Loading...
HomeMy WebLinkAboutResolution - 5775 - Contract - Rhode Construction Co.- Wet Well & Pump Installation - 02_26_1998RESOLUTION NO. 5775 Item #19 February 26, 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 and all related documents by and between the City of Lubbock and Rhode Construction Co., of Lubbock, Texas, to install and furnish all materials and services as bid for the Berl Huffman Wet Well & Pump Station Installation, which Contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 26th day of February , 1998. ATTEST: Kay 'e Darnell, City Secretary APPROVED AS TO CONTENT: V Victor Kil n, Purchasing Manager APPROVED AS TO FORM: 1)6nald G. Vandiver, First Assistant City Attorney da/ccdocs/rbodecon.res February 18, 1998 CITY OF LUBBOCK SPECIFICATIONS FOR BERL HUFFMAN WET WELL & PUMP STATION INSTALLATION BID #98010 • N a w w Un CITY OF z a 0 Lubbock, Texas 0 F P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 ADDENDUM 0 ITB #98010 BURL HUFFMAN WET WELL & PUMP STATION INSTALLATION MAILED TO VENDOR: January 30, 1998 ITB #98010, Addendum 01 Office of Purchasing OLD CLOSE DATE: February 4, 1998 @ 2:00 P.M. NEW CLOSE DATE: February 11,1998 @ 3:00 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. The following wording: pump station manufacturer shall be replaced by CONTRACTOR for L sections 4.10, 5.1, 5.2, 5.3, 5.4, and 5.5. L 2. The following sentences shall be added to section 5.1: 'The Inlet screen and its support structure shall be constructed as to be supported by the subsurface below the slit layer (or any other layer beneath the silt layer of the lake which will not be conducive to weight bearing and buoyant forces). Placement of the concrete pedestal (if used) can be placed on the silt layer, but the concrete pedestal Itself must have a solid non- moving foundation or pile. 3. Section 5.3 shall be replaced by the following: Wet Well. The wet well shall be designed to adequately supply the pumping station with water on any volumetric basis based on the pump station design criteria. The wet well shall be of reinforced concrete. Wet well shall have retaining rings (or similar appurtenances) either on the structure or on the wet well foundation to stop any uplift effect produced from a rising water table or any other buoyant force. The pump station shall have backwash capabilities to remove entrained particulate matter (silt, etc.) from the wet well. The wet well can be either circular or rectangular. The intake structure will provide a tight seal with the wet well. The wet well shall be completely covered by the pump station or its metal building. The metal buildings floor shall not qualify as the wet well's top (roof). Wet well will be installed by contractor. Wet well construction shall be to the satisfaction of the Engineer or Engineer's Representative. The lake water must be filtered to remove silt, debris, etc. The following two (2) ways are approved for filtering the lake water prior to water delivery to the Berl Huffman Facility: 1) A gradated aggregate shall fill the wet well to act as a filtering mechanism for the lake water (an example of a potential wet well aggregate gradation solution is shown in original bid document), or 2) a brush or suction scanner filter as manufactured by Amiad Filtration Systems or approved equal; the filter shall be incorporated into the pre -manufactured pump station so that the complete apparatus (pumpstation & filter system) are contained within the confines of the metal building. Backwashing shall be completely automatic and shall require no manual operation from either filtration system. tI 98010ad1.doc ITB #98010, Addendum 01 r 4. The following section shall be added: 5.6 Dewatering and Geotechnical. Contractor shall provide all dewatering (if necessary) and shall be responsible for any soil testing (if necessary) to provide a firm foundation for the wet well and pump station/metal building. 5. The following sentence in section 5.5: "This building is to be affixed as a permanent structure to protect the pump station! is replaced by: 'This building Is to be affixed as a permanent structure (i.e., securely attached to the pump station platform or concrete pad) to protect the pump station and to avoid unpermitted entry.' All requests for additional Information or clarification must be submitted In writing and directed to: Ron Shuffield, Senior Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806) 775-2164 or Email to: RShuffield@mail.ci.lubbock.tx.us ZKYO Ron Shuffieid Senior Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID r 98010ad1.doc 1 r t NDEX 1. NOTICE TO BIDDERS r E 2. GENERAL INSTRUCTIONS TO BIDDERS t. 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 4 , 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE E 7. CONTRACT ` 8. GENERAL CONDITIONS OF THE AGREEMENT 8. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS r 11. SPECIAL CONDITIONS 4I. e, P' I r 4 �., NOTICE TO BIDDERS r• NOTICE TO BIDDERS BID #98010 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 162513th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 4th day of February, 1998, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "BERL HUFFMAN WET WELL & PUMP STATION INSTALLATION" 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 26th day of February, 1998, 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 5 or superior, as the rating of the bond company is a factor that will be considered indetermination 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 7 conditions under which the work is to be done. It shall be understood and agreed that all such factors have been i thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on 28th day of January, at 10:00 o'clock a.m., in the L04 - Purchasing Conference Room, 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 to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings l and bid openings are available to all persons regardless of disability. If you would like bid information made available In l 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. CITY OF LUBBO K VICTOR KIL N PURCHASING MANAGER POW Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, l Room L-04, Lubbock, Texas 79401; Telephone (806)775-2167/Fax (806)775-2164; r r 1 GENERAL INSTRUCTIONS TO BIDDERS r GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project In accordance with contract documents for the BERL HUFFMAN WET WELL & PUMP STATION INSTALLATION. 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 change 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: 5. TIME AND ORDER FOR COMPLETION RON SHUFFIELD SENIOR BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 776-2164 The construction covered by the contract documents shall be fully completed within 80 (EIGHTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful r bidder. i 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 contract documents. I 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 J It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents In such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility tines, 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 fad shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures out or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired Immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. r" 14. BARRICADES AND SAFETY MEASURES E The contractor shall, at,his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is Incurred, the damaged portion shall be Immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 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 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 The successful bidder shall be required to have a responsible local representative available at all times while the rwork 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. 1 f17. 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 fumished 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. i. POW 4 The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such Insurance shall be carried with an Insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all 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. It 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: (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 Contractorls 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 Owners 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 Owners Representative to do such work. The final decision on r whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owners 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 Owners Representative, or Engineer, a certified, swom, 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. r"' I 7 L , . 20. 21 22. 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. 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. 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 property 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. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (1) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered Incorporated by reference into the aforementioned contract documents. r 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 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. L✓ L.�� L� L�� [� L� L� �.�.�� � L-� L,: L�.y [_.� L.� Lm..e.; [.� L:�.� �y r BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: 4 D G /1 . / / f DATE: - / — 9 �9 PROJECT NUMBER: #98010 - BERL HUFFMAN WET WELL & PUMP STATION INSTALLATION Bid of h o eke Cow s -�Y vC / v� Cc7, (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, In compliance with your Invitation for bids for the construction of a 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, l within the time set forth therein and at the price stated below. The price to cover all expenses incurred In performing the l work required under the contract documents. MATERIALS: ($ 1 SERVICES: $ l TOTAL BID: ` / (Amount shall be shown in both words and numerals. Incase of discrepancy, a amount shown In words shall govem.) 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 80 (EIGHTY) consecutive calendar days r thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth In the general conditions of the contract documents. r Bidder understands and agrees that this bid submittal shall be completed and submitted In accordance with Instruction number 21 of the General Instructions to Bidders. bidding. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the I` The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within (ten).10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of `7,, Dollars 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 Bidder shall be bound and Include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Authorized Signature CSrk-vnA0 /2!`ic�¢Y� (Printed or Typed Name) /Z7 )7_a d e C V) 6 -/-I^e/C N Co, Company p v /3 3 7v Address L, �.' d 6 /- C�' 17 /.9 1-0 City, County T-,--7 44 G-a State Zip Code Telephone: eeLJ6 `7 9 ,Z (0 / b'' S Fax 906 - '7 ,9, Z ep Z 7 -7 (Seal If Bidder Is a Corporation) 4" ATTES (rt .� �,. Secre06 Bidder acknowledges receipt of the following addenda: " Addenda No. Date /- -?y - (1 & `0 n Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date 1r LIST OF SUBCONTRACTORS Minority Owned /7 Yes No / Pew- W ? & ❑ fy- lel, k,7 Sy,s• P" s ❑ tK ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ or f t � , CNA INSURANCE COMPANIES CNA Plaza, Chicago, Illinois 60685 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we Rhode Construction Company and Continental Casualty Company unto CITY OF LUBBOCK , Principal, Surety, are held and firmly bound Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID--------------------------- ----------------------------------------- -------------- Dollars (-------- 5%------ i, for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. for WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract BERL HUFFMAN WET WELL AND PUMP STATION INSTALLATION NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. Signed, sealed, and dated this G23054-D NAfBYaiMalre' 4TH day of FEBRUARY 1 1998. Rhode Construction Company Principal By: L w 16-.,��. (Seal) CARMAN G. RHODE, — RE NT Continental Casualty Company su By: 1%�,'/ (seal) i m COWAN , Attorney -in -fact IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. -if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Continental Casualty Company CNA For All the Commitments You Makes AN ILLINOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY a corporation duly organized and existing under the laws i of the State of Illinois, and having its principal office in the City of Chicago, and state of Illinois, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Howard Cowan, Mike Henthorn , ^ Ron Stroman, Carla Rogers, Pete Binggeli, Kevin J. Dunn, Angie Goff, Marla Hill, Individually of Lubbock, Texas its true and lawful Attorney -intact with full power and authority hereby conferred to sign, seal and execute in its benalf bonds, undertakings l and other obligatory instruments of similar nature l — In Unlimited Amounts and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as It such instruments were stoned by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed This Power of Attorney Is made and executed pursuant to and by authorityof the following By -Law duly adopted by the Board of Directors of the Company. "Article IX —Execution of Documents Section 3. Appointment of Attomey n-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act In tvehalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys4n-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -In -fact." This Power of Attorney is signed and seated by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at. a meeting duly called and held on the 17th day of February, 19n "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may l be affixed by facsimile on arry power of attorney granted pursuant to Section 3 of Article IX of the Bylaws, and the signature of the Secretary or an Assistant SecretarX and the seat o the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bean�p such facsimile signature and seal shall be valid and btnding on the Company. Any such power �., it executed and sealed and certified by certtfit:ate so executed and sealed staall, with respect to any bond or undertaking to which It Is attached, continue to be valid and bending on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused tl� ��re�s�nts to be signed by its Group Vice President and Its corporate seal to be hereto affixed this s+ day of m r 018 State of Illinois ONTINENTAL CASUALTY COMPANY j County of Cook 1 as r,ror I �ro4q s .0 onnahme Group Vice President. On this 1st day of Dece. ber , 18 94 , before me personally came M.C. Vonnahme, to me known, who, being by me duly swom, did depose and say: that he resides in the Village of Darien, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY the corporation described In and which executed the above Instrument; that he knows the seat of said Corporation; that the seal affixes; to the said instrument is such corporate seal; that it was so affixed pursuant to the said Instrument is such corporate seal; that It was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same. to be the act and deed of said r• corporation. p�c• c.4 `r KMAW r runuc °•4 co.`��My Commnidss oa C.Dn Expires Oc empsey obe 19, 1998 CERTIFICATE i• I, John M. Littler, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do certify that the Power of Attorney herein above set forth Is still in force, and further certify that Section 3 of the Article IX of the By-laws of the Company and the Resolution of the Board of Directors, set forth to said Power of Attorney are still In force. In testimony whereof I have hereunto subscribed my name and affixed the seat of the said Company this 4TH day of FEBRUARY .19 98 Johwv. Litt Assistant Secretary. }*� UAL � I Form 1-23142-6 INV. NO.G-56623.0 PERFORMANCE BOND BOND CHECK BEST RATING -A LICENSFMIN TEXAS DATE =Wa BY.r_� r BOND NO. 159058504 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE !^ (CONTRACTS MORE THAN $100,000) RHODE CONSTRUCTION KNOW ALL MEN BY THESE PRESENTS, that COMPANY (hereinafter called the Principal(s), as Principal(s), and CONTINENTAL CASUALTY COMPANY (hereinafter called the Suret s , as Surety (s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), In the amount of HUNDRED INETEEN THOUSAND TWODollars ($119, 221.00) lawful money of the United States for the paym o , i n I -1y 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 26Teay of FEBRUARY ,1998,to BID #98010 - BERL HUFFMAN WET WELL & PUMP STATION TN,9TAL�ATTnN 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 71 be vold; otherwise to remain in full force and effect. k, PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government 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 2ND day of MARCH , 19-m-. - t CONTINENTAI/CASUAL"C ANY RHODE CONSTRUCTION COMPANY Surety Principal B ! By: �Q �-�✓�, (Title) HOWARD COWAN (Title) CARMAN G. RHODE ATTORNEY -IN -FACT VICE-PRESIDENT By: (Title) By: (Title) I The undersigned surety company represents that it is duly qualified to do business In Texas, and hereby r designates HOWARD COWAN 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. CONTINENTALCASUALTY C07 Surety l Itlej HOWARD COWAN ATTORNEY -IN -FACT •w, Approved as to Form = City of Lubbock By. 6 ity Attorney ' Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attomey in Fad, we must have copy of power of attomey for our files. !I; r PAYMENT BOND BOND CHECK BEST RATING LICEN IN TEXAS DATF2 By .6 BOND NO. 159058504 17 t, STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE r- (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that RHODE CONSTRUCTION COMPAN)(hereinafter called the Principal(s), as Principal(s), and CONTINENTAL CASUALTY COMPANY (hereinafter called the Surely s , assSSuRreEtyW, TEEN THOUSnly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Dollars ($ 119, 221:001 lawful money of the United States for the paym o , i ►n ip I MgMty 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 26TH day of FEBRUARY ,19 98,to BID #98010 - BERL HUFFMAN WET WELL & PUMP STATION INSTALLATION 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. t NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the rTexas Government 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 2ND day of MARCH CONTINENTAL CASUALTY COMPANY CSurety r .By. I cntidJ HowARD cowAN ATTORNEY -IN -FACT RHODE CONSTRUCTION COMPANY Principal (Title)CARMAN G. RHODE VICE-PRESIDENT By: (Title) By: (Title) 7 u The undersigned surety company represents that it Is duly qualified to do business in Texas, and hereby designates HOWARD COWAN 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. CONTINENTAL CASUALTY CO Surety r� * By: (Title) HOWARD COWAN ATTORNEY -IN -FACT Approved as to form: City of Lubbock := City Attorney 1 * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of n attorney for our files. CI `l r k, Y k i for All Lbe lTA menu ra, MAkr IMPORTANT INFORMATION FOR TEXAS POLICYHOLDERS TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CALL OUR TOLL -FREE TELEPHONE NUMBER 1-800-262-1113 ALSO YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT 1-800-252-3439 ,., YOU MAY WRITE f THE TEXAS DEPARTMENT OF INSURANCE PO BOX 149104 - AUSTIN TX 78714 9104 FAX (512) 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact your agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for Information only and does not become a part or condition of the attached document. G-53752.042-0 Continental Casualty Company CNA. For All the Commitments Yon Ms]ce' AN IWNOIS CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men by these Pressn% That CONTINENTAL CASUALTY COMPANY acorporation duly organized and existing under the laws of the State of Illinois, and having its principal office in the City of Chicago, and bttate of Illinois, and having its principal office In the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Howard Cowan, Mike Henthorn, Ron Stroman, Carla Rogers, Pete Binageli, Kevin J. Dunn, Angie Goff, Maria Hill, Individually of Lubbock, Texas Us true and lawful Attomey4n4act with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory Instruments of similar nature In Unlimited Amounts — ! and to bind CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were sipped by the duly puthorized here fledcersand ocfoCOrmned�AL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority sired given are This Power of -Attorney is made and executed pursuant to and by authority of the following By4.aw duly adopted by the Board of Directors of the Company. 'Article IX—Executlon of Documents Section & Appointment of Attomey4n4acL The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeysan4act to act In behalf of the Comparny in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys4 4act, subject to the limitations set forth In their respective certificates of authority, shall have full powerto bind the Company by their signature execution gany such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any ecutive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey4n fW This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February,19M. "Resolved, that the signature of the Presideeyntt or any Executive, Senior or GroupVice President and the seal of the Company may Secretary oiyafn Asfsisteant Se�cretaartaryrye� the as of the�Copursuant mp nynma beta fifixed by fof acsimile to any certi of any such power and amend any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any, such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it Is attached, continue to be valid and binding on the Company." In Witness Whereof CONTINENTAL CASUALTY COMPANY has caused �nettfSgMgVps to be signed by Its Group Vice Preside and Its corporate seal to be reto .affixed this I e+ day of .19 N7iNENTAL CASUALTY COMPANY Count] f olffliCook } tw " # --�" .0 amumme Group Vice President i IM! On this 1st day of December 1L94 . before me personally came M.C. Vonnahme, to me known who, being by me duly sworn, did depose and say. that he resides in the Village of Darien, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY the corporation described In and which executed the above ! Instrument; that he knows the seal of said Corporation; that the seal affixed to the said Instrument is such corporate seal; that It was so affixed pursuant to the said Instrument b such corporate seal; that It was so affixed pursuant to authority given by the Board of Directors ^, of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. e Ueda C. Dempsey My Commission Expires pc obe 19, 199E CERTIFICATE I, John M. Littler, Assistant Secretary of CONTINENTAL WUALTY COMPANY, do certify that the Power of Attorney here n above set forth Is still in force, and further certify that Section 3 of the Article IX of the By-laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still In force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 2ND day of MARCH .19 98 . r• • Jo AU Assistant Secretary. i � ' su►� Fonn 1-23142-8 INV. N0.43*5W .0 CERTIFICATE OF INSURANCE fs_.a L DATWMAB/YY) PRODUCER THIS CERTIFICATE IS ISSUED he,; A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sanford Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 64790 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 6303 Indiana Avenue COMPANIES AFFORDING COVERAGE Lubbock TX 72464 COMPANY A C.N.A. Insurance Company - INSURED COMPANY Rhode Construction Company B COMPANY I P.O. Box 63370 Lubbock TX 794530000 C COMPANY 1' D �C�. Ft Ei%. <s':" §� t ca._'.:t I „ }_.:_ § $ P§ .�F F n § t�E .:: h Z } { i k i\,E;y}I _:I # I� t k •` b £w�%ki g•�l �{ y `§wl , tkR G'i{�! }•' tVO��1fL:C RASiLa� THIS IS C A IFY H LIG 0 C L� ISS�UI 6 H� IfJs It D "1OVE bCtI ICY ILTIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. co LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMOD/M POLICY EXPIRATION DATE (MMUDDNY) ULM A GENERAL LIABILITY L 1 31204082 10 / 01197 10 / 01 / 98 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMPIOP AGG $ 2,000,000 CLAIMS MADE D OCCUR PERSONAL 3 ADV INJURY S 1,000,000 EACH OCCURRENCE i 1,000,00 OWNER'S 6 CONTRACTOR'S PROT FIRE DAMAGE (Any one Ere) i 50,000 MED EXP (Any one person) $ 5,000 A AUTOMOBILE LIABILITY X ANY AUTO L 1 31204982 10 / 01197 10 / 01 / 98 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) i ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Pe* �idenl) t HIRED AUTOS NON-0riTNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY • EA ACCIDENT OTHER THAN AUTO ONLY: ANY AUTO S , A EXCESS LIABILITY L 1 31205016 10 / 01197 10 / 01 / 98 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS LIABILITY WC131204965 10101/97 10/01I98 WC -SIAIU- OTH TORY LIMITS ER EL EACH ACCIDENT 5 IS 00,000 i■UI A THE PROPRIETOR/ X NCL PARTNERS(EXECUTNE EL DISEASE • POLICY LIMIT $ 500,000 Q DISEASE . EA EMPLOYEE IS 500,000 OFFICERS ARE.' EXCL OTHER DESCRIPTION OF OPERATiONSA.00ATIONSNEHICLEI&SPECIAL ITEMS Blanket Additional Insured on General Liability as required by contract Holder is shown as Additional Insured on Auto per ends 0 TE 99 018 attached; Waiver of Subrogation In favor of holder on GL,W(and auto policies: Berl Hultman Wet Well Pump...., Station Installation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City Of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Atfn: LBurle Ritchie 1 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT P. 0. BOX 2000 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Lubbock TX 70457 OF ANY KIND UPON THE COMPANY, )M—' 1GENTS OR REPRESENTATrYAS. Douglas Sanford, CIC ll A//"' <'/® , PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER ONLY AND CONFERS NO RIGHTS UPON THE i j Sanford Insurance Agency HOLDER THIS CERTIFICATE DOES NOT AME ALTER THE COVERAGE AFFORDED BY THE I ' P.O. Box 64790 6303 Indiana Avenue COMPANIES AFFORDING COVEF 1116 Lubbock TX 79464 COMPANY A C.N.A. Insurance Company - INSURED COMPANY City of Lubbock B COMPANY Rhode Construction Company P.O. Box 53370 C Lubbock TX 7045300M COMPANY D ILINDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS', I EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. DATE (MMIDDrM OW02/9S ND OR BELOW. �L LCTOR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM1DDPrt) POLICY EXPIRATION DATE (MMIDDfM LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LV+BIL[TY CLAIMS MADE FXJ OCCUR X OWNERS 6 CONTRACTOR'S PROT OOP 107361426 03102 / 98 03102/99 GENERAL AGGREGATE s PRODUCTS • COMP/OP AGG i PERSONAL & ADV INJURY i EACH OCCURRENCE i FIRE DAMAGE (Any one fire) i MED EXP (Any one person) i AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS "ON -OWN AUTOS COMBINED SINGLE LIMB i BODILY INJURY (Porperson) i BODILY INJURY (Por ercidentl i PROPERTY DAMAGE i GARAGE LIABILITY ANY AUTO AUTO ONLY . EA ACCIDENT S OTHER THAN AUTO ONLY: i i c EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM EACH OCCURRENCE i AGGREGATE i i WORKERS COMPENSATION AND EMPLOYERS'LI481LETY THE PROPRIETOR/ NCl PARTNERSIEXECUTNE OFFICERS ARE: REXCL TORY L�ITTS ER EL EACH ACCIDENT i EL DISEASE •POLICY LIMB i E. DISEASE • EA EMPLOYEE IS rac City of Lubbock Arn: Ron Shufield P. 0. Box 2000 Lubbock 5 Station Installation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, TX 794V BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KND UPON THE COMPANY, IT GENTS OR REPRESENTATNES. ALT HORUM REPRESENTATIVE Douglas Sanford, CIC Uhe&& CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have t been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Agent (Signature) Agent (Print) �^ Name of Agent/Broker: _ Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone Number. ( ) Date: r" CONTRACTOR'S NAME: (Print or Type ) P^ ' CONTRACTOR'S ADDRESS: YI + NOTE TO AGENT/BROKER If this time requirement is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806)775-2165. BID 498010 - BERL HUFFMAN WET WELL 8 PUMP STATION INSTALLATION F F11 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 contractor's 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: 71 F r 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." "Call 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 (8) contractually require each person with whom It contracts to provide services on a project, to: t; (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: (i) a certificate of coverage, prior to the other person beginning work on the project; and (C7 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; (F) retain all required certificates of coverage on file for the duration of the project and for one year t, 1 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.❑ F 7 No Text FCONTRACT STATE OF TEXAS COUNTY OF LUBBOCK F" F r E F THIS AGREEMENT, made and entered Into this 26t' day of February,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 Rhode Construction Comnanv of the City of Lubbock, County of Lubbock, and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and In consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain Improvements described as follows: BID 0 98010 - BERL HUFFMAN WET WELL & PUMP STATION INSTALLATION - $11 Q,221.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their, own proper cost and expense to fumish 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. gf:a101 �_A CITY B6 TE=(OV�N By: MAYOR CONTRACTOR: -RHODE CONSTRUCTIONCOMPANY PRINTED NAME: C17 stye a h G lELi Dd P TITLE: I/, c r s � /� COMPLETE ADDRESS: Rhode Construction Company PO Box 53370 Lubbock,Texas 79453 GENERAL CONDITIONS OF THE AGREEMENT r I GENERAL CONDITIONS OF THE AGREEMENT 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. 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 RHODE CONSTRUCTION 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 BURKE TOLLETT, PARK MAINTENANCE SUPERVISOR, 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. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (f required), General Conditions of the Agreement, Special Conditions of the Agreement Of 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'. 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. 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. I 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 shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, fumish 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 fumished In strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility Is in a condition to serve its Intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work In a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work In accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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. RIGHT 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. a R I 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY 1. 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 Owmer'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 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 r 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 r, terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all j modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. a 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 work, shall be sustained and bome by the Contractor at its own cost and expense. 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance' in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform 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 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. 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 fumish 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 bome 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. c 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 worts 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. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, j alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged 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 charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social ' Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of _ the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of — machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra _ work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate 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 Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to — maintain and operate the same shall be included In the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, — and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's 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 Owner's Representative. Notices of any discrepancies or omissions in 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 Owner's 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 shalt, 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. r 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 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. It shall be the contractors responsibility to provide to the owner all 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 $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: • Premises and Operations Explosion $ Collapse Hazard i" Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury H. Owners Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000,000.00 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; -- Bodily Injury/Property Damage, $500,000.00 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. Builders Risk Insurance/Installation Floater Insurance The Contractor shall obtain a Builders Risk policy in the amount of 100% of the total contract price (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 $5,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. -- F. Workers Compensation and Employers Liability Insurance Workers Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - 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 — Contractors/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor' in Section [1406.096, 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 F 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 Contractors 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 govemmental 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 j 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; F (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. — (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. r 1, O 6 A provision that written notice shall be given to the City ten days prior to any change in or r* 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 Contractor's 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: (I) 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 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; (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 Workers 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 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 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 — projec4 regardless of the Identity of their employer or status as an employee." "Cali the Texas Workers' Compensation Commission at 51V440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's 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; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; Oil) 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; .— (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, _ r. Ai (vii) 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 (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)4viii), 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 indemnity 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 fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, 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 r- 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 rr 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 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 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, 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 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 Contractor's total compensation, the sum of $200.00 (TWO HUNDRED DOLLARS) PER 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 averageclimatic 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. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. I 71 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 constriction; 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 Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor 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 expressly agrees that it shall not be entitled to, nor wail it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered In the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. 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 Owner's 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 F 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 maybe 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 . contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, 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 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. — 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 31st 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 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 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 (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 !l r� ih 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 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 I 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. 4 l 1 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 $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, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne 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 carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 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. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (1) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it Is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, If granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (I) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, In all aspects of handling, storage, L disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (Ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. - CURRENT WAGE DETERMINATIONS Resolution No. 5121 March 14, 1996 Item #19 RESOLUTION is WHEREAS, the City Council has heretofore established the general prevailing rate of i: per them wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated by Resolution No. 2502 enacted January 8, 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per them wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per them wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate PO Such wage rates are hereby found and declared to be the general prevailing rate of per them wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 14th I ATTEST: Betty M. Jdfinson, City Secretary APPROVED AS TO CONTENT: Mary AndrWws, Managing Director of Human Resources APPROVED AS TO FORM: i i a old Willard, Assistant City Attorney HW Aa/ccdocs/pubworks.res February 14, 1996 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified Houriy Rate 10.00 11.00 5.50 8.00 11.00 11.00 6.00 11.00 6.00 7.50 10.00 13.00 6.00 8.50 7.50 8.50 8.00 9.00 5.50 8.00 5.50 5.50 9.50 10.50 6.00 8.00 5.50 8.75 5.50 10.00 k p F XTrM1T B Paving and Highway Construction 4 Prevailing Wage Rates ' Craft Hourly Rate Asphalt Heateiman 6.00 Asphalt Shoveler S.so Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 r" Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 rLaborer -General 5.50 Laborer -Utility 6.25 Mechanic Mechanic -Helper 7.25 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 r Roller 6.00 Scraper 6.50 Tractor 6.50 Truck Driver -Light 6.00 Truck Driver -Heavy 6.50 �t ',. 4 • IT C Prevailing Wage Rates Overtime Rate The rate for overtime ('in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT D Prevailing Wage Rates . Weekend and Holiday Rate r• The rate for weekend and holiday is 1 1/2 times base rate. �I f r Li: SPECIFICATIONS f 71 City of Lubbock Berl Huffinan Vertical TVhine Variable Speed Prefabdcated Pwnp St a im Spe6ficafi m Part 1 - General 1.00 General. To provide a single source responsibility for the manufacture, warranty, service and operation of a preengineered, prefabricated, skid mounted, fully automatic variable speed pumping system (systems), wet well, and inlet structure for turf irrigation. The pumping system shall automatically maintain a constant discharge pressure regardless of varying flow demands within the station rating. The wet well shall provide the pump station with the necessary volume needed by the facility, taking into account the hydraulics of the lake, and will provide protection from micro- and macro -debris from the source -water lake (to prevent clogging and maintain a constant volume). The pumping system shall conform to the following specifications and the manufacturer should consider any referenced manufacturer or model number for the sole purpose of establishing a quality or parameter. A source or item that has demonstrated superior quality and capabilities may be provided with prior approval of the Engineer. This specification covers the minimum requirements, however, it should not be construed as all inclusive. It is the successful vendor's responsibility to include all necessary appurtenances to provide for a complete, automatic, smooth operating, and reliable pumping system. The manufacturer shall supply a complete set of general arrangement drawings, electrical power schematics, and control schematics in the operations & service manual. The pump station shall be completely installed and operational eighty (80) days after Notice To Proceed. 1.10 Manufacturer. The pumping system shall be of the type manufactured by Flowtronix PSI Ltd., Dallas, Texas, U.S.A.; SyncroFlo, Inc., Norcross, Georgia, USA, Commercial Pump Service, Swanton, Ohio, USA, or equal, approved by the purchaser 5 working days prior to bid opening. The station shall be of the model number and capacities as shown in the attached technical data sheet. For consideration of a proposed equal system, the contractor shall furnish the following data to the engineer at least 5 working days prior to the date of the bid opening: • A complete specification for the pumping system proposed as an equal. • A statement of full conformance to the following specifications signed by an officer of the manufacturer. • A general arrangement drawing showing overall dimensions and all piping layouts. • Complete submittal data for all major equipment (pumps, motors, filter, variable frequency drive (VFD), programmable controllers (PLC), valves, and motor starters). • An electrical schematic showing power wiring. • Installation list of 200 golf course (or similar) variable frequency drive pumping systems that have been in operation for a minimum of 3 years. The station manufacturer shall have at least 5 years experience building pre-engineered/pre-fabricated pump stations with programmable controllers and variable frequency drives. • Location of closest VFD factory trained service centers. • Manufacturer's electrical control panel U.L. file number. • Manufacturer's complete pump station U.L. file number. • Insurance Clause Requirements: General Liability $1,000,000; Any auto $500,000; Umbrella policy $5,000,000; Statutory Workers Comp. $500,000; Waiver of Subrogation required on all coverages. The City of Lubbock named as additional insured on auto and general liability. Part 2 - Mechanical 2.10 Scope. Pump station shall be a completely skid mounted vertical turbine VFD pump station built by a single manufacturer. All equipment including but not limited to pumps, motors, piping, filters, valves, instrumentation and controls shall be mounted on a common structural steel base to form a complete operating pumping station. A-� Page 2 instrumentation and controls shall be mounted on a common structural steel base to form a complete operating pumping station. 2.15 Station base. The pump station base shall be designed and fabricated to provide proper structural support for all attached equipment. The base shall supply sufficient rigidity to withstand the stresses of reasonable and competent transportation to site, off loading, installation, and operation. Main structural members shall be constructed from heavy weight channel or I-beam steel. Provisions shall be made in the station base for off-loading and handling the station at the site of installation. Base shall include 1/4" checkered deck plate and 1" steel plate mounted under pump discharge heads. All 1/4" deck plate and 1" steel plate shall be 100% seal welded to main structural members. Skip welding is not acceptable. The pump steel skid shall completely cover the wet well with integral access hatches. Wet well access shall be made of 1/4" deck plate. Critical frequency of complete pump station shall be above operating frequencies. 2.20 Discharge Piping. All piping shall be constructed from ASTM A105 schedule 40 pipe or heavier as required to maintain a 3 to 1 .pressure safety factor (including 1/16"corrosion allowance). All piping shall be hydrostatically tested to 150% of maximum shutoff pressure. 2.30 Paint. Structural steel, attached piping, and supports shall be grit -blasted with #50 steel grit per SSPC-10 to a near white metal condition. The cleaned steel surface shall be immediately thereafter be primed with an industrial grade primer to thickness of 2 1/2 to 3 mils epoxy primer. The finish coat shall be acrylic enamel to a _ thickness of no less than 3 mils. The control panel shall be dip cleaned, acid etched and neutralized, iron phosphate coated and painted with a finish _ coat of 1 1/2 to 2 mils of polyurethane. 2.35 Bolts. All bolts used in the assembly of the pumping system shall be zinc plated to retard corrosion. 2.40 Pumps. The main irrigation pump(s) shall be of the vertical turbine type with flow and head defined in the attached technical specifications. The vertical turbine pumps should be manufactured according to the standards of the Hydraulic Institute and to ANSI specification No. B58.1. The bowl assembly, column pipe, line -shaft, head shaft, and discharge head shall be of U.S. manufacture. The pumping systems manufacturer shall have a network of service centers which shall have available spare parts and trained pump technicians to handle service, repair and warranty procedures. The discharge head shall be of the fabricated steel type with a minimum 60,000 PSI tensile strength. The discharge shall have a working pressure of not less than 275 PSI and incorporate a 150 ANSI discharge flange. Complete discharge head shall be hydrostatically tested to a minimum of 413 PSI. A product lubricated high pressure stuffing box containing at least six rings of packing and two lantern rings shall be provided. Packing shall be compressed around shaft by an adjustable two-piece gland. Dual bypass tubing shall be included for proper packing lubrication and cooling. The discharge head stuffing box area shall also include a drain which will be piped back to the wet well. Discharge head shall incorporate an integral air separation chamber, allowing air to be discharged through an air release valve mounted on top of head. Stuffing box bushing shall be AISI. The head shaft shall be of the two piece type, 416 stainless steel and shall be turned and ground. The pump manufacturer shall include a method for adjusting the impeller running clearance at the top of the head shaft. Adequate space shall exist to couple the head shaft and the line shaft above the stuffing box. Coupling shall be extra heavy duty AISI 416 SS. Column pipe should be A53, Grade B schedule 40 material, in inter -changeable sections not more than 10 feet in length. Pump line shaft shall be AISI 416 SS. The size of the shaft shall be no less than determined by ANSI _ specification B58.1, Section 4.2, Table 4. Bearing retainers shall be bronze with rubber bearings. t i Page 3 The pump bowls shall be ASTM A48 Class 30 cast iron free of detrimental defects. All bowls larger than 8" should be of the flanged type construction. All pump bowls shall have porcelain enamel lined water passageways for high �. efficiencies. The impellers shall be C83800 bronze and of the enclosed type design. Seml-open type impellers are not acceptable. Pump shaft shall be AISI 416 SS turned and ground. The shaft shall be supported by bronze bearings above and below each impeller. The suction bell bearing shall be extra long and permanently greased packed and sealed with a delrin sand collar. A galvanized clip on type inlet strainer shall be mounted on the bottom of each pump. Inlet area shall not be less than 4 times the suction bell inlet area. Pump bowl assemblies shall be as manufactured by Ingersoll -Dresser Pump Company, or approved equal. A pressure maintenance pump shall be provided to maintain system pressure during non irrigation periods. The pump shall be of the submersible type with stainless steel housing and stainless steel impeller. Pressure maintenance pump shall be as manufactured by Grundfos, or approved equal. 2.45 Motors. Motor(s) for irrigation pump shall be of the vertical hollow shaft high thrust design. Motor shall have a WP-I enclosure, 1. 15 service factor, and class F insulation. Motors shall be wound for the starting configuration as called out in the technical data sheet. Design pump brake horsepower shall not exceed 98% of motor horsepower exclusive of service factor. Maximum pump run out horsepower shall not be greater than 8% higher than motor rating exclusive of service factor. Motor shall be rated for continuous duty and be designed to carry the maximum thrust load of the pump and will have B 10 bearing life of no less than 5 years. Motors shall be rated for VFD service, proper ambient temperature and proper altitude. Motors shall be as manufactured by U.S. Motors, Brook Hanson, or approved equal. Motor for pressure maintenance pump shall be a stainless steel submersible type with a 1.15 service factor. Motor shall be as manufactured by Grundfos, or approved equal. 2.50 Pump Check Valve. Pump check valves shall be bolted directly to the pump discharge heads and sized per the technical data sheet. They shall be of the silent -operating type that begin to close as forward velocity diminishes and be fully closed at zero velocity preventing flow reversal. Valve bodies shall be cast from grade 35 cast-iron or better and shall be free from blow holes, sand holes, and other impurities. The valve design shall incorporate a center guided, spring loaded poppet, guided at opposite ends and having a short linear stroke that generates a flow area equal to the pipe diameter. Internals shall be machined bronze disc, seat, and stem guide. Seat shall be Buna-N to provide resilient sealing. Dual disc style check valves are not acceptable. Valves shall be f sized to permit full pump capacity to discharge through them without exceeding a pressure drop of 2.5 PSI. Check " valve shall be as manufactured by Valmatic, or approved equal. r' 2.55 Pump Isolation Valves: Discharge. Pump isolation valves shall be of the butterfly type with grooved ends to provide for expansion and vibration dampening and a lever operator. Lug style isolation valves are not acceptable. They shall be sized as shown in the technical data sheet. Valve body shall be constructed of ductile iron with a polyphenylene sulfide coating. Valve disc is rubber coated ductile iron. Valve shall be rated to 300 PSI. Isolation valve shall be as manufactured by Victaulic Company of America, or approved equal. 2.60 Air Release Valve. A properly sized air release valve shall be installed on top of the stuffing box mounting plate of each pump discharge head. Valve shall function to release separated air (generated by the starting of the pumps) to atmosphere. Single air release valve mounted on the pump station discharge manifold is not acceptable. Discharge of air release valve shall be vented back to the wet well. Valve shall have cast iron body and cover with stainless steel internal trim, and a viton orifice button to prevent malfunctions due to corrosion. Air release valve shall be as manufactured by Valmatic, or approved equal. ro Page 4 2.65 Pressure Relief Valve. A pilot operated modulating pressure relief valve shall be included and sized per the technical data sheet. The valve shall be set 7 to 10 PSI above operating pressure and will relieve when inlet pressure exceeds spring setting on pilot. Valve shall be quick opening and slow closing to minimize surging. Discharge of relief valve shall be piped back to wet well. Valve body shall be cast iron with 125 LB inlet and outlet flanges, and shall be rated for 200 PSI. A wye strainer shall be installed in the inlet side of the valve body to provide clean water to the CRL pilot. A wafer style butterfly valve shall be installed on the inlet of the relief valve. Specifications for this isolation valve will be the same as for the station isolation valve found later in the specification. Relief valve shall be as manufactured by CLA-VAL, or approved equal. 2.70 Pressure Gauge. A pressure gauge shall be mounted on the discharge header with an isolation ball valve. All gauges shall be silicon filled to reduce wear due to vibration. Accuracy shall be within 2%. Gauge diameter _ shall be 3 1/2" minimum. Range shall. be at least 30% higher than the highest pressure attainable from the pumps at shutoff head conditions. Stainless steel back & bronze internal. Pressure gauge shall be as manufactured by Ashcroft, or approved equal. 2.75 Station Isolation Valve. Station isolation valve shall be installed on the discharge of the pump station to completely isolate the pumping system from the irrigation system. Valve shall be of the lug style butterfly type. -- Valve shall have one piece body cast from ASTM A 126 cast iron. Stem shall be 416 stainless steel. Disc shall be nickel plated ductile iron. Stem bushings shall be Acetyl to prevent stem seizure to body during prolonged periods of non-use. Seat shall be Buna-N elastomer, one piece construction, and shall also form the flange sealing gaskets. Valves 8" and smaller shall have a lever operator. Valves 10" and larger shall have a gear operator with hand wheel. Valve shall be rated at 200 PSI bubble shutoff. Station isolation valve shall be as manufactured by Watts, or approved equal. Part 3 - Electrical 3.00 Scope. To provide complete instrumentation and controls to automatically start, stop and modulate pump speed(s) to smoothly, efficiently and reliably pump variable flow rates at a constant discharge pressure. Full alarms and safety features needed to protect the equipment and irrigation piping system. 3.10 Control Enclosure. Controls shall be housed in a NEMA 4 enclosure with integral latches. The control enclosure should be constructed of 12 gauge steel and the back plate assembly shall be constructed of 12 gauge steel. The enclosure shall be painted as specified in the paint specification listed under Section 2.0 Mechanical. All "— indicating lights, reset buttons, speed potentiometer, selector switches and the operator interface device shall be mounted on enclosure door and also be rated NEMA 4. All internal components shall be mounted and secured to the removable back plate assembly. A closed type cooling system shall be included to cool the enclosure and reject heat from the VFD. Open type cooling systems allowing outside ambient air to enter the panel are not acceptable. No water line connections shall be permitted inside of the control enclosure. The VFD LCD display shall be viewable through a water tight plexiglass window built into the control panel door. 3.15 Lightning and Surge Arrester. All electrical equipment shall be protected by a U.L. approved Category C and Category B surge arrester to suppress voltage surges on incoming power. The devise under IEEE C62.41 Category C will withstand a impulse of IOKv/1 OKa and Category B to withstand a ringwave of 6Kv/500a and a impulse of 6Kv/3Ka. Pass voltage for a 480v devise to the end equipment shall not exceed 1500V-1800V when subjected to a 8ms * 20ms waveshape resulting in the following performance statistics: 3720 joules minimum with �- a power dissipation of 82,500,000VA at 1800V maximum pass voltage to the protected equipment. Response time shall be less that 5 nanoseconds. 3.20 Main disconnect. A non -fusible main disconnect shall be provided to completely isolate all controls and motor starting equipment from incoming power. Main disconnect shall have a through the door operator, and shall F E Page 5 be sized as shown in the technical data sheet. Disconnect shall be as manufactured by ABB, Allen-Bradley, or approved equal. 3.25 Control Power. Power for the controls shall be provided by a control power transformer which will provide 120 volt, single phase power for the pumping system control operation. Control power transformer shall not be used for any other external load. The control power transformer shall be protected on the primary side by control limiting fuses of adequate size and voltage rating. All control components will be protected by time delay jcircuit breakers of adequate size. The control power transformer shall be as manufactured by Acme, or approved equal. 3.30 Motor Starting Equipment. All motor starters for the pumping station shall be mounted on a single back panel in a single NEMA 4 enclosure as specified in section 3.10. Motor starters shall meet I.E.C. standards and shall be rated for a minimum of 1,250,000 operations. Each main irrigation motor shall have dual contactors which are both electrically and mechanically interlocked to allow the VFD to operate on any of the motors as called out in the technical data sheet. Motor overload relays shall be I.E.C. rated class 10 ambient compensated. Fuses shall supply short circuit protection to each motor and shall be rated for a minimum 200,000 amp interrupting capacity. Motor starters shall be as manufactured by Allen Bradley, or approved equal. 3.35 Variable Frequency Drive. The variable speed drive shall be a digital, pulse width modulation (PWM) variable frequency drive (VFD) with IGBT transistors. The VFD shall have a minimum wire to wire efficiency of 98.5%, and shall be rated up to 550'volt operation in order to eliminate nuisance tripping at marginally high voltage conditions. Front end shall be protected by fast acting semiconductor fuses. Any VFD error messages shall be displayed on a 40 character LCD readout in English or any one of 8 other languages. The following fault protection circuits shall be included: Overcurrent (200%), Overvoltage (130%), Undervoltage (60%), Overtemperature (70 Deg. C), Ground fault, and Motor overload. The VFD shall be capable of starting into a rotating load and accelerate or decelerate to setpoint without safety tripping. The VFD shall have an automatic extended power loss ride through circuit which will utilize the inertia of the pump to keep the drive powered. Minimum power loss ride - through shall be one cycle based on full load and no inertia. The VFD shall be optimized for a 3 kHz carrier frequency to reduce motor noise. The VFD shall employ three current limit circuits to provide "tripless" operation. The following operating information shall be displayed on the VFD LCD: KWH, elapsed time, output frequency (Hz), motor speed (RPM), motor current (amps), and voltage. Line reactor will be installed on input of VFD to protect against voltage transients. The VFD LCD display shall continuously scroll through all operating information and shutdown faults while the drive is running and while stopped. The information shall be viewable through a water tight plexiglass window on the control panel door as specified in Section 3.10. VFD shall be as j manufactured by ABB, or approved equal. 3.40 Pressure Transducer. Pressure transducer shall be utilized for providing all pressure signals for the control logic. Pressure transducer shall be a solid-state bonded strain gauge type with an accuracy of plus/minus 0.20% and constructed of 316L stainless steel. Transducer shall be rated for station discharge pressure as shown on technical data sheet, and shall provide gauge pressure output, rather than an absolute pressure. Pressure transducer constructed of plastic is not acceptable. Pressure transducer shall be as manufactured by Druck, or approved equal. 3.45 now meter. The pump station shall have a flow sensor installed which will provide the pump station flow rate and total flow through the operator interface device (OID) as specified in Section 3.55. There will also be a flow sensor installed on the influent line to the lake which will also be monitored by the pump station. Thus, the pump station will monitor both water entering the lake, and the water used from the lake. The flow sensors shall be a six bladed design which provides a low impedance signal proportional to the flow. The accuracy shall be plus/minus 2% of actual flow rate between flow velocities of 1-30 ft./sec. A flow meter run shall be included with a minimum of 5 pipe diameters straight run upstream and 2 pipe diameters downstream for proper meter accuracy. Meter run shall be sized as shown in technical data sheet. Flow sensor shall be as manufactured by Data Industrial, or approved equal. r Page G 3.50 . Controls. All control logic shall be handled by an industrial grade programmable logic controller (PLC) with a 40 character LED industrial operator interface providing data entry and read-out capabilities. PLC shall provide demand controlled sequential pump start-up, shutdown and safety features through its pressure sensing, _ flow sensing and voltage sensing devices. PLC shall have LED indicators for input, output, and six diagnostic read-outs showing PC Run, CPU Fault, and two communications, (battery and force). An LED visual status light is provided for each l/O to indicate on/off status. PLC shall be provided with a built in EEPROM, capacitor, and battery for memory backup. All logic for system control, timing, and control of VFD speed shall be handled by the PLC. A separate set point controller is not acceptable. PLC shall have a built in clock calendar. The PLC shall be as manufactured by Allen Bradley, or approved equal. Control software shall be parameter driven, fully documented, and allow user to easily change ALL operational parameters. Standard control features and equipment which need to.be included as a minimum are as follows: A. Alarms and shutdowns: Low discharge pressure . High discharge pressure (Attempt(s) restart)* -- Low lake level Phase loss (Attempts restart)* Low voltage (Attempts restart)* _ Phase unbalance (Attempts restart)* Phase reversal Individual motor overload/phase loss (indicates which individual motor was shut down) VFD fault (shutdown VFD pump only and attempts restart)* * Three unsuccessful restarts in 15 minute period will give -hard shutdown. All alarms will be indicated by a red general alarm light. Specific alarm conditions along with procedures for correction will be displayed in English on the operator interface display (OID). Individual motor phase failure and low'voltage safety circuitry shall retire any pump that experiences low voltage, phase failure or phase unbalance as monitored at the load -side of each pump motor contactor. Each pump motor shall have its individual protective device and time delay to allow for transient low voltage during motor starting to allow maximum motor protection. Separate main phase failure and low voltage safety circuit shall also be provided to retire the pumping system if it experiences low voltage, phase failure or phase reversal as monitored at line -side of control enclosure. Phase monitor shall have a time delay to allow for transient low voltage during motor starting and to allow maximum motor protection. Operator interface device (OID), mounted in enclosure door, shall signal phase failure for any affected pump. The individual pumps or pumping system shall not operate until the voltage problem has been corrected and safety has-been manually reset. Single incoming phase monitor safety circuit is not acceptable. B. Panel face switches and lights: Individual pump run lights Individual pump on/off switches System Hand/Off/Automatic switch Mode Select switch -- allows automatic bypass mode of operation which can be used if VFD should fail VFD selector switch -- in manual mode, allows user to select which pump will be run of the VFD Reset -- Acknowledges pump station alarms Speed potentiometer -- in manual mode allows user to adjust VFD pump speed Low discharge pressure override switch -- disables low discharge pressure alarm C. PLC bypass switch mounted inside panel allows user to manually operate pumps should PLC fail. r Page 7 P' D. Four distinct set point pressures (normal, lockouts 1 & 2, and high elevation). The lockout feature gives ` the user the flexibility to lower the set point pressure automatically at days and times, and "locking out" the operation of one or more of main pumps if local power authority imposes penalties for operating these pumps during such times. It also allows user to set a maximum RPM for the VFD pump during these lockout times so that user can limit amperage draw during penalty periods. The high elevation set point can be tied into a computerized irrigation system, or directly linked to high elevation satellites. When high elevation satellites are operating, control software will automatically and gradually elevate the pressure to the new desired set point. When finished, the high set point will be lowered back to normal. The high elevation set point will only be used if called out on the technical data sheet. E. Software will be included to automatically and gradually ramp up irrigation system pressure to the desired. operating pressure (i.e., 1 PSI every 4 seconds) without overshooting design pressure. This feature operates whenever pressure drops below set point pressure. This ramp up time is fully adjustable by the operator. This control feature is based on an increase in pressure over a pre -defined time period. The acceleration control on the VFD is NOT an acceptable means of adjusting pressure ramp up speed. F. Software will be included for optionally maintaining a lower irrigation system pressure when not irrigating. Reduced pressure values will be shown in the technical data sheet. Controls will cycle the PM pump at these reduced pressures during non irrigation times and pressure will gradually increase to design pressure when the irrigation periods begin. G. Neither flow meter nor VFD output frequency shall be used for shutting down last VFD driven pump. Controls and software shall incorporate a method to eliminate excessive cycling of VFD pump at very low flow conditions, yet not run the pump excessively at no flow conditions. H. Automatic alternation of VFD driven pumps. This shall be accomplished by incorporating dual mechanically and electrically interlocked contactors allowing alternation of the VFD between pumps. I. Real time clock calendar allows PLC to internally provide all date and time functions used above. J. Two separately adjustable PID control loops for both low flow and high flow pressure stability. K. User shall be able to field select either of two modes of VFD operation. Auto switch VFD option allows VFD to sequentially start each pump. The standard mode of operation starts the first main pump on the VFD and the remaining pumps start across the line as required. L. Shutoff algorithm for fixed speed pumps to minimize pump cycling while also remaining responsive to sudden flow reductions. Minimum run timers alone for minimizing fixed speed pump cycling is not acceptable. Discharging through relief valve during pump transitions is not acceptable. M. Full manual operation capability with panel face mounted speed potentiometer for manually adjusting VFD speed. N. System can be immediately and directly switched from manual to automatic mode of operation. This allows for manual pressurization and immediate switching capability to automatic. O. Light test sequence: Pressing the reset button for 5 seconds illuminates all lights. P. Rate of pressure change algorithm to rapidly determine if there is an irrigation demand and immediately cycle on the VFD pump, instead of waiting for pressure to drop to a predetermined start pressure. Q. All pump station shutdowns shall be of the controlled type that sequentially phase pumps off at user selectable intervals to reduce water hammer within the irrigation system. i Page 8 R. The pump station software program shall be user friendly enough to enable the set point pressure from being raised or lowered by the end user at the pump station or through the remote monitoring software package if provided. The pump station software latter logic shall be written in such a way that no other value would require changing if the set point pressure had to be adjusted. Pressure maintenance pump and main irrigation pump start pressures, the pressure maintenance pump stop pressure, low discharge shutdown and high discharge shutdown shall not be at a specific value but "a differential pressure off of set point (i.e. pressure maintenance pump (PMP) to start 5 psi below set point and stop 5 psi above setpoint). 3.55 Operator Interface Device (OID). The pump station shall include a NEMA 4, 40 character LED display and keypad mounted on the control panel door. This device will allow the operator to view and selectively modify all registers in the PLC. The unit shall store its messages in non-volatile memory. The operator interface device shall incorporate password protection for protecting data integrity. The device will allow for display and modification of all timers, set points, lockout times, etc. The device shall communicate with the PLC through the programming port, and shall include an RS232 communications port allowing a printer to be attached for real time station status logging. In addition to normal data entry keys, the device shall include a minimum of the following function keys labeled: A. Events. Displays the last 254 sequential pump station events with date and time of occurrence. Events shall include but not be limited to: all alarms, starting of individual pumps, stopping of individual pumps and changing of selector switches. B. Pumplog #1. Operator can scroll through the historical pump station flows and pressures for up to the last 7 days. Sampling time periods can be changed by the operator (from 10 seconds to 60 minutes). Averages are taken over the sample period and the average recorded with date and time stamp. C. Pumplog #2. Station flow and pressure are shown every second for the previous 60 seconds and every '— minute for the previous 30 minutes. If a shutdown occurs, the flow and pressure tables are locked in so that the operator may view how the pump station was performing immediately before the shutdown occurred. D. Status. Will display the current operating status. When the station is running, the display will show the set point pressure, actual pressure, flow, and pump RPM. E. Alarm Inf. Last nine alarms recorded in memory and are displayed with related detailed information on the alarm, time of occurrence, date, pumps operating at time of alarm and how to correct the alarm condition. F. Daily Log/Total. It will display the following: Last time of log reset, individual pump run times, run times since last reset, pump starts, pump starts since last reset, total flow, and total flow since last reset. G. Scroll Key. Used to scroll up and down through data. The OID shall be an information system only and not required for pump station operation. No switches, reset buttons, general alarm light, run lights or speed potentiometers are included within this unit. The pump station will be fully functional in the event the OID unit should fail. 3.60 Codes. The control panel with controls shall be built in accordance N.E.C., and U.L. standards. The pump station including electrical components and enclosure shall be labeled as a complete U.L. listed assembly with manufacturer's U.L. label applied to the pump station. All equipment and wiring shall be mounted within the enclosure and labeled for proper identification. All adjustments and maintenance shall be able to be done from the front of the control enclosure. A complete wiring circuit and legend with all terminals, components, and wiring identification shall be provided. Main disconnect shall be interlocked with door. 3.65 Operation. During non irrigation times, the pressure maintenance pump (PM) will cycle on and off as required to maintain irrigation system pressure. The start and stop pressures shall be a differential off of set point. '— Page 9 The cycling pressures can be user selected and can be set substantially below normal set point pressure, if desired. If the PM pump cannot maintain the desired pressure, then the VFD will start the first pump and will gradually ramp the pressure up to desired irrigation pressure. The start pressure of the VFD pump shall be a differential below the set point. The pump speed will be modulated to hold a constant discharge pressure regardless of flow. As the flow rate increases and the VFD pump can no longer maintain pressure while at maximum speed, the next sequential pump will be started and the VFD driven pump will accordingly reduce its speed and modulate. An algorithm shall be included for accurately reducing the VFD pump speed as the next sequential pump is started so that no pressure t l surges are generated during the transition (even with across the line starting). If the user prefers to switch the VFD from pump to pump for sequential starting, he can select this option with the OID. As the flow continues to increase, pumps will sequentially be started until all pumps are running. As the flow begins to decrease, pumps will be sequentially turned off until only a single VFD driven pump is operating. When a no flow condition occurs, the VFD pump shall be turned off. Part 4 Installation 4.10 General. Pump stationmanufacturer shall be responsible for providing all materials, equipment, and labor necessary to install all items associated with the pump station. 4.15 Unloading and Setting Supervision. Setting of the pump station is the responsibility of the manufacturer, unless specifically called out elsewhere in the specification. Crane to off-load and set the pump station on the concrete slab is to be provided by manufacturer. 4.20 Start Up. When discharge piping, electrical connections, and electrical inspection have been completed, the pump station manufacturer shall be contacted for start up. A minimum one week notice shall be given to manufacturer prior to scheduled start up date. During start up, the complete pumping system shall be given a running test of normal start and stop, and fully loaded operating conditions. During this test, each pump shall demonstrate its ability -to operate without undue vibration, or overheating and shall demonstrate its general fitness for service. All defects shall be corrected and adjustments made at the expense of the pump station manufacturer. Test shall be repeated until satisfactory results are obtained. Start up assistance will be provided but will be limited to two-8 hour days unless otherwise specified. After the station startup has been completed, but before leaving the job site, a training session will be given. The training session will be given to the owner or the owner's representative to familiarize them with the pumping system operation, maintenance and adjustments. Part 5 - Options If there are any discrepancies between this options section and the main specifications, this section takes precedence. 5.1 Reservoir Inlet Screen. A reservoir inlet screen shall be provided at the inlet to the horizontal inlet flume leading to the wet well. All of the screen is to be in the vertical/horizontal plane (meaning at a 45 degree angle, not a 90 degree angle; the inlet screen and inlet pipe should be placed several feet from both the surface and the bottom of the existing lake) with the total inlet screened area called out in the technical data sheets. The screen shall be fabricated from 14 gauge carbon steel plate and angle with 3/8" x 7/8" stainless steel square mesh screen bolted to three vertical sides with stainless bolts. The screen outlet connection shall be compatible with the horizontal inlet flume. The inlet screen shall be installed by pump station manufacturer. The bottom of the inlet screen pipe shall be a minimum of 2.5' from the bottom of the lake. 5.2 Discharge Dog Leg. The pump station manufacturer shall supply and field install the discharge pipe connecting the pump station discharge to the irrigation main line. The discharge pipe shall be painted the same as the main pump station and shall be sized per the technical data sheets. Page 10 5.3 Wet Well. The wet well shall be designed to adequately supply the pumping station with water on any volumetric basis based on the pump station design criteria. The wet well shall be of reinforced concrete and gradated aggregate shall fill the wet well to act as a filtering mechanism for the lake water (an example of a potential wet well aggregate gradation solution can be seen in Figure 1 below). The pump station shall have backwash capabilities to remove entrained particulate matter from the wet well. The intake structure will provide a tight seal with the wet well. The wet well shall be completely covered by the pump station or its metal building. The metal buildings floor shall not qualify as the wet well's top(roof). Wet well will be installed by pump station manufacturer. 5.4 Correspondence. All correspondence between potential manufacturer and engineer will take place through the purchasing agent. 5.5 Metal Building. The pump station manufacturer will also be responsible for construction/placement on site of a metal building (Morgan, Dura-Bilt) type. This building is to be affixed as a permanent structure to protect the pump station. No windows will be allowed in this building. One door will be permitted for entrance into the pump station. Access hatches, exhaust fan(s), and low vents can be field installed. A pump access hatch required, and shall be large enough the service/remove the pumps. The access hatch shall be lockable from the inside of the building only. The metal building shall have a 26 gauge roof and 28 gauge walls. The building shall be hot dipped coated metal: The building shall have a steel door frame. The door to the building shall have a foam core steel door _ (3x6'6") drilled for a deadbolt (The purchaser shall supply the deadbolt and locks). Page i l City of Lubbock Berl Huffman Vertical 1Wbine Variable Speed Prefabricated Pwnp Station Specification Design Criteria: Min. Pressure :125 psi Max. Pressure: 135 psi Min. GPM: 75 gpm Max. GPM : 1100 gprri Ave GPM: 800-1000 gpm Total Design Criteria: Quantity of Pumps:3 Motor and Pump Data: PM Pump Pump#1 & 2 Motor Spec Motor h.p. 3 50 Motor rpm. 3600 1800 Motor service factor 1.15 1.15 Motor efficiency 81% 90% Motor power factor 88% 87% Motor type SUB WP 1 Motor disconnect volts 600 600 Motor starter rating, amps 9 75 Motor fuse amps 8 110 Motor fuse AIC rating 200,000 200,000 Motor O.L. rating, amps 5.3 71 Motor cfm requirements 48 1600 Total cfm requirements 1648 Pump Spec Pump gpm 25 1000 Pump efficiency at design 65% 82% Pump shut off head 458 503 Pump column pipe id 2" 6" Pump shaft od n/a 1.25" Pump discharge size 2" 6" Pump check valve size 2" 6" Pump check rating, psi 200 200 Pump check psi drop at capacity .5 .8 Pump discharge isolation valve size 2" 6" Pump disch. isolation valve rating, psi 200 200 Motor Starting Code G, Class F Insulation, Minimum water coverage as measured from eye of bottom impeller: 24" Service Entrance; 138 amps, 200,000 Fault Amps, 109 KVA, 460 volts, 3 phase, 60 HZ Main Disconnect: 600 Volts, 600 amps ,j t Page 12 Starting Equipment - U.L. Listed as Industrial Control Assembly: Controls U.L. Listed as Industrial Control Assembly. ■.. VFD Controls U.L. Listed as Industrial Control Assembly: Operating Temp: 0 to 40 °C (32 - 104 °F) Humidity: 5-95% Non -condensing Minimum Efficiency (full load, base speed) 98% Input Voltage: 3 phase, 480 Volts AC Input frequency: 50/60 hz Output Voltage: 3 phase, 0 - 480 Volts AC Frequency Rating: 100% continuous drive rating, Intermittent 111% Drive rating for one minute. Phase Failure and low voltage shutoff at 90% of motor name plate voltage on all three legs 83% on one leg for five seconds. Low discharge pressure shutdown at 75 psi after all pumps are running for.60 seconds continuously. High discharge pressure shutdown at 200 psi after all pumps are running for 60 seconds continuously. Low water level safety shutdown if water falls to within two feet of pump suction. Relief Valve Size: 3" Pressure Rating: 175 psi Isolation Valve Size: 6" Pilot Setting: 160 psi Wye Strainer Size: 10" l Pressure Rating: 200 psi Pressure Drop Through Clean Basket: 1.5 psi Flow sensor Brass, Pressure rating: 400 psi System Isolation Valve: 6" Pressure rating: 200 psi Auxiliary power supply capacity: 5 KVA ALS-2500 with 36" SDR 35 Prefabricated Pump Static Re i nforc�i Concrete _> Wet `"We I I Figure 1. Potential Wet Well Aggifll-bgate Gradation Solution aalvanized steel grate sates to remove and Forge i =_ Exhaust Fan Notes: 1. Dimensions Shown are Minimum Recommended Clearances from Pump Station to Inside Wall, Pump House Wall Thickness shall be Added to Obtain Overall Slob Dimensions. 2. Slob Detoilis Provided for .Illustration Only. The Architect or Project Engineer shall be Consulted for Construction Detail. 3. Slob and Pump House must be Built in Accordance with Local Building Codes. 4. Stab shall be a Monolithic Pour with a Minimum 30001b Concrete. 5. Slob and Footing Depth shall be in Accordance with Local Building Codes. 6. Rebor size and Location shall be in Accordance with Local Building Codes. 60 "Wetwell City Of Lubbock N.T.S. an ogre Y� F MMDKO �, Pump access hatch 3"DSR Minimum to any 42„Obstruction Required by National Electric 5' Code 3' 60"OWetwetl ° 22.5x531 Wetwell Hotch 0 6" 2'•1" 2 3' 6„ 2' 3' 3' 12' 20' Suggested Slob Detail NOTE: This is intended 12 only as an example of The Pump House °r pump hatch installation. exhaust' fan should be sized to provide a minimum of 1648 cfm 72" —� ventilation air. Ow vent TYPICAL INTAKE STRUCTURE Hugger bond _= Flume Undetermined 12" Minimum Mc WES _ These drawings are what the City of Lubbock would like to see and the mininum specifications required for this project: These drawings are not inclusive Undetermined Dio Concrete or Smooth 6'-2" N. T. S. —o 2'-1" Minimum to any / 42„Obstruction Required / by Notional Electric Code 72X36X16 ��60' O Recommended Power Entrance 6"Iso. Valve -c-i 1'-4" rc \-6" Flowmeter 6'-1 %" 12' \We22.5X53 twell Hatch / / 1 3' 2' 3' - Station Style:FPX- VWTP - 1000 - 3 135 To produce: 1100 GPM@ 135 Psi Pump Length: 9' 0" Set Horsepowers:(PM) 3 (1) 50 (2) 50 Pump Discharge Sizes: (PM) 2"(1) 6" (2) 6" Pump Isolation Valves: (PM) 2' (1) 6" (2) 6" Pump Check Valve Sizes: (PM) 2 " (1) 6"(2)6" Manifold Size:12." Relief Valve: 3" Station Isolation Valve: 6" Flowmeter : 6" (To 1400 GPM) Filtration: NA Power Conditioner! NA Power Pock: NA Heater: NA Main Disconnect: 200 Amps Power Requirements- 109 KVA, 460 V. 60 HZ. 3 Phase Exhaust Fan Requirements: total to be 1648 CFM Level V-0"Min Clearance from Wetwell8ottom .[OIL "Dus These drawings are *,hot the City of Lubbock would like to see and the minimum specifications required for this project: These drawings ore not inclusive