 970 669 2932
pm
SEYC BY:
HACH COMPANY
3- 4-98 : 2:35nf AONV RfSK-SaVICB-1
4 002/002
970=669-2932;# 2/ 2
°'S..::""'r.�.._: ,w
MR�k �r N ,� -
3 ox 9e
i:_.:�—:_x:iL•:_::.!..-.... a .r.�-. Y.!.. - .... '�A..' vw..,... C'......^`.`.."
PRALti,KrR TIPS CEFITIrICATE IS ISSUED AS a MATTER OF INFOAMATIDIII
Aox► feiak !?orvioos, o. of CO ONLY AND CONFERS NO RIGHT UPON THE CEBTIFIGATf-
HOLDER. THIS CERTIFICATE DO NOT AMUiD, EXTEND OR
4100 Z. Niasi.a-ippi Ave. ALTER THE COVERAGE AFFORDEV BY TMIE POLICIES BELOW.
Suite 1500 __ C0MPpME AFFBRd G cOVFRAGI:
DOaver, CO E0222-10 5 I:DPrr.t,NY
303-759-7686 I ~ Rove1 indexmity
t.aunec COFIPANT
Lieah company 0 American A 70reign i te.00.
121Ma Gary Dreher CCIMPANY
P.O. Sax 365 G
Loveland, CO 00$39 COMPANY
D
MI iW+.W.W .Y✓�NJIFiMty 1.. y<mc+: i.+nw ..a W.,/.a.•Ir.i... rrww%.gn a�. .w:. Y.ti. R'T':..cz ^"�'flw!I,.'Y.'.,�vv'..�•':a`aw..aL#'Ccw".Kx'TM'+.'w�iMw�w......k!.w...
THIS 95 TO GEATFY THAT TNi YLIWILS OF INbIUMANCtr LRSIFD HhLW.Y HAVE BEEN OWED TO THE INSURED NAMED !I SOME FOR THE POLICY PERIOD
MICATM. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONornm OF ANY CONTRACT OR OTHER I]ACl1MFNT I VITH Re'SPECT TO WH" T}{1S
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN IS 5U8J=F0 ALL THE TER41$,
IXCLUSIONG AM3 CONDITION OF SUCH POLVEG. U6ArTG CHOWN MAY HAVE OCCN nMUCED BY PAD CLAOAZ.
ETA TYDl Of INIIJI LAcc PDLICT Umsm FIXWY FFG ml WLTe L101IIIATIO L max
BEIIEAALLLUIM - EGATTi • Za�O♦IOQ
�G�4M%LAQ�A�
corAME7ICIALf�E11 AALuhstLrY 7►Tg4530T10000 $/31/97 6/31190 0T5-�OFIPIOPACG � 1000000
_ i CLAIIAS MADE 1 0 L1R A PAL'UAY a 2000800
'PERSONALOV _
a,wr-wb0 unlrw�lun'e r VI I F1_C 0CC. A-emcp i 1U01}0a0
.�— .... � � hRC DAh7AlAny�Rrwl • '1Q�QaQ
I I MEDEXPIA.. d..P.— I It 10000
ALFrO 1061LE LLALRLRY
A
K ANYAVTo
JLTS4390770097
8/31/97
B/31/96
COM°INFOs�NGLJ uJN1T
1000000
I ALL DIPmED AU 1 OS
BODILY INJURY
SMIMULED AUTOS
ow plism l
HIRED AUTOS
80011Y INJU
MOM-OWNCO At rvu
IPBf 6.0dentl
i
• •••
1
PRDPEIITY PIUTAGE
f
CAPWZ IIADIJTY
AUTO ONLY • EA ACL'1j*m
i _
/JJV AUTO
OTHER T14AN ALRp ONLY:
+
. .
Y
I
EACH ACCoWr
_....
i
AGiG�+EiiA7E
6
FZ1 I WWI Iry
I
EACH OcCu4GNCc
6
lSM1tOAEU.A FORM
ACiGREG\TE
0
DTNER THAN IIMRRR.LA FOMA
I —..
WMIMFEi COMPENSATION AND
'� ` Y1C ST� Lt
l r ►�
..... _ y
g
NriOVB.H' LJAmLlTV
967LTC439875 8 j3l/F7 8131/98
a.eAcMAcclaww
1 500000
rLDISFANG_ LtcYUMrr
Tt'=rl+m+lrroar
6 500000
e,MOtP.3.3F] Aaleamve
e�DraAsr-rr►tMrLOYE1
ARF_
CL
s 500000
( 6TNSL
vcaual-rlo,l or oruwrlonalLacA'rluNsrrLn■�\w.rolT:caAl.ntAla
Waiveor ai Or}lccayrti n incl.nded iu favor of city of LubbOCk, TCxea. j
i
F�4n��:..-....—.
%._..�<k�` r ..:Kl:..^.5.. ... ^S.L: �:� �Si!.uk.�[t`�i..�xercrc���i7MnhN!`.`._ s^%r:e.:x RakJOX7+�L�::ua✓r..
a XDULD ANY DP THE ALOVr, cmunnAM ►OUCIES BE CARCV.Lm 6EMM TUC
city- of Lubbock
01IMATION DATE THEAEUF, THU. NAL"M c01I ANY WILL eI)EAVOR 7o MAIL
1625 - 13tt0 ffrreet,
ROCM L-04 'SO marg wn... mn KOME TO IME CETI - - HALM NAMMI) ?b 4Ne L$T.
r,w&bbovk, .TX 75301
EUT FAILS TO MAID. 6UC" NUIR;_ ynAnL nwilililililil vvvvvvcr no 9p6MA7fDN CR LIAULM
I
wF ANY KIND UPOW 'THC "ItIVANr. I "WWM On neJW46CNTA1FRM.
AVrMUIR PjPRjjATA-WE D01136ao8
l
F.
03-05-95 l0:05
RECEIVED FROH:970 669 2932
P.02
THIS GI;K1I1`I(;AT1q 15 15SUED A$ A MATTEK OF INFORMASON
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
.Aan Risk Services, Inc. of CO
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
4100 E. Mississippi Ave.
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 1500
COMPANIES AFFORDING COVERAGE
Denver, CO 00222-3055
COMPANY
303-758-7600
A American Foreign Ins, Co.
IROM
COMPANY
Hach Company
B Royal Ins Cc Of America
COMPANY
C
ATTN: Gary Dreher
P.O. Box 389
COMPANY
Loveland, CO 80639
�s
T HIS IS TO CERT IFY THAT THE POLICIES OF INSURANCE LISTED BELOWHAVE BEENISSUED TO THE INSURED NAMED ABOVEFOR THE POLICY PERIOD
INDICATED.NOTWITHST ANDINGANYREOUIREMENT.TEF"ORCONDITIONOF ANYCONTRACTOROTHEADOCUMENT WITHRESPECT TOWHICHTHIS
CERTIFICATE MAY BEISSUEDORMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LFAITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAMS.
CO
LTR
TVPZOF MURANCE
POLICYNUMM
POLICTUMCTIVE
DATE (MWDDIYV)
POLICY EXPIRATION
DATE (MMfDDIYV)
LIMITS
GENERALLIABLITY
GENERAL AGGREGATE
1 2000000
PRO[)UCTS-COMP/OP AM
1 1000000
A
X COMMERCIAL GENERAL LIABILITY
ATS4530710000
8/31/97
6/31/98
Z7 CLAIMS MADE OCCUR
PERSONAL L ADV IKMAJRWY
S 1000000
OWNER'SL CONTRACTORS PROT
EACH OCCUIWIENCE
1 1000000
FIRE DAMAGE (AM am fire)
0 100000
MED EXP (Any one person)
1 10000
AVTOMOGLE LIADLITV
COMBINED SINGLE LIMIT
A
X. ANY AUTO
ATN4398770097
6/31/97
6/31/96
1000000
BODILY INJURY
(Per person)
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NOR -OWNED AUTOS
BODILY IKXIRY
(Per amidem)
PROPERTY DAMAGE
GARAGE LIA8LrrY
AUTO ONLY - EA ACCIDENT
ANY AUTO
OTHER THAN AUTO -ONLV-.
I
EACH ACCIDENT
AOQREQATE
EXCESSLIAI3LrrV
EACH OCCURRENCE
UMBRELLA FORM
AGGREGATE
OTHER THAN UMBRELLA FORM
A
WORKERS COMPENSATION AND
EMPLOVERS'LIABLffY
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
96ATC439675
6/31/97
6/31/96
X1 STATUTORY LIMITS
EACH ACCIDENT
500000
DISEASE -POLICY LIMIT
500000
DISEASE- EACH EMPLOYEE
8 500000
OFFICERS ARE: EXCL
OTHER
CRIPTION Of DPEA 710N SILOCATIONS 11VIE-HICLESISPECIAL ITEMS
SHOULD ANV Of THE ABOVE DESCRU30 POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAL
30 DAYS WRITTEN NOTICETO THE CERTFICATE HOLDER NAMED TO THE LEFT,
OUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OGLIGAATION OR LIABILITY
OF ANY KW UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED f.IEP PRE$ENTATIVE 002136000
,. •::4:: .. :• :•, .. {.�::;}• „ : ,:.$ •.: :
>.o. %:-:;e;:;i:
:r���y.wry,..i.••....::.::.•.:.}S:Stv!}:•}}:•}:::{..'r?.C•:tr}:�A}}}}}}ii::::�i::::}:•::C:..:.:rvr.nr.r...rrr.rn.. r..:r::.. n•::. r.:r... rr. x....
cAIV�rG1�
„ {:. ":}• n.:;:Y`'<s :� ':;::<s:;{: ,ur:�,.::!:;:.}::.:{ :..4{::.}:::.}< `D'AY>< .M :...
.;.;r:.:?A,i'.:xf:'.-�::::%::�+�:':= r2�:t,`k3`::`;%.;•:{e `.p%•;t�'::;:;::y<
-
.................
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Ao n Risk Services, Inc. of CO
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
4100 E . Mississippi Ave.
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Suite 1500
COMPANY
A American & Foreian Ins. Co.
Denver, CO 80222-3055
303-758-7608
FiSURED
COMPANY
Hach Company
B Royal Ins Cc Of America
COMPANY
ATTN: Gary Dreher
P.O. Box 389
C
COMPANY
D
Loveland, CO 80539
.<..V.7twIlMVFA7... ..:.... ............ .... .. Ar.....-... .:. •. .............:. ./.:{..::: :.:::::::::. :Sr.. ... .... r.. r.. : .........$ ..... ::.: .: ::'•�'i:::�. ::•f.,..4..
:::.�::::.W:.vxk•.•n•::::::::nv:nY:.v?r.•.4:::v:::�vv}in:.4:x::.�r..nvvv4.rm:v....:....v..{.w.•.w..n..mrn}nvrMv..........4}.n..{v.:.......: rr:.�n:?.:.v:........ �ivr.4:.v..:.r..:•.»x•.•�.iwkr:.nr::.•.•}}w �:vt r. :L4i:{::iih}::kt•}7v'G.vvi.4:.-:.-
THIS IS T O CERTIFY THAT THE POLICIES OFNSURANCE LIST ED BELO W HA VE BEENISSUED TO THENSURED NAMED ABO VEFORTHE POLICY PERIOD
NOICATED. NOTWITHST ANDINGANYREOUIREMENT.TERMORCONDITIONOF ANYCONTPACT OROTHERDOCUMENT WITHRESPECT TO WHICHTHIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAMS.
TYPE OF aiSURANCE
POLICYNUMNM
POLMV I FFECTIVE
DATE (MMIDDIVY)
POLICYEXPIiAT
DATE (MMIDDIVY)
LIMITS
GENERALLIABLRY
OENERAL AOOREOATE
1 2000000
PROOUCTSCO►P/OP AOO
t 1000000
A
X COMMERCIALOENERALLIABLITY
ATS4530710000
6/31/97
8/31/98
CLAIMS MADE Q occuR
PERSONAL L ADv INJURY
f 1000000
EACH OCCURRENCE
f 1000000
OWNERS L CONTRACTOR'S PROT
FIRE DAMAGE (AN ene lire)
f 100000
MED EXP (" one Per—)
10000
AUTOMOBILE LIA13LITr
COMBINED SINGLE uwt
=
A
X ANY AUTO
ATN4398770097
6/31/97
8/31/96
1000000
BODILY INJURY
(Per pef fO")
f
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
BODILY INJURY
(Per aooidenl)
=
PROPERIY DAMAOE
_
GARAGE LIABILITY
AUTO ON I.Y - EA ACCIDENT
=
ANY AUTO
OTHER THAN AUTO ONLY:
...................
EACH ACCIDENT
AOOREOATE
f
EXCESS LIABLITT
EACH OCCUiRENCE
i
UMBRELLA FORM
AOOREOATE
_
OTHER THAN UMBRELLA FORM
_
A
WORKERS COMPENSATION AND
EMPLOYERsuaBLrTY
THE PROPRIETOR/,
PARTNERSIEXECUTIYE NIL
OBATC439675
6/31/97
8/31/98
X STATUTORY LIMITS
_
... .
EACH ACCIDENT
_ 500000
DISEASE - POLICY LIMITt
500000
DISEASE - EACH EMPLOYEE
t 560000
OFFICERS ARE: EXCL
OTHER
This covers thefollowing employees, who will be performing the installation of
particle counters at the City of Lubbock, TX : Terry Smith, Randy Tweed, Gary Krueger
and the subcontractor : Lubbock Electric
:C TIFICA:E> .4, .!}:}i;:<C
�:�.µ�:..,..:.��}.�:;.::.rr�.r..n..rrr��...�.�.r.r,r..w..�...�r.�.�..,�.�r��.wrr.�..:,.�:�.{.�..�:}:}:�
tr q:>:}:.!»:«,}:<{.:{:;::::::.�:.::.::::::.�:::::.::::.::::.�:::._.:�.{.:{.:{{;.:::>}}:{<:.::{«.;:•i;}!!:{:{>.::}!:.!:
".w.�.r..r�.M..w.r..•.�.�rr�..�..�.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED BEFORE THE
City of Lubbock
UMPATKIN DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAL
1625 13th Street, Roan L-04
30 DAYS WRITTEN NOTICE TO THE CERTFICATE HOLDER NAMED TO THELEFT.
Lubbock, TX 79401
BUT FALUM TO MAL SUCH NOTICE SHALL IMPOSENO OUO2ATION OR LIABLITY
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
THOR IJPRE IYE 002136000
1
A j� r. •::::.::...rr:.. �.:::•:::::}•:{:::.:•rr:,r:::.,•:..•::.•:::.:::.:::::::::::::::,::•:: r:.::
:. .. ;:.i->:!c: :"r:!: i>!}"<:::a{•i•: v.v:::::::::::::
►t/�jy/�:'Li� 3 i^nti.N:w::::}:i.v:x.v'f.•:::::::::.w::l::::r:-r..r::
<:ACQIiD.......8: ir(4 v!:::::;>.4:4:•}y{:.yv.,.:sw::!x :.. .... :..: ..... F...................
:........ -:: �.: i..:.: � {:v::::...::v. r:v.::{{ :1 ::.v::.v%::•}},'{.!::::i ::}i:{{v::: -.:•{v:: r:v:::v:::v:.v.:...........................
rr::.:-::: r::::..:::::.•: r :::...r:
w}:•}:4�•::::::::::.v: •: •:.:� .:�.�1:{4ii;::.iai}!}:-!}T:}}!}:{•`:: �:ii:•}sxo: ! ;; ..
. !rr:::: rr: «r •::::::.:.
:.:: �:w:}xr.::::: r..rv.. ;.}}:.C.::
r.... ... f........
:{.: p:.�.. nv...........•....... r..::.:..............:...::_. ....... T•.-...........+M:;.......-. �... •}:.� .........
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based
on proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project; ,
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractors current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after
the contractor knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to
provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19 point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
(8)
r
"Cali the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or
to report an employer's failure to provide coverage." and
contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements for all of its employees providing services on the project, for
the duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in subsection (e) (3) of
this rule;
(D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to the contractor.
() a certificate of coverage, prior to the other person beginning work on the project; and
(fi) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(17 retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(G) notify the governmental entity in writing by certified mail or personal delivery, within (ten)10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
U
ZI
V
F
t CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered Into this 22"D day of January,1998 by and between the City of
Lubbock, County of Lubbock, State of Texas, acting by and through Windy Sitton, Mayor, thereunto authorized to do so,
hereinafter referred to as OWNER, and Hach Company of the City of Loveland. County of Larimer and the State of
Colorado hereinafter termed CONTRACTOR.
r• WITNESSETH: That for and In consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain Improvements
described as follows:
BID # 97269 - FURNISH & INSTALL ON-LINE PARTICLE COUNTERS AT THE WATER TREATMENT PLANT -
$88,360.00
F
I
F
I
F
r
and all extra work In connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor.
Insurance and other accessories and services necessary to complete the said construction In accordance with the
contract documents as defined In the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR In current funds for the performance of the contract In accordance
with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas In the year and day first above written.
A T:
7
S creta �J'
AP ROVED AS TO NTENT:
Owner's resentative
APPROVED AS TO FORM:
F - �� 4L i
City Attorney
ATTEST: _
C to Secretary _
TITLE: Vice President, Domestic Sales & Sexvic
COMPLETE ADDRESS:
Hach Company
PO Box 389
Loveland, Colorado 80539
I
F.
�I
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City
of Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit HACH COMPANY who has agreed to perform the work embraced In this
contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
,•• Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative GARY ESSARY, WATER TREATMENT OPERATORS
COORDINATOR, so designated who will inspect constructions; or to such other representatives, supervisors,
architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this
agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's
Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to
Bidder for inspection In accordance with the Notice to Bidders. The above described materials are sometimes
referred to herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order,
designation or prescription of the Owner's Representative is Intended; and similarly, the words "Approved,"
"Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the
Owner's Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, Includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member
of the firm or to an officer of the corporation for whom It Is Intended, or If delivered at or sent certified mail to the
last business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, Insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shalt be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials
or work described in words which so applied have well known, technical or trade meaning shall be held to refer
such recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
r'
C,.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract
documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended
purpose, but still may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work In accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site. _.
12. MIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, If the work Is proceeding in accordance with the contract documents. -'
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES _
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or Its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the
authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the
contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several
kinds of work which are to be paid for under the contract documents, and shall determine all questions In relation
to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative _
to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall
be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived. _
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or Inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
Instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
Inspector, the Contractor may within fifteen (15)',calendar days make written appeal to the Owner's
r Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper
performance of the work and lack of such supervision shall be grounds for suspending operations of the
Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk In connection therewith shall be bome by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or
any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the
work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied Itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which In any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the
terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
r- Representative and Contractor.
t
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
r work, shall be sustained and bome by the Contractor at its own cost and expense.
118. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work
required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform
f , Contractor In writing that any man or men on the work, are, in Owner's Representative's sole opinion,
Incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary In the prosecution
and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and
it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or
protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and
accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
r Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained In a manner satisfactory to the Owner's Representative.
7
M•
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall
be approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is In preparation or progress. Contractor shall ascertain the scope of any
observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to
the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject
any such work found to be defective or not in accordance with the contract documents, regardless of the stage of
its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative
has previously accepted the work through oversight or otherwise. If any such work should be covered without
approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for
examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured
at a location where it is not convenient for Owner or Owner's Representative to make observations of such work
or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to
furnish Owner or Owner's Representative certificates of Inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated.
All such tests will be in accordance with the methods prescribed by the American Society for Testing and
Materials or such other applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any
such tests or approvals but does not meet the requirements of the contract documents shall be considered
defective, and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
Inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use In
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
In conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any
remedial action contemplated as hereinabove set forth shall be at Contractor's expense.
23. CHANGES AND'ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof,
either before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for
a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount
of work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred In preparation for the work as originally planned.
r-
24. EXTRA WORK
The term "extra work" as used In this contract shall be understood to mean and include all work that may be
required by the Owner or Owners Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not
covered by Contractors bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owners Representative
when presented with a written work order signed by the Owners Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is
commenced, then the Contractor shall be paid the lesser of the following: (1) actual field
cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have
been changed by a reasonable and prudent Contractor as a reasonable and necessary
cost for performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this
paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as
foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks,rentals on machinery and
equipment, for the time actually employed or used on such extra work, plus actual transportation changes
necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social
Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers'
' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or
Owners Representative, or by them agreed to. Owners Representative may direct the form in which accounts of
r the actual field cost shall be kept and records of these accounts shall be made available to the Owners
Representative. The Owners Representative may also specify In writing, before the work commences, the
method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these
r• matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of
machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule
of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where
practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra
work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and
compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other
elements of cost and expense not embraced within the actual field cost as herein defined, save that where the
r Contractors Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to
maintain and operate the same shall be included in the "actual field cost."
4
No claim for extra work of any kind will be allowed unless ordered in writing by Owners Representative. In case
r- any orders or Instructions appear to the Contractor to involve extra work for which Contractor should receive
I compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owners Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore,
r and the Owners Representative insists upon its performance, the Contractor shall proceed with the work after
making written request for written order and shall keep adequate and accurate account of the actual field cost
thereof, as provided under Method (C)(1). If Contractor does not notify Owners Representative prior to the
�.. commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it Is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owners Representative. Notices of any discrepancies or omissions in
r., these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owners
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the
work to be included and has provided sufficient sums in its bid to complete the work in accordance with these
plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any
discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are
sufficient and adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality
of work with the rate of progress required under this contract, the Owner or Owner's Representative may order
the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and
equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and
hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attomeys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in
any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the
subject matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work
progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption
of duty to supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor
and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-
insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by
virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to
the City in conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a
subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate
of insurance specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates fumished shall name the City as an additional insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all
A
i
f
t
proof of coverage Insurance documents Including workers compensation coverage for each
subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined
Single Limit In the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
.r
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
For bodily injuries, Including accidental death and or property damage, $500,000 Combined Single Limit.
This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $300.000 Combined Single Limit,
to include all owned and nonowned cars Including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City Is to be named as an additional Insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of _ ° (100%
of potential loss) naming the City of Lubbock as Insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance In the amount of 12.00 on all contracts with
coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability
coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
�.. Subcontractor on the job with Employers Liability of at least $500,000.
b
1. Definitions:
r
Certificate of coverage ("certificate's - A copy of a certificate of insurance, a certificate of
authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-
82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to
the governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Workers' Compensation Commission, informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify coverage
and report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
o
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
r
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor.
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who
will provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate
Insurance carrier or, In the case of a self -insured, with the commission's Division of Self -
Insurance Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the
Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as
evidence of compliance with the above Insurance requirements, signed by an authorized representative
of the insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
7
(3) The name of the policy and type or types of insurance in force thereunder on the date bome by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date bome by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured
at the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the
job specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for Its employees providing services on a project, for the duration of
the project based on proper reporting of classification codes and payroll amounts and
filling of any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period shown on
the Contractors current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the
governmental entity:
0 a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(f) notify the governmental entity in writing by certified mall or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site Informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's. Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be
r�
` the following text provided by the commission on the sample notice, without any
additional words or changes:
REQUIRED WORKERS' COMPENSAflON COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
Insurance. This Includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the Identify of their employer or status as an employee.'
'Cali the Texas Workers' Compensation Commission at 5121440-3789 to receive
Information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employers failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees
providing services on the project, for the duration of the project;
i) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(III) include in all contracts to provide services on the project the following language:
'By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract Is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(Iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor.
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
E�
l
(v) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter,
(vi) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(vii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (I)-(viii), with the certificate of coverage to be provided
to the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified Individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND
FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnify provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees,
harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in
any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and
furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of
this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor
shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid,
discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fall to pay and discharge any such indebtedness within
five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, In addition to any statutory retainage rights It may have, withhold from the unpaid portion of this contract,
a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
Indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device,
material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner
thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27
hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall
indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account
thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when
a particular design, device, material or process or the product of a particular manufacturer or manufacturers Is
specified or required in these contract documents by Owner, provided, however, if choice of alternate design,
device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all
of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything
herein to the contrary, if the material or process specified or required by Owner and/or this contract is an
Infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement
to the Owner's Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or
form, the indemnity provided by Contractor In paragraph 27 hereof, Contractor shall indemnify and save
harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation
of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If
the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's
Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the
7
` contract for changes In the work. In the absence of timely written notification to Owner's Representative of such
variance or variances within said time, any objection and/or assertion that the plans and specifications are at
variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the.
Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and
regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising
therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives Its powers, insofar
as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner
r., may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect
as though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that It will retain personal control and will give its personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials
required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner,
r, as provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
r beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractors total compensation, the sum of $5001.00 (FIVE HUNDRED) PER
r DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and
every working day that the Contractor shall be in default after the time stipulated for substantially completing the
work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the
substantial completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual
damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the
amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to
Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach.
r IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS
1 OF THE ESSENCE OF THIS CONTRACT.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such
manner as shall be most conductive to economy of construction; provided, however, that the order and time of
prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance
with this contract, the plans and specifications, and within the time of completion designated in the bid; provided,
also, that when the Owner is having other work done, either by contract or by its own force, the Owners
Representative may direct the time and manner of constructing work done under this contract so that conflicts
will be avoided and the construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
�- The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of
this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and
C
expressly agrees that It shall not be entitled to, nor will It request, an extension of time on this contract, except
when its work has been delayed by an act or neglect of the Owner, Owners Representative, employees of the
Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts,
acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written
request for same setting forth all justifications, In detail, for the request, and submitted to Owner's Representative
within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owners
Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission
by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such
delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed
waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to
such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays
In securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor
for hindrance or delays from any cause during the progress of any part of the work embraced in this contract
except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience,
In which event, such expense as in the sole judgment of the Owner's Representative that Is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for
comparing their bids offered for the work. In the event the amount of work to be done and materials to be
furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is
understood and agreed that the actual amount of work to be done and the materials to be furnished under this
contract may differ somewhat from these estimates, and that where the basis for payment under this contract is
the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be Injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property.
Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and
employees, against any and all claims or damages due to any injury to any adjacent or adjoining property,
related to, arising from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work
by the Contractor, and on the delivery of all materials embraced in this contract In full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
r., contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment Is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
Flo are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided In this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be In order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by
the Contractor up to and including the last day of the preceding month. The determination of the partial payment
by the Owner's Representative shall be In accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of
the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
r enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
r 43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said
time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete
the work within the time provided In this contract.
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of
final completion, the Owner's Representative shall proceed to make final measurement to determine whether
final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
+,.., Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions In the contract documents shall relieve the Contractor of the
r" obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties Implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's
Representative on account of failure to conform to the contract documents, whether actually incorporated in the
work or not, and Contractor shall at its own expense promptly replace such condemned materials with other
materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of
restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not
remove and replace any such condemned work within a reasonable time after a written notice by the Owner or
the Owner's Representative, Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom,
which shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD '
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence Indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's
Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or
deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further
agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the
Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and
employees and Owner's Representative, by Contractor.
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days
after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply
with the written orders of the Owner's Representative, when such orders are consistent with this contract, then
the Surety on the bond shall be notified In writing and directed to complete the work and a copy of said notice
shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the
Contractor, no further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work
any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials
and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, In completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); It being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the
notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to
proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions
of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law,
contract, equity or otherwise, including, but not limited to, providing for completion of the work In either of the
following elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such
` labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so
charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may
thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such
expense is less than the sum which would have been payable under this contract, if the same had been
completed by the Contractor, then said Contractor shall receive the difference. In case such expense is
r.. greater than the sum which would have been payable under this contract, If the same had been
completed by said Contractor, then the Contractor and/or Its Surety shall pay the amount of such excess
to the Owner, or
r� (b) The Owner, under sealed bids, after notice published as required by law, at least twice In a newspaper
} having a general circulation in the County of location of the work, may let the contract for the completion
of the work under substantially the same terms and conditions which are provided In this contract. In
case of any Increase in cost to the Owner under the new contract as compared to what would have been
the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and
remain bound therefore. Should the cost to complete any such new contract prove to be less than that
which would have been the cost to complete the work under this contract, the Contractor or his Surety
.. shall be credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be Issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of
completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this
contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them
to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be
turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the
contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the
time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to
the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from
the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the
net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be
made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release
any machinery, equipment, tools, materials, or supplies which remain on the 'jobsite and belong to persons other
r than the Contractor or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent
permitted by law. It Is expressly agreed and understood that the exercise by Owner of the remedies provided In
this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other
remedies available to It, by law, equity, contract or otherwise, Including but not limited to, liquidated damages, as
provided in paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or Its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
' project which is the subject matter of this contract.
�.. 50. BONDS
The successful bidder will be required to furnish a performance bond In accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
r
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an
approved Surety Company authorized to do business In the State of Texas. It is further agreed that this contract
shall not be in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special
conditions conflict with any of the general conditions contained in this contract, then in such event the special
conditions shall control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, manmade or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority
to direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to cant' out the other prerogatives which are expressly reserved to
and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time
change or effect the status of the Contractor as an independent contractor with respect to either the Owner or
Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and
condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor.
r
1
i
CURRENT WAGE DETERMINATIONS
Resolution No. 5111
r'
March 14, 1996
Item #19
f
RESOLUTION
'
WHEREAS, the City Council has heretofore established the general prevailing rate of
i ; per diem wages for each craft or type of workmen or mechanics needed to execute public
r
i works contracts for the City of Lubbock in accordance with the provisions of Vernon's
r
i i Ann.Civ.St., Art. 5159a; and
is
r"
!' WHEREAS, such wage rates were established by Resolution No. 719 enacted February
i 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by
Resolution No. 2502 enacted January 8, 1987; and
r-
I
WHEREAS, such rates need to be updated at the present time in order to reflect the
current prevailing rate of per diem wages; NOW THEREFORE:
rBE
IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
�^
THAT the general prevailing rate of per diem wages for public works contracts shall be
as set forth in the following named exhibits, which exhibits shall be attached hereto and made
a part hereof for all intents and purposes:
r
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction
r
Exhibit C. Overtime Rate
Exhibit D: Weekend and Holiday Rate
r-
Such wage rates are hereby found and declared to be the general prevailing rate of per diem
wages in all localities where public works are undertaken on behalf of the City of Lubbock and
r•
such wage. rates shall be included in all public works contracts as provided by law.
}an
i
Passed by the City Council this 14th
ATTEST:
&tt,- I I a& -
Betty M. Anson, City Secretary
APPROVED AS TO CONTENT:
a4o�
Mary AndrYws, Managing Director of
Human Resources
APPROVED AS TO FORM:
afold Willard,"Assistant City Attorney
H W : da/ccdocs/pubworks. res
February 14, 1996
�I 7
Y / :":V
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
10.00
Air Conditioner Installer
11.00
Air Conditioner Installer -Helper
5.50
Asbestos Worker
8.00
Asbestos Supervisor
11.00
Bricklayer
11.00
Bricklayer -Helper
6.00
Carpenter
11.00
Carpenter -Helper
6.00
Cement Finisher
7.50
Drywall Hanger
10.00
Electrician
13.00
Electrician -Helper
6.00
Equipment Operator -Heavy
8.50
Equipment Operator -Light
7.50
Floor Installer
8.50
Glazier
8.00
Insulator-Piping/Boiler
9.00
Insulator -Helper
5.50
Iron Worker
8.00
Laborer -General
5.50
Mortar Mixer
5.50
Painter
9.50
Plumber
10.50
Plumber -Helper
6.00
Roofer
8.00
Roofer -Helper
5.50
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder -Certified
10.00
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
6.00
Asphalt Shoveler
5.50
Concrete Finisher
7.35
Concrete Finisher -Helper
5.75
Electrician
10.50
Flagger
5.50
Form Setter
6.50
Form Setter -Helper
5.50
Laborer -General
5.50
Laborer -Utility
6.25
Mechanic
7.25
Mechanic -Helper
5.50
Power Equipment Operators
Asphalt Paving Machine
7.00
Bulldozer
7•00
Concrete Paving Machine
7.00
Front End Loader
6.50
Heavy Equipment Operator
7.00
Light Equipment Operator
6.50
Motor Grader Operator
8.50
Roller
6.00
Scraper
6.50
Tractor
6.50
Truck Driver -Light
6.00
Truck Driver -Heavy
6.50
a_ 3:11:
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate.
14:I1:
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
ZE
LL
U
W
a
W
L� U_ — C---- L—, L- t - L-.: L__ L- - L--® t—. L-- L-:. [_--' L— 1- i—; L-
l
PM
SPECIFICATIONS FOR ON-LINE PARTICLE COUNTER
Sensor/Counter.
The particle counter sensor shall be an on-line, real-time continuous monitoring instrument utilizing
light extinction technology for sizing and counting particles. The sensor light source must be a
solid-state laser diode (780 nm infrared) capable of counting particles from 2 to 800 microns. The
system must be capable of sorting particles into 15 user -adjustable channels. The particle counter
must have a maximum particle concentration limit of at least 20,000 particles/mL at 10%
coincidence. Maximum concentration must be based on both optical and electronic coincidence
�. limits. All sensors must be calibrated per ASTM 658. Calibration materials must be traceable to
USA NIST.
Sensor Count Matching.
I All sensors must be count matched during factory calibration to guarantee performance of t 10%
k
from sensor to sensor.
Calibration Verification.
The sensor must facilitate a simple on -site calibration verification procedure by the user to validate
the sensor is sizing and counting particles correctly. The calibration verification process should not
require the sensor to be taken off-line.
Sensor)/0.
Each sensor shall provide five 4-20 mA output signals representing particle counts in adjustable size
f ranges, total counts, and flow or sensor status. The sensor shall have the option of accepting two
4-20 mA input signals from other instruments such as turbidimeters. The particle counter system
must also offer network hardware that will accept additional 4-20 mA input signals from other
instruments.
Internal Flowmeter.
The particle counter system must offer the option of an internal flow meter that will continuously
monitor flow and notify the controlling system if the flow rate is below or above acceptable limits.
r„ Diagnostics.
1 The sensor must track and indicate its need for periodic cleaning or maintenance automatically,
either by communicating to the dedicated data acquisition system (computer) and/or by external
alarm light. Each sensor shall have a LED indicator for power, sensor, sample cell and flow status
(for sensors with an internal flow meter).
Sample Cell.
The particle counter sensor flow cell must be made of sapphire, which allows brush cleaning
without damaging the wetted surfaces and minimizes mineral deposits on the optical surfaces.
t There shall be no quartz wetted surfaces which require frequent cleaning and/or replacement.
l Quartz wetted surfaces also have a tendency to stain or form deposits resulting in poor
performance or failure. To avoid clogging and maintain high concentration limit the sensor sample
cell shall be no smaller than 1 x 2 mm in size. The sensor sample cell must be suitable for brush
F
cleaning and accept a sample flow rate of 200 mL/min. Slower sample rates will not be accepted
due to the possible setting of suspended particles resulting in clogged sample cells and high
maintenance. A capillary cleaning brush must be included with every sensor. There shall be no
aluminum, brass or other materials which cause corrosion and optical surfacing fouling.
Constant Head Device.
The particle counter must include a highly effective and reliable constant head device that reduces
or eliminates bubbles and ensures a constant flow of 200 mL/min. into the sensor. The constant
head device should not require the use of a valve or other line restrictions. The constant head
device height must be less than 43.2 cm 0 7 inches) of water. The constant head device must
accept a flow rate between 300 - 1000 mL/min. and come with a 40 mesh screen. The constant
head device shall be partially made of transparent material for easy visual inspection and
verification of flow.
Compliance.
All sensors shall be designed to meet the UL/CSA safety and CE standards for both national and
international safety and emission requirements.
Enclosures.
All particle counter sensor components including power supply shall be housed in one module. All
AC power shall be isolated from all wetted surfaces. The sensor, wetted surfaces and all electrical
components shall be housed in a NEMA-4X (indoor), IEC 529 IP66 enclosure with quick connect
fittings.
Communication.
The particle counting system shall communicate using RS485 Serial Communication. The particle
counter must communicate directly to a dedicated data acquisition system (computer) without
requiring any intermediary control unit. Sensors or other network devices may be located up to
4000 feet from the data collection system (computer). The sensor must be designed so that a
sensor may be disconnected, removed for calibration or service, without interrupting the data
transmission from other sensors. Junction boxes are not required.
Warranty.
The manufacturer shall warrant the particle counter against defects in materials and workmanship
for a period of one year from the date of shipment.
Advanced Software.
The software shall provide data displays that include real-time and historical plots, real-time and
historical tabular displays, sensor status and system events. The sensor status display shall
indicate customer alarm conditions by color change and flashing title bar. The tabular display shall
include the sample point name, instrument status, most recent value, minimum, maximum, average
and standard deviation for each channel of each sample point.
Software must be able to support at least 32 particle counters per computer.
The software shall offer a map function to permit custom plant process diagram entry and display
with on -screen sensor data readout and alarm indication. The map shall have "zoom" capability to
permit complete process system or specific filter area viewing with readable sensor outputs. In
addition, the displayed map shall include real-time sample points indicating measured value.
Three dimensional bar graph histogram capability also shall be included to allow display of particle
counts over all size channels for a single sensor, particle counts from several sensors and the
relationship among dissimilar data items.
Calculated Sample Points (CSP) shall be permitted to report log removal and percent efficiency.
Statistical operations such as average, minimum, maximum, standard deviation and total shall be
included.
There shall be four programmable alarm levels for each sensor. Each state of alarm shall be
displayed by changing the displayed result background and type colors. System event and event
warning conditions also shall be displayed by changing the display background and type color.
The sample alarm and event warning notification priority shall be selectable by the user. On-line
help shall include "topic specific" help information from within window dialog boxes.
Help information shall be accessible via the tool bar and menu.
Simultaneous multiple data viewing capability shall be permitted. For example, graphics tabular
spreadsheet and histogram data presentation shall be displayed simultaneously when needed.
Automatic cascade and tile screen presentations shall be selectable in a manner equivalent to
Microsoft Windows operating system. Display size and positioning shall be controlled and sized by
clicking and dragging with the mouse.
The software shall include internetworking to permit multiple systems to provide remote analysis of
system data. TCPAP communications interface for connection to third party SCADA type packages
shall be provided.
General:
Manufacturer shall furnish, test, and provide training for on-line particle counters, and computer
control software. Manufacturer shall also final test all particle counters at plant site.
r
r