Loading...
HomeMy WebLinkAboutResolution - 2002-R0540 - Contract For The Effluent Pumping Station - Acosta Drilling Company - 12_12_2002Resolution No. 2002—RO540 December 12, 2002 Item No. 41 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 for the Effluent Pumping Station #2 pump upgrade, by and between the City of Lubbock and Acosta Drilling Company of Lamesa, Texas and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 12th day of December , 2002. MC-DOUGAL, MAYOR ATTEST: Garza, City Secretary APPROVED AS TO CONTENT: Victor Kilm n, Purchasing Manager APPROVED AS TO FORM: D6dald G. Vandiver First Assistant City Attorney gs/ccdocs/Contract-Acosta Drilling Co.res Dec. 2, 2002 i J- 0,9-z Llo H -E C K A4 Ul,ENSED IN TENS V, 1EL4�LBY,V5 -- CITY OF LUBBOCK SPECIFICATIONS FOR EFFLUENT PUMPING STATION #2, PUMP UPGRADE ITB #249-02/BM "A City Of Planned Progress" CITY OF LUBBOCK Lubbock,Texas ti ITB #249-02/RS, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING am 1625 13T" STREET LUBBOCK, TEXAS 79401 PH: (806)775-2167 FAX: (806)775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM #) ITB #249-02/BM Effluent Pumping Station #2 Pump Upgrade MR MAILED TO VENDOR: November 1, 2002 CLOSE DATE: November 7, 2002 @ 1.00 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. Specification Section 01100, Paragraph 1.03.E should be added to read: "The existing Vertical Turbine Pump is to be removed by the contractor. The City of Lubbock will be keeping the pulled vertical turbine pump 2. In the plans on Page 2 of Sheet E1 under the Key Notes: Note #6 should be added to read: "Extend Three (3) ? twisted shielded cables in 3/4" conduit from the motor controller to the existing RTU. Coordinate cable termination and requirements with plant personnel". 3. Specification Section 01100, Paragraph 1.03.17 should be add to read: "In addition to the motor, the new drive will need to have a connection with the existing Butterfly Valve Actuator. So that when the drive is started the Actuator will open. The existing pump and actuator are currently wired for this type of operation and will need to be installed to work in the same manner". All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to: Bruce MacNair, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 bmacnair@mail.ci.lubbock.tx.us THANK YOU, CI OF LUBBOC • Bruce MacNair Buyer 249-02Add1.doc CITY OF LUBBOCK INVITATION TO BID FOR TITLE: EFFLUENT PUMPING STATION #2, PUMP UPGRADE ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 249-02/13M PROJECT NUMBER: 90127.9226.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT r-+ INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS �* 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS F. 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS "? 10. SPECIFICATIONS z, No Text NOTICE TO BIDDERS ITB #249-02/13M k Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 1:00 ,.., o'clock p.m. on the 7th day of November, 2002, 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: "EFFLUENT PUMPING STATION #2, PUMP UPGRADE" 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 ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 1:00 o'clock n.m. on the 7th dav of November 2002, and the City of Lubbock City Council will consider the bids on the 12th day of December, 2002� at the Municipal uil %, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or su erior. 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 fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 31st dU of October, 2002 at 1:00 o'clock P.M., in the Water Reclamation Plant Conference Room, 3606 Guava, Lu boc , Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13'h Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained from City of Lubbock, 1625 13th Street, Lubbock, TX 79457, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's """ expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. 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 and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMAN t PURCHASING MANAGER 19 r" r GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY. TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish EFFLUENT PUMPING STATION #2, PUMP UPGRADE per the attached specifications and contract documents. Sealed bids will be received no later than 1:00 p.m. CST, the 7th day of November, 2002 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower �** left-hand corner: "ITB #249-02/BM, EFFLUENT PUMPING STATION #2, PUMP UPGRADE" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver r* bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 1:00 p.m., October 31st, 2002 in Water Reclamation Plant Conference Room, 3606 Guava, - Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The t City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. e 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock ,,. shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses: 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 1 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder 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 bidder does not notify Purchasing Manager before 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. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 2 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS r- 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 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. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing Manager if any language, requirements, etc., or anv Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13t' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: BMacnair@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within SIXTY (60) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 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 ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID r The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements 3 contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a 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. 17 GUARANTEES 17.1 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). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 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. 19 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. 19 TEXAS STATE SALES TAX .� 19.1 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. 19.2 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. 20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve E_ the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 21 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, ' and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of !" barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 22 EXPLOSIVES 22.1 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. +^ 22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 22.3 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 r*a Contractor of responsibility for any damage resulting from his blasting operations. w 23 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. ^* 24 INSURANCE 24.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do .., business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The 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 5 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 before contract execution. 24.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 25 LABOR AND WORKING HOURS 25.1 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 that 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: 25.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 25.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 25.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 25.3 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. 26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 6 27 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. r 28 PREPARATION FOR 28.1 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. 28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 28.3 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: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 29 BOUND COPY OF CONTRACT DOCUMENTS r 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. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. Q) 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. 30 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 about the bidder's qualifications. The City of Lubbock may make reasonable investigations f t 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: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 31 BID AWARD 31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total. 31.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 31.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 31.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 31.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 31.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. No Text BID SUBMITTAL LUMP SUM BID CONTRACT WWI I DATE: PROJECT NUMBER: #249-02/BM - EFFLUENT PUMPING STATION #2, PUMP UPGRADE Bid of Co5f d 1-" r (hereinafter called Bidder) W" Na . To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) ,.. Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a EFFLUENT PUMPING STATION #2 PUMP UPGRADE having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. 4 MATERIALS: 7we,J� y h-�- - o"zanr O,N d 2e,� C e^ 3 IS . ($ 92, 60 a ems. q SERVICES: fl ens�t�zaso TOTAL BID: f ,'r �-� S,�r i �a� �, tit ht,. av, ct d- e, A 10 `e-($ 3 G a 9 B L. o o ) I (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.) I Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 60 (SIXTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $50 (FIFTY) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with Instruction number 28 of -the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time. for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. 1 ep� 0 Bidders are required, whether or not a payment or performance bond is required, to submit a cashiers check or, certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. - - µ_ lrf 1,1 4 F Fl- Enclosed with this bid is a Cashier's Check or Certified Check for 006 �o-sw1Z Qj Dollars ($) 8 5 0 , oc) or a Bid Bond in the sum of Dollars ($ 11 195o , oo ),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, Insurance certificates, and the required bond (if any) with the Owner within fifteen (IS) 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. h 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. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Sea[ if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date M1WBE Firm: rW� Date:— /-7-0 AGthorized Signature (Printed or Type�amN e) tA er 1, -ty I Cnpany V Address APM es o,- City, County �ieXa S _793 3 f State Zip Code Telephone: A06 = *7a-- SfrSO Fax: S 6 0-72-- &.- I// .2 II LIST OF SUBCONTRACTORS Minority Owned Yes No 1. 6 c. �� t ; L cb 2. ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5: ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ FOR .. .. 3 ." CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been .� reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Contract r (Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: l► c o r �� i' ou (Print or Type) C CONTRACTOR'S FIRM ADDRESS: P J 7 7eA5 7y03 I Name of Agent/Broker: T ,''m le _A c. T la y ,L n,s ►-a.#u < < Address of Agent/Broker: ik 1 P• V - IS dX &O City/State/Zip:I p: aA.� A N 6c, S7.4 9 a3, 1 AgentlBroker Telephone Number: ( t5-) 65 3 673.3 Date: z NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bidiproposal 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 #24M2/BM - EFFLUENT PUMPING STATION #2, PUMP UPGRADE 4 PAYMENT BOND OWA Fm-i� t p; Bond #060993369 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE ^^ (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that Acosta Drilling (hereinafter called the Principal(s), as Principal(s), and r-, Universal Surety of America (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount ofThirty-six thousand eight hundred eighty eight no/100Dollars ($ 36,888.00 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12th day of December , 2002 , t0 Install effluent pumping station #2, pump upgrade 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 1S 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, them, this obligation shall be void; otherwise to remain in full force and effect; PRE3Vi0ib, AbWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas aovefimenf tc66, and all liabilities on this bond shall be determined in accordance with the provisions of said Alticle`tv.) the same eztt as if it were copied at length herein. �* y 'IN WITNES-5Wi4EREOF, the said Principal (s) and Surety(s) have signed and sealed this instrument this 19Qh day of ecerriier 2002 Universal Surety of America Acosta Drilling Surety (Company Name) r By By: G�or S ffrofoseph P. O'Connor (Printed Name) Attorney -In -Fact (Signature) Nr�-►Ar'c.� (Title) t 1. I"'! 1 v The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: (Title) t, Approved as to form: City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. k: [1 i 2 UNIVERSAL SURETY OF AMERICA P.O. Box 1068 • Houston, Texas 77251-1068 GENERAL POWER OF ATTORNEY - CERTIFIED COPY Agency Information GPA# 4202001 060993369 TRIMBLE-BATJER INSURANCE Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint ANNELLE UNDERWOOD SMITH JOSEPH P 0 CONNOR LISA WELCH FRIEND PAUL G ADAM PETER S BATJER RANDALL SAVERANCE - of SAN ANGELO and State of TEXAS its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - in unlimited amounts - and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do within the stated limitations, and such authority _ is to continue in force until 09/13/2006 Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of America at a meeting held on the I1th day of July, 1984. - "Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company." = "RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed ram+ by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal shall be valid and r binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, Robert E. Ayo, and its corporate seal to be hereto affixed this 31st day of December, A.D., 1999. SsEry - 0 UNIVERSAL ETY OF A ICA 7 19 84 b 2� TEXAS any Robert E. yo President State of Texas ss County of Harris On this 31st day of December, in the year of 1999, before me Pamela J. Scullion, a notary public, personally appeared Robert E. Ayo, personally known to me to be the person who executed the within instrument as President, on behalf of the corporation herein named and acknowledged to me that the corporation executed it. n*es _ - .•df1�"��s_ PAMELA J. SCULLION '• += MY COMMISSION EXPIRES -:• July 12, 2003 aAIO� - - Notary Public _-' I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, tre and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in effect. GIVEN under my hand and the seal of said company, at Houston, Texas, this 19th day of D6&embar = 2002 �- Assistant Secretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. Form F6092 For verification of the authority of this power you may telephone (713) 722-4600. mw CERTIFICATE OF INSURANCE NOS`-07-2002_ THU 10:46 AM T►RIMBLE-BATTER INSURARCE FAX NO. 9156570084 P. 01/01 ram, w.A OWN THE POLICIES OF INSURANCE LISTED 9G:7W HAVE $E'EN ISSUED TO THE INSURED NAMED ADOMFOR THE POLICY PERIOD INDI:ATED, NOTWTTHeTANOING . ANY REOUIREMENT, TOM OR CONDIToON OF ANYCIk1TRACT OR (ffKER DOCUMMIT WITH RESPECT TO WMCH THIS CERTIFICATE MAYBE ISSUEM OR MAY PERTAIN. THE INSURANC R APPOADED BY THE POLICIES OESCRIBED HEREIN 13 SMECTTO Ail THP TERMS, E) CLUSICINS AND CDNCIMNS OF SUCH FOLICIEB. AGGREGATE LIMIT& SHOWN MAY HAVESUN REDUCED 8Y PAID CLAIMS L TtPEOFiN3YRANCE POUCYNIAMBER MATE, LIMITS A f I i GENERAL UABILITY I X CauarleivCiALovig ALLIABPire MP1924442E 05/08/02 CLAIMS MAW iiCCL'R I R *-Siam SPECIAL f i j PROVISIONS I fi PER: `3( POLICY P - LOC 03/08/03 I EACH OCCURRENCE ' S 1. O 0 o, 0 o 0 PREMISES(Ee t1001.000 MGDD W {My one I S 5, ()DO PERSONALAADV INJURY i $1, 000, 000 LGWLAGGREGATELIMITAP,PLIE R000CT5-COMPIOPAGG 22.000,000 . A i ! IF—iI f �AUT*M*WXWAWWTV x i ANY AUTO 1 AU1.3977423 j ALL OWNED AUTOS I II SC}EOULSO AUTOS I i NiREDAUT08 I - **SSE SPECIAL I PROVTBT014S 05/08/02 05/02/03 (AMRINEOSINGLE LIMIT 1 3 1, 000, 040 BODILY INJURY I (per Pamm! s ! BODILY1WIJRY � tPe1r8CCldeltli b �NON-CiWNEGAUTOS X PtOPERTYDAMA4E ( sudeM) s GARAGE LIABILITY ANY AUTO ! f I AUTO ONLY • RA ACCIDENT S OTHER THAN FA AzC AUTO ONLY: AGO $ E7(CESSIUMBRELLALIABILITY OCCUR 0 CLAIM$MADE ' i DEDUCTIBLE ]� RETENTION $10., 0 00 MS13565429 I 05/06/02 05/08/03 EACH OCCURRENCE S T, 000 000 AGGREGATE IS1,000,000 i 5 S A I WORKERS COMPENSATION AND I WWRV LABILITY !M► PROPRIETDRPARTNEwI:xECUTNW1112242Z OFFIGER1MEMBEREXCLUDEnT N yc, de�crtbe under SPECIAL PR�VLSIONS tdit --Nn ayml= pRoaiero"s D5/D8/02( Y TORY LkAAITS IER Et PACHACCIDENT S 1000000ANY EL. DISFABE-EAEMPLOYM, 3 V)a0000 G.L. DISEASE • POLICY LIMIT $ 3.0 00 0 0 0 OTHER DESGRIP7M OR OPERATIONS I LOCAVIC"IVEHIM ES IE7(CLUSIONL ADDED BY ENDORSEMENT I SPGCWL PRMWOWS —SPECIAL PROVISIONS -polls iucl blkt 30 day notice of cane/zatl ehg (except noapay, 10), addl inad (except we) 8 waiver of subro is favor of any person or organisation as required by signed, written contract. rr.. r +.wrwrn 1.Aryy.GL4i'�..vn CTTLDTX SHOULD ANY OF THE ABOVE D9WF4M POLICIES 60 CAMCCLLID BEFORE TM am%RAMN GATE YN"20P. THE IBSUINts IHSURiR WILL ON13EAYCRTO (NAIL 3 0 OAYs IA wrraN 13th]i, NOTICE TO THE CERTIFICATE MOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL 1&a5 City Sre IIPOSE No OOLIOATiON OR UABKJTV OF ANY HNIO UPON THE INSUR11A ITS AGENTS CR Street Lubbock TY 79401 RRWS3ENTATIVFS. ALIT SENTATNE r ACORD 25 (200IMS) W ACORD CORPORAMN 15a 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; Oak (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage a showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; F (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; a (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: rom PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN Pik ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT t THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 2 F REQUIRED WORKERS' COMPENSATION COVERAGE r, "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." ti "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: (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 (ii) 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 thereafter; G notify the governmental entity in writing b certified mail or personal delivery, within (ten) 10 days ( ) fY 9 tY � 9 Y P rY� 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 A H , with the certificate of coverage to be provided to the person for whom the paragraphs ()-( ) 9 P P Y are providing services. ❑ i 0 3 F- U H Z O U 1W CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12th day of December. 2002 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and ACOSTA DRILLING COMPANY of the CITY OF LAMESA, COUNTY OF DAWSON and the STATE OF TEXAS hereinafter termed CONTRACTOR. W ITNESSETH: 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 #249-02/BM - EFFLUENT PUMPING STATION #2, PUMP UPGRADE - $36,888.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the 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. ATTEST: CITY OF L BOCK, OWNER) ,son Q " � -, —,- By: City cretary MAYOR i 1 APfRqV A TO CO ENT: CONTRACTOR: Owner's Representative ,w ACOSTA D ILLING APPROVED AS TO FORM: By. Attorney PRINTED NAME:TI�j�{u'' TITLE: o r rye �- ATTEST: COMPLETE ADDRESS: Corporate Secretary Acosta Drilling PO Box 1221 r Lamesa, TX 79331 n GENERAL CONDITIONS OF THE AGREEMENT F. llr GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit ACOSTA DRILLING 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 CHES CARTHEL CHIEF CIVIL ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. .•+* 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES "" Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless 1 otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished 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. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure 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) ii calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's 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 borne 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 1 It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 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 borne by the Contractor at its own cost and expense. -_ 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, 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. "'�" 3 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 that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such _ tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 e, 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 w ' 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, a t: 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 t ai_ methods: Method (A) - Method (B) - Method (C) - By agreed unit prices; or By agreed lump sum; or 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, t 3' 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 k 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 a 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." 5 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 before the commencement of 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 before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' 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, W.. 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. N 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. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, 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 CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Additional Insured and Waiver of Subrogation required) 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 Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of �0 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 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 Contractor's/person's work on the project has been completed and accepted by the governmental _ entity. Persons providing services on the project ("subcontractor" in Section E1406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and _ payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and ... for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas 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; (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 eln (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 9 w. G. 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. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the 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; 10 (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 Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be 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 project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 592(440-3789 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 All 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; ^! (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' +, compensation coverage for the duration of the project, that _.. , . the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the !* Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage -- showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. -- 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the 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. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 12 .tea 32. LAWS AND ORDINANCES Wpm, 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. a 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 $50 FIFT 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 average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. r� 35. TIME AND ORDER OF COMPLETION „ It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this 13 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 will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, 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 the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, 14 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 i 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 rA 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 r-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. 0" 15 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final _ completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the 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) 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. 16 s-� 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 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 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, 17 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 that 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 The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is 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 Contractor is 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 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. 18 54. CLEANING UP ram* 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 r+ 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 (i) 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, 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. MR 19 rl,o, CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.6262, ITEM NO.39, APRIL 8, 1999 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.50 Air Conditioner Installer -Helper 6.25 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 n Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 8.00 Drywall Hanger 11.00 Electrician 13.75 Electrician -Helper 7.00 Equipment Operator -Heavy 9.50 Equipment Operator -Light 8.50 - Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 11.50 Insulator -Helper 7.00 Iron Worker 11.00 �.., Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 A. "�"' 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate ` Asphalt Heaterman 9.00 Asphalt Shoveler 6.00 Concrete Finisher 8.00 Concrete Finisher -Helper 7.00 Electrician 12.00 Flagger 6.00 Form Setter 7.00 Form Setter -Helper 6.25 Laborer -General 6.00 �... Laborer -Utility 6.75 Mechanic 8.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 7.75 Bulldozer 8.00 Concrete Paving Machine 7.75 Front End Loader 7.25 Heavy Equipment Operator 8.00 Light Equipment Operator 7.25 Motor Grader Operator 9.50 Roller 6.75 Scraper 7.25 Tractor 7.25 Truck Driver -Light 6.50 Truck Driver -Heavy 7.00 p r '"" 2 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. 0. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the fair Labor Standards Act. o+ 3 4,a SPECIFICATIONS Poo 1-1 i f SOUTHWEST WATER RELAMATION PLANT LUBBOCK, TEXAS EFFLUENT PUMPING STATION #2 PUMP NP-4001 UPGRADE TECHNICAL SPECIFICATIONS SEPTEMBER 2002 TABLE OF CONTENTS PUMP AND MOTOR DIVISION CITY OF LUBBOCK, TEXAS SOUTHEAST PLANT NEW PUMP NP-4001 r- 00010 Table of Contents 01100 Summary of Work 01330 Administrative Requirements 01740 Contract Closeout 15135 Vertical Turbine Pumps 16220 Electrical Motors r'el f //& F ./ o�fy ,. SWERP EP#2 TOC-2 10/11/2002 TABLE OF CONTENTS ELECTRICAL DIVISION CITY OF LUBBOCK, TEXAS SOUTHEAST PLANT NEW PUMP 16000 Basic Electrical Methods k. 16111 Conduit 16123 Wire and Cable 16130 Boxes 16170 Grounding and Bonding 16190 Supporting Devices 16195 Electrical Identification R; r� SAW K I ; , .. t TROY D. SWINNEY �.. 80058 t! SG�STER�O���� ONAL - SWRP EP#2 Rehabilitation TOC - 1 10/02 t ,.9 SECTION 01100 SUMMARY OF WORK PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and Division 1 - General Requirements. 1.02 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Work sequence. 1.03 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this contract consists of installation and construction of one (1) 700 Gallon Per Minute (GPM) pump and one (1) 75-Horsepower motor for the Lubbock Water Reclamation Plant. The pump and motor will be installed at .•, Effluent Pumping Station #2 (EPS#2). The existing pumping station will be in service while the new pump and motor installed. B. EPS#2 shall have installed: 1 new pump with motor according to the plans and specifications. The motor will be designed to be connected to an existing Constant Frequency Drive. C. Perform work under a single fixed price contract. D. Contract time for the work to be performed will be 60 calendar days from the date of Notice to Proceed. The Liquidated damages will be $50.00 per day. 1.04 CONTRACTOR USE OF SITE A. The Contractor shall be required to follow all safety and security procedures prescribed by the City of Lubbock Public Works Division. E <, w**+ EPS#2 NP-4001 UPGRADE 01100 - 1 9/24/2002 B. Access to the site will be limited to: 1. Owner Personnel 2. Contractor 3. Other contractors currently executing work- at existing Lubbock Water Reclamation Plant C. The Contractor shall coordinate the construction schedule with the Owner to avoid conflict with the Owner's operations. D. Time restrictions for performing work: Monday to Friday 7a.m. to 5 p.m. Request in writing 3 days in advance for work to be performed outside of this time. 1.05 WORK SEQUENCE A. Construct work to accommodate Owner's occupancy requirements during the construction period, coordinate construction schedule and operations with the Owner. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION EPS#2 NP-4001 UPGRADE 01100 - 2 9/24/2002 e■. PART 1 GENERAL SECTION 01300 ADMINISTRATIVE REQUIREMENTS 1.01 COORDINATION AND PROJECT CONDITIONS w A. Coordinate scheduling, submittals, and Work of the Project to ensure efficient and orderly sequence of interdependent contract elements. B. Verify utility requirements and characteristics of operating equipment are compatible with site utilities. C. Coordinate completion and cleanup of Work of separate sections in preparation O, for Substantial Completion. D. After Owner occupancy of premises, coordinate access to site for correction of �., defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. E. The Public Works Department shall be notified 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. e F. Each bidder shall submit a Construction Schedule with their bid indicating the sequence of all construction activities to be performed. The scheduled completion date for this project shall be 60 calendar days from Notice to Proceed. G. Upon award of the contract, the Delivery and Construction Schedule will become part of the Contract Documents. H. The Contractor shall be issued a Notice to Proceed following the award of the '"" Contract, and completion of pre -construction meeting. 1.02 PRE -CONSTRUCTION MEETING " - A. Owner's Representative will schedule a meeting after award of contract. B. Attendance Required: Owner's Representative and Contractor. - EPS#2 NP-4001 UPGRADE 01300-1 9/24/2002 C. Agenda: 1. Designation of personnel representing the parties in Contact. 2. Scheduling. 3. Notice to Proceed. 4. Emergency telephone contacts for Owner and Contractor. 5. Procedures, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract close-out procedures. 6. Submission of: a. List of products. 1. Pump Details _4 2. Motor Details b. Schedule of values. c. Progress Schedule. 1.03 SUBMITTAL PROCEDURES A. Shop Drawings, Design Calculations and Submittals. 1. Before executing any of the work, the Contractor must submit calculations and drawings. 2. A complete set of calculations shall be submitted showing compliance with all design criteria. 3. Drawings submitted shall include all details showing dimensions, sizes, thickness, materials, and finishes. B. Approved Construction Plans: 1. The Contractor shall do construction in accordance with the approved construction plans provided for this project. The design shall comply with all specifications, and standards. C. Submittals for Review. 1. The Contractor shall submit the manufacturer's product data for all materials used in construction of this project. 2. The Contractor shall review all required components for use in this application to ascertain that all items will function as necessary and as designed. EPS#2 NP-4001 UPGRADE 01300-2 9/24/2002 a. Transmit each submittal to Project Engineer: Chester "Ches" Carthel, P.E. Chief Engineer Public Works Engineering City of Lubbock P.O. Box 2000 1625 - 13"' Street Lubbock, TX 79457 3. Transmit a minimum of three (3) copies (number of copies which the Contractor requires, plus two (2) copies which will be retained by Owner's Representative) of each submittal unless otherwise specified in the individual sections. 4. Apply Contractor/Manufacturer's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. 5. Schedule submittals to expedite the Project, and deliver to Owner's Representative at business address. Coordinate submission of related items. 6. For each submittal for review, allow ten (10) days excluding delivery time to and from the Owner's Representative. 7. Identify variations from Central Documents and Product or system limitations, which may be detrimental to successful performance of the completed Work. 8. When revised for resubmisson, identify all changes made since previous submission. 9. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. 10. Submittals not requested will not be recognized or processed. 11. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the Contractor. 12. Indicate conditions requiring special attention and special environmental """ criteria required for application. EPS#2 NP-4001 UPGRADE 01300-3 9/24/2002 1.04 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 — Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 5 days after dater established in Notice to Proceed. C. Revise schedule to list approved Change Orders, with each Application For Payment. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION EPS#2 NP-4001 UPGRADE 01300-4 1 9/24/2002 SECTION 01740 CONTRACT CLOSEOUT PART 1 GENERAL rya 1.01 SECTION INCLUDES A. Close-out Procedures. B . Final Cleaning. C. Project Record Documents. D. Warranties and Bonds. 1.02 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work and materials have been inspected, and that Work is complete in accordance with Contract Documents and ready for Owner's Representative review. µ B. Provide submittals to Owner's Representative that are required by governing or - other authorities. '""` C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, sum remaining due, and Contractors Affidavit of Bills Paid. 1.03 FINAL CLEANING A. Execute final cleaning prior to final project inspection. w B. Remove waste, surplus materials, rubbish, and construction facilities to designated containers to be disposed of appropriately. 1.04 PROJECT RECORD DOCUMENTS POR A: Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Specifications. a. Pump Specifications b. Motor Specifications 2. Change Orders and other modifications to the Contract. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. sit EPS#2 NP4001 UPGRADE 01740 - 1 9/24/2002 1.05 `WARRANTIES AND BONDS A. Provide duplicate notarized copies. B. Execute and assemble transferable warranty documents from manufacturer C. Submit prior to final Application for Payment. D. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION EPS#2 NP-4001 UPGRADE 01740 - 2 9/24/2002 a ; SECTION 15135 VERTICAL TURBINE PUMP PART l GENERAL 1.01 SECTION INCLUDES A. References B. Vertical Turbine Can Pump 1.02 REFERENCES r A. American Iron and Steel Institute (AISI) — Steel Products Manual B. American Nation Standard Institute (ANSI) C. American Society for Testing and Materials (ASTM) 1 D. Hydraulic Institute Standards for Vertical Turbine Pumps E. Incase of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, drawings and specifications, or within either document itself, the more stringent condition shall govern. 1.03 PROJECT RECORD DOCUMENTS P,, A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Specifications. a. Pump Specifications b. Motor Specifications 2. Change Orders and other modifications to the Contract. B. Product Technical Data: Include the following, as a minimum: 1. Acknowledgment that products submitted meet requirements of standards referenced and specifications. 2. Manufacturer's installation, operation, and maintenance instructions 3. Pump accessories data 4. Pump bearing supports, brackets, shafting details and lubrication provisions. "* C. Certifications: include the following, as a minimum: 1. Certified pump performance curves D. Test Results: 1. Submit certified copies of factory test reports at least 10 days before installing equipment. 2. Reports shall include: a. Test log p** EPS#2 NP-4001 UPGRADE 15135 - 1 9/24/2002 b. Description of test piping, equipment, and setup c. Test procedure E. Certified Performance Curves 1. Curves plotted against capacity: a. Head b. Bhp c. Efficiency d. Actual Speed e. Net positive suction head available 2. Plot curve to be easily read at scales consistent with performance requirements F. When pumps are fabricated, notify Owners Representative with serial number and Owner will select pump to have a certified performance test. G. Manufacturer's Instructions: Include instruction for storage, handling, protection, examination, preparation, and installation PART 2 PRODUCTS 2.01 General A. Furnish one (1) Product Lubricated lineshaft Vertical In -line Turbine J11MC, 4 stage Can Pump manufactured by National Pump or equivalent approved by the owners representative. Install the pump at the location and elevation indicated on the drawings. B. Design and fabricate pumps in accordance with all applicable Hydraulic Institute Standards for Vertical Turbine Pumps and the AWWA specifications. C. Pump will be driven at 1770rpm via a 75 horsepower, WP1, NRR, 480 VAC, — VHS, US Electrical Motor connected to a Constant Frequency Drive. D. The pump shall comply with all local and state sanitary and safety regulations. 2.02 Conditions of Service A. The pump will pump treated effluent water from the existing effluent pumping stations. B. The design condition shall meet the conditions of 700gpm @ 254 feet TDH with a minimum bowl efficiency of 85 percent. C. The overall length: Bottom of discharge head to bottom of bowl shall be: 1. NP-4001 = 270 inches (to be verified by contractor) D. Maximum allowable speed shall be 1770rpm. EPS#2 NP-4001 UPGRADE 15135 -2 9/24/2002 rya 2.03 Pump Construction A. Discharge Head 1. Shall be Fabricated Steel accurately machined with a rabbet fit for mounting the driver and supporting the pump column as-sembly and with above ground discharge flanged machined and drilled to ANSI standards for 1504 rating. 2. The discharge for the pump shall be 6 inches nominal inside diameter. The design shall allow for the headshaft to couple above the stuffing box. 3. The standard stuffing box shall be cast iron or fabricated steel and rated for 150 psi discharge pressure and shall contain a minimum of five acrylic graphite packing rings and shall have a grease chamber. .-� 4. The packing glands shall be bronze secured in place with stainless steel studs and adjusting nuts. 5. The stuffing box bearing shall be SAE660 bronze. A rubber slinger shall be installed on the top shaft above the packing gland. 6. The top shaft shall be constructed of 316SS and shall extend through the stuffing box. 7. The head shaft shall be C-1045 Carbon steel. Impeller adjustment shall be provided at the top of the headshaft by means of an adjusting nut which shall be locked in place. ,-W B. Column Pipe: 1. Shall be constructed with ASTM A53 grade B Steel Pipe, sized such that t ` the friction loss will not exceed 5 feet per 100 feet based on the rated capacity of the pump. Shall be furnished in interchangeable sections not more then ten feet in length and shall be flanged connections. �^ C. Lineshafts: L Shall be constructed of 316SS and shall be furnished in interchangeable section not more then ten feet in length. 2. To ensure accurate alignment of the shafts, they shall be straight within k - - 0.005 inches total indicator reading for a 10 foot section. 3. Shall be provided with 316SS sleeves at the location of couplings and shall be held in place by epoxy coated steel bearing retainers with Zincless Bronze bearings at each threaded joint. D. Bowl Assembly's: 1. Shall be constructed of Cast Iron and shall be free of blow holes, sand holes, k . or other detrimental faults and shall be accurately machined and fitted to close tolerances. 2. Shall be provided with Bronze bearings. The intermediate bowls shall be F fitted with replaceable wear rings of Bronze. E. Impellers: "^ 1. Shall be of Bronze and shall be enclosed type, accurately machined, balanced, and fitted for optimum performance. 2. Shall be securely fastened to the shaft with a taper split collet of 316SS. i. EPS#2 NP-4001 UPGRADE 15135 — 3 9/24/2002 F. Suction Case: 1. Shall be fitted with replaceable wear rings of Bronze, grease packed Bronze bearing and protected by a Bronze Sand Collar. G. Bowl Shaft shall be constructed of 316 Stainless Steel H. The pump shall come equipped with a Stainless Steel Strainer Basket. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment as shown on Drawings and in accordance with manufacturer's direction. B. Construct subbases level in both directions. Particular care shall be taken at hold down bolt locations so these areas are flat and Ievel. C. Align vertically and horizontally level, wedge and plumb units to match piping interfaces. D. Assure no unnecessary stresses are transmitted to equipment flanges. E. Permit piping connection to equipment to freely move in direction parallel to longitudinal center line when and while bolts are in connection flange are tightened. F. Grout Equipment into place prior to final bolting of piping but not before initial fitting and alignment. G. Provide pressure gauge on discharge of each pump. ~ l . Gauge will consist of a pressure transmitter and a valve. The Transmitter will generate a 4 to 20mA signal as an input to the existing SCAD A system. END OF SECTION EPS#2 NP-4001 UPGRADE 15135 - 4 9/24/2002 f SECTION 16000 BASIC ELECTRICAL METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 REQUIREMENTS OF REGULATORY AGENCIES AND STANDARDS A. Regulatory Agencies: Installation, materials, equipment and workmanship shall conform to the applicable provisions of the following: B. National Electrical Code (NEC) C. National Electrical Safety Code (NESC) OWN D. Terms and conditions of the electrical utility and other authorities having lawful jurisdiction pertaining to the work required. E. Electrical contractor shall coordinate all control wiring and electrical connections to equipment items furnished by other contractors under other sections of these specifications. All power and control wiring shall be provided under Division 16 unless otherwise noted. F. The work covered by Division 16 of the Specifications includes the furnishing of all materials, labor, transportation, tools, permits, and fees for the complete installation of all electrical work required in the Contract Drawings. G. In the event that additional or special construction is required, the Contractor is responsible for providing all material and equipment which are usually furnished with such construction in order to complete the installation, whether indicated or not. H. The contractor shall familiarize himself with the existing conditions of the site and advise the Engineer of any discrepancy or conflict prior to bidding. I. The contractor shall be responsible for all permits, fees, and licenses required for the project. All cost of such permits or fees shall be included in the bid. J. All equipment and material shall be installed in accordance with the applicable manufacturer's recommendations and standards. K. Contractor shall be responsible for coordinating with the utility service provider to verify all locations, routing, equipment and labor that will be furnished as a part of this contract. 1.3 SUBMITTALS �•, A. The intent of this section is to give general submittal information, refer to specific submittal information in the subsequent sections. B. All submittals shall comply with the requirements of other sections as specified herein. k PART 2 - PRODUCTS 2.1 EQUIPMENT REQUIREMENTS i' A. The electrical requirements for equipment specified or indicated on the drawings are based on information available at the time of design. If equipment furnished for installation has electrical ""* SWRP EP#2 Rehabilitation 16000 - 1 10/02 requirements other than indicated on the electrical drawings; the Contractor shall make any required changes to wire and conduit size, controls, overcurrent protection and installation as required to accommodate the equipment supplied, without additional charge to the Owner. The complete responsibility and costs for such adjustments shall be assigned to the respective section of this specification under which the equipment is furnished. 2.2 MATERIALS A. All similar materials and equipment shall be the product of the same manufacturer unless specified otherwise. B. Materials and equipment shall be the standard products of manufacturers regularly engaged in the production of such material and shall be the manufacturer's current and standard design. C. Altitude: Equipment affected by altitude shall perform satisfactorily for the function intended at the altitude of the project site. D. Detectable Warning Tape: Acid and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities. minimum 6" wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30" deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. E. Backfill Material 1. Material 4" below and 12" above pipes and conduit shall be natural or manufactured sand complying to ASTM C 33. 2. Material more than 12" above pipes and conduits shall be sand indicated above or native fill free of rock or gravel larger than 3/8" in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. PART 3 - EXECUTION 3.1 GENERAL A. Fabrication, erection and installation of the complete electrical system shall be done in accordance with accepted good practice by qualified personnel experienced in such work and shall proceed in an orderly manner so as not to impede the progress of the project. The Electrical Contractor shall check all areas and surfaces where electrical equipment material is to be installed, removed or relocated and report any unsatisfactory conditions before starting work. Commencement of work signifies this Contractor's acceptance of existing conditions. In the acceptance or rejection of the finished installation, no allowance will be made for lack of skill on the part of workmen. Surfaces requiring coatings will be completed prior to installation of any electrical work on these surfaces. B. The electrical drawings are diagrammatic. The installation requirements shall be carefully coordinated with structural and mechanical conditions and shall be adjusted to avoid conflict. C. All work shall be concealed in walls, ceilings, and chases unless specifically noted to be exposed or otherwise approved. SWRP EP#2 Rehabilitation 16000 - 2 10/02 I D. The locations of electrical equipment is approximate and are not intended to convey the exact details and mounting of location of outlets, equipment and other items. Exact locations are to be field.determined by actual measurements. E. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. F. Excavation for Conduit 1. Excavate trenches to indicated gradients, lines, depths, and elevations. 2. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12" higher than top of conduit, unless otherwise indicated. 3. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. a. For pipes and conduit less than 6" in nominal diameter and flat-bottomed, multiple -duct conduit units, hand excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. b. For pipes and conduit 6" or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. C. Excavate trenches 4" deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 4. Place backfill and fill materials in layers not more than 8" in loose depth for material compacted by heavy compaction equipment, and not more than 4" in loose depth for material compacted by hand -operated tampers. 5. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: a. Under structures, building slabs, steps, and pavements, scarify and recompact top 12" of existing subgrade and each layer of backfill or fill material at 95 percent. b. Under walkways, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 92 percent. C. Under lawn or unpaved areas, scarify and recompact top 6" below subgrade and compact each layer of backfill or fill material at 85 percent. 6. Install detectable warning tape above conduits and pipe, 12" below finished grade, except 6" below subgrade under pavements and slabs. 7. Protection a. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. b. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. I Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1 Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. SWRP EP#2 Rehabilitation 16000-3 10/02 Disposal of Surplus and Waste Materials a. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property unless otherwise directed by Owner. b. Repair: Any damage to shrubs, grass or structures shall be repaired to previous condition by Contractor at no additional expense to Owner. 3.2 PERFORMANCE TESTS A. Thoroughly test all control circuits, services and all circuits for proper operating condition and freedom from grounds and short circuits before acceptance is requested. All equipment, appliances and devices shall be operated under load conditions. B. After the interior wiring system installation is complete conduct operating tests for approval. When requested, test all the wire, cable, devices and equipment after installation, to assure that all material continues to possess all the original characteristics as required by governing codes and standards listed in these specifications. C. After motor operation has been verified make voltage readings at all panelboards and starters. Based on these readings, make final adjustments of primary taps on all transformers in the building as directed, or coordinate with the utility proper building voltage. D. Perform such other tests as required by other sections of these specifications or as requested to prove acceptability. E. Furnish all instruments and labor for testing. F. All material installed shall be listed, inspected, and approved by a nationally accepted testing laboratory such as UL and/or ETL. All material shall bear the UL or ETL label where available. 3.3 PUMP/MOTOR CONTROL A. The existing Supervisory Control and Data Acquisition (SCADA) system shall be used for the control on the new motor. B. This contract shall include the connection of the new �ria�fitTdriveJto the existing plant SCADA system. Provide for all cabling, conduit and necessary adjustment and check-out of all system functions to include digital run/stop drive circuit, 4-20mA output speed indication, digital run indication, digital fault indication, RS-485 bus, 4-20mA input speed control signal to drive, control of motor operated valves and conduit/cabling for the temperature switch (alarm) at the new motor. 3.4 SUBMITTAL AND APPROVAL OF MATERIALS A. All requirements for submittals shall comply with the applicable provisions included in the individual specification sections. B. Unless identified as a sole source item, the listing of product manufacturers, catalog numbers, etc., on the drawings is intended to establish a standard of quality of the product. It is the responsibility of the contractor to review all items he intends to submit. If equipment other than that indicated on drawings is proposed by the contractor, the information will be reviewed at the time of the submission of the submittal. END OF SECTION SWRP EP#2 Rehabilitation 16000 - 4 10/02 e-s SECTION 16111 CONDUIT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Metal conduit. B. Flexible metal conduit. C. Liquid -tight flexible metal conduit. D. Fittings and conduit bodies. 1.2 RELATED SECTIONS A. Section 16130 - Boxes. B. Section 16170 - Grounding and Bonding. C. Section 16190 - Supporting Devices. D. Section 16195 - Electrical Identification. 1.3 REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. r• B. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. C. ANSI/NFPA 70 - National Electrical Code. D. NECA "Standard of Installation." 1.4 DESIGN REQUIREMENTS A. Conduit Size: Minimum in accordance with ANSI/NFPA 70 or as indicated on the drawings, whichever is larger. 1.5 SUBMITTALS A. Product Data: Provide for metallic conduit, flexible metal conduit, liquid -tight flexible metal conduit, fittings and conduit bodies. 1.6 PROJECT RECORD DOCUMENTS € A. Submit under provisions of Section 01700. B. Accurately record actual routing of conduits. 1.7 REGULATORY REQUIREMENTS ^� A. Conform to requirements of ANSI/NFPA 70. w B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. SWRP EP#2 Rehabilitation 16111 - 1 10/02 1.8 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. 1.9 PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Verify routing and termination locations of conduit prior to rough -in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. �~ PART 2-PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Minimum Size: 3/4 inch unless otherwise specified. B. Wet and Damp Locations above grade: Use PVC -coated rigid steel or liquid tight flexible conduit. C. Inside Pump Stations: Use rigid steel or liquid -tight flexible conduit. D. Below Grade: Use only PVC coated rigid galvanized steel. 2.2 METAL CONDUIT —� A. Manufacturers: 1. Allied 2. Wheatland B. Rigid Steel Conduit: ANSI C80.1. C. Fittings and Conduit Bodies: ANSI/NEMA FB 1; all steel fittings. 2.3 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Ultatite 2. Electri-flex B. Description: Interlocked steel construction with PVC jacket. C. Fittings: ANSI/NEMA FB 1. D. Applications: Use for final connections to motorized equipment in exterior locations. 2.4 PVC COATED METAL CONDUIT A. Manufacturers: 1. Levy 2. Robroy Industries B. Description: NEMA RN-1, rigid steel conduit with external PVC coating, 20 mil thick. C. General: Protective layer may be factory applied or galvanized rigid steel conduit below grade may be applied with two layers of corrosion resistant tape. SWRP EP#2 Rehabilitation 16111 - 2 10/02 F D. Fittings and Conduit Bodies ANSUNEMA FB 1; steel fittings with external PVC coatings to match conduit. PART 3 - EXECUTION 3.1 INSTALLATION ,,.. A. Install conduit in accordance with NECA "Standard of InstalIation." F. B. Arrange supports to prevent misalignment during wiring installation. C. Support conduit using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. D. Group related conduits; support using conduit rack. Construct rack using steel channel. E. Fasten conduit supports to building structure and surfaces under provisions of Section 16190. F. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary i supports G. Arrange conduit to maintain headroom and present neat appearance. H. Route exposed conduit parallel and perpendicular to walls. I. Route conduit perpendicular to walls. J. Maintain adequate clearance between conduit and piping. K. Maintain 12 inch clearance between conduit and surfaces with temperatures exceeding e 104 degrees F. L. Cut conduit square using saw or pipecutter; de -burr cut ends. M. Bring conduit to shoulder of fittings; fasten securely. N. Use conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. O. Install no more than equivalent of three 90-degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal F conduit larger than 2 inch size. P. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Q. Provide suitable fittings to accommodate expansion and deflection where conduit crosses, control and expansion joints. R. Provide suitable pull string in each empty conduit except sleeves and nipples. S. Use suitable caps to protect installed conduit against entrance of dirt and moisture. T. Ground and bond conduit under provisions of Section 16170. U. Identify conduit under provisions of Section 16195. V. Ducts shall be cleaned with an flexible mandrel assembly. W. All conduits passing vertically through slabs on grade shall be PVC -coated rigid steel. X. Minimum cover for underground conduits shall be 30 inches. Y. Maintain minimum 7 inch separation between power and control conduits. Z. Provide separate conduits for digital (discrete) and analog control circuits. AA. PVC conduit to be threaded per Robray specifications (no showing of coating). END OF SECTION SWRP EP#2 Rehabilitation 16111 - 3 10/02 SECTION 16220 ELECTRICAL MOTORS PART 1 GENERAL 1.01 SECTION INCLUDES A. References B. Electrical Motors 1.02 REFERENCES A. ANSI/IEEE C2 — National Electrical Code B. American Nation Standard Institute (ANSI) C. American Society for Testing and Materials (ASTM) D. ETL Testing Laboratories, Inc. (ETL) E. Nations Electrical Code (NEC) F. Underwriters Laboratories, Inc. (UL) G Incase of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, drawings and specifications, or within either document itself, the more stringent condition shall govern. 1.03 PROJECT RECORD DOCUMENTS A Product Technical Data: Include the following, as a minimum: 1. Acknowledgment that products submitted meet requirements of standards referenced and specifications. 2. Manufacturer's installation, operation, and maintenance instructions B. Ensure that submittals for motors clearly indicate the equipment is UL or ETL listed or is constructed utilizing U1 or UL recognized components. Where a Ul - standard has not been established, clearly identify that no Ul standard exists for that equipment. PART 2 PRODUCTS 2.01 General A. Furnish one (1) Electrical Motor to be installed with the specified pump. EPS#2 NP-4001 UPGRADE 16220 - 1 9/24/2002 B. Motor shall be designed: 1. Nema Standard Design B 2. Vertical Hollow Shaft high thrust w 3. WP-1 Enclosure 4. Rated at 75 Horsepower 5. Squirrel cage induction full voltage type starting 6. Powered by electrical service rated at 480 volts, 60 hertz, 3 phase 7. Each motor shall be capable of driving the pump under all head conditions with out exceeding the rated capacity of the motor. 8. Motors shall have class F insulation and 1. 15 service factor ` 9. Motors shall be Constant Frequency Drive compatible and equipped with normally closed thermostats. 10. Motors shall have a minimum efficiency of 93.5% per IEE 112-E Test Standard, Method B PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment as shown on Drawings and in accordance with manufacturer's s. direction. } ?"'" EPS#2 NP-4001 UPGRADE 16220 - 2 9/24/2002 ,-- SECTION 16123 WIRE AND CABLE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Wire and cable. B. Wiring connectors and connections. 1.2 RELATED SECTIONS A. Section 16195 - Electrical Identification. 1.3 REFERENCES A. NECA Standard of Installation (National Electrical Contractors Association). B. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). C. NFPA 70 - National Electrical Code. 1.4 SUBMITTALS FOR REVIEW A. Refer to other sections for additional requirements. B. Product Data: Provide for each cable assembly type. 1.5 SUBMITTALS AT PROJECT CLOSEOUT A. Refer to other sections. B. . Project Record Documents: Record actual locations of components and circuits. 1.6 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 1.7 REGULATORY REQUIREMENTS A. Conform to NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.8 PROJECT CONDITIONS A. Verify that field measurements are as indicated. B. Conductor sizes are based on copper. C. Wire and cable routing indicated is approximate unless dimensioned. SWRP EP#2 Rehabilitation 16123 - 1 . 10/02 '" 1.9 COORDINATION A. Where wire and cable destination is indicated and routing is not shown, determine exact routing and lengths required. PART 2 - PRODUCTS 2.1 WIRE A. Manufacturers: 1. Southwire. 2. American Cable. 3. Houston Wire and Cable. 4. Substitutions: Refer to other sections. B. Description: Single conductor insulated wire. C. Conductor: Copper. D. Insulation Voltage Rating: 600 volts. *° E. Insulation: NFPA 70, Type XHHW-2. 2.2 CABLE A. Description: All cable extensions for use to connect to the existing SCADA system shall match the existing cable and shall be compatible. B. Minimum analog circuit cable requirements shall be 250 VAC, copper twisted shielded cable with an overall shield. Provide a minimum of one spare pair for each 4 pairs required. C. Minimum digital cable shall be 250VAC, copper with shield and overall shield. Provide a minimum of one spare pair of cables for each 4 pairs required. D. Medium voltage cable shall be rated for 5KV, copper, stranded with EPR insulation (MV-90). 2.3 WIRING CONNECTORS A. Split Bolt Connectors: 1. Ilsco. 2. Buchanan. 6 3. Burndy. B. Solderless Pressure Connectors: 1. Ilsco. k 2. Buchanan. 3. Burndy. C. Spring Wire Connectors: 1. Ideal. _ D. Compression Connectors: 1. Ilsco. 2. Buchanan. 3. Burndy. SWRP EP#2 Rehabilitation 16123 - 2 10/02 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that mechanical work likely to damage wire and cable has been completed. C. Verify that raceway installation is complete and supported. D. Refer to specification Section 16000 for additional cabling requirements associated with the Supervisory Control and Data Acquisition (SCADA) system. 3.2 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.3 WIRING METHODS A. All Locations: Use only wire, Type XHHW-2 insulation, in raceway. B. Use wiring methods indicated. 3.4 INSTALLATION A. Route wire and cable as required to meet Project Conditions. B. Install cable in accordance with the NECA "Standard of Installation." C. Use solid conductor for feeders and branch circuits 12 AWG and smaller. D. Use stranded conductors for control circuits. E. Use conductor not smaller than 12 AWG for power and lighting circuits. F. Use conductor not smaller than 16 AWG for control circuits. G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. H. Install all conductors in conduit. I. Pull all conductors into raceway at same time. J. Use suitable wire pulling lubricant for building wire 4 AWG and larger. K. Protect exposed cable from damage. L. All cables shall be neatly supported. M. Use suitable cable fittings and connectors. N. Neatly train and lace wiring inside boxes, equipment, and panelboards. O. Clean conductor surfaces before installing lugs and connectors. P. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. Q. Use split bolt connectors for copper conductor splices and taps, 6 AWG and larger. Tape uninsulated conductors and connector with electrical tape to 150 percent of insulation rating of conductor. R. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. S. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. T. Identify and color code wire and cable under provisions of Section 16195. Identify each conductor with its circuit number or other designation indicated. U. The number of conductors in each conduit run shall be limited to the requirements as indicated on the drawings and stated in Article 310-15 of the National Electrical Code. SWRP EP#2 Rehabilitation 16123 - 3 10/02 t 3.5 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION SMW EP#2 Rehabilitation 16123 - 4 10/02 SECTION 16130 BOXES PART 1-GENERAL 1.1 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.2 REFERENCES A. NECA - Standard of Installation. B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. C. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). D. NFPA 70 - National Electrical Code. 1.3 SL713MITTALS FOR CLOSEOUT A. Record actual locations and mounting heights of pull and junction boxes on project record documents. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Provide Products listed and classified by Underwriters Laboratories, Inc., as suitable for the — purpose specified and indicated. r-: PART 2-PRODUCTS 2.1 OUTLET BOXES A. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. 2.2 PULL AND JUNCTION BOXES A. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: B. Material: Stainless steel. C. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify locations of boxes in all areas prior to rough -in. SWRP EP#2 Rehabilitation 16130 - 1 10/02 3.2 INSTALLATION A. Install boxes in accordance with NECA "Standard of Installation." B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections and compliance with regulatory requirements. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. Adjust box location up to 10 feet if required to accommodate intended purpose. D. Maintain headroom and present neat mechanical appearance. E. Do not fasten boxes to ceiling support wires. 1 F. Support boxes independently of conduit. G. Use cast outlet box in exterior locations exposed to the weather and wet locations. „ H. Pull Boxes: Use surface -mounted cast metal box in wet locations. I. Provide separate boxes for power, circuits, digital (discrete) circuits and analog circuits. 3.3 ADJUSTING �a A. Section 01700 - Contract Closeout: Adjusting installed work B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused box openings. 3.4 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. 3.5 REPAIR A. Repair any areas or surfaces damaged during conduit installation. B. Paint (resurface) to original condition. SWRP EP#2 Rehabilitation 16130 2 10/02 SECTION 16170 GROUNDING AND BONDING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.2 REFERENCES A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). B. NFPA 70 - National Electrical Code. 1.3 GROUNDING SYSTEM DESCRIPTION A. Metal underground water pipe. B. Metal frame of the building. C. Rod electrode. 1.4 PERFORMANCE REQUIREMENTS A. Grounding System Maximum Resistance: 10 ohms. — 1.5 SUBMITTALS FOR REVIEW A. Product Data: Provide for grounding electrodes and connections. 1.6 SUBMITTALS FOR CLOSEOUT A. Project Record Documents: Record actual locations of components and grounding electrodes. B. Certificate of Compliance: Indicate approval of installation by authority having jurisdiction. 1.7 REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories, Inc. as suitable for the purpose specified and indicated. SWRP EP#2 Rehabilitation 16170 - 1 10/02 PART 2 - PRODUCTS 2.1 MECHANICAL CONNECTORS A. As an option to exothermic connections below grade, Bumdy Hyground, 12 ton compression I type system. 2.2 WIRE A. Material: Stranded copper. B. Size: Minimum as indicated on the drawings. 2.3 ROD ELECTRODES A. Material: Copper clad. ` B. Diameter: 3/4 inch. C. Length: 10 feet. 2.4 EXOTHERMIC CONNECTIONS A. Manufacturers: Cadweld at all locations other than at panels, except as noted above. PART 3 - EXECUTION r 3.1 EXAMINATION A. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Provide bonding to meet Regulatory Requirements. B. Bond together metal siding not attached to grounded structure; bond to ground. C. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. D. Install rod electrodes. Install additional rod electrodes as required to achieve a resistance of 10 ohms or less. Minimum rod spacing shall be 10 feet. E. Provide for a common grounding electrode system that is interconnected as indicated. 3.3 FIELD QUALITY CONTROL l r A. Inspect and test in accordance with NETA ATS, except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION """ SWRP EP#2 Rehabilitation 16170 - 2 10/02 SECTION 16190 SUPPORTING DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.3 REFERENCES A. NECA - National Electrical Contractors Association. B. ANSI/NFPA 70 - National Electrical Code. 1.4 REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2-PRODUCTS 2.1 PRODUCT REQUIREMENTS A. Materials and Finishes: Provide adequate corrosion resistance to H25 and CL2. B. Provide materials, sizes, and types of anchors, fasteners and supports to carry the loads of equipment and conduit. Consider weight of wire in conduit when selecting products. C. Anchors and Fasteners: 1. Concrete Structural Elements: Use expansion anchors, powder actuated anchors and preset inserts. 2. Steel Structural Elements: Use beam clamps, spring steel clips and steel ramset fasteners. . 3. Concrete Surfaces: Use self -drilling anchors and expansion anchors. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Provide anchors, fasteners, and supports in accordance with NECA "Standard of Installation". C. Do not fasten supports to pipes, ducts, mechanical equipment, and conduit. D. Obtain permission from Engineer before drilling or cutting structural members. SVRP EP#2 Rehabilitation 16190 - 1 10/02 rya E. Fabricate supports from structural steel as indicated on drawings. Rigidly weld members or use hexagon head bolts to present neat appearance with adequate strength and rigidity. Use lock washers under all nuts. F. Install surface -mounted cabinets and panelboards with minimum of four anchors. G. Install conduit supports a maximum spacing specified in the NEC. w. END OF SECTION ... .. h +. SWRP EP#2 Rehabilitation 16190 - 2 10/02 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work in this section. 1.2 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. 1.3 REFERENCES A. ANSI/NFPA 70 - National Electrical Code. PART 2-PRODUCTS 2.1 NAMEPLATES AND LABELS — A. Nameplates and Labels: Engraved three -layer laminated plastic, white letters on black - background. _ B. Locations: 1. Each electrical distribution and control equipment enclosure. 2. Field disconnects, start stop stations, control panels. C. Letter Size: 1. Use 1/4 inch letters for identifying individual equipment and loads. 2. Use 1/4 inch letters for identifying grouped equipment and loads. 3. Use 3/8 inch letters for identifying Main Disconnect equipment. 2.2 WIRE/CONDUIT/BOX MARKERS A. Description: Brady B-321 Heat -Shrink Polyolefin markers. Typed label to identify each termination end point of the conductor. DC conductors shall identify polarity. B. Locations: Each conductor at wireway, pull boxes and junction boxes, and each load connection. All conduit penetrations identifying the location of each end. C. Legend: 1. Power Circuits: Branch circuit or feeder number indicated on drawings. D. Boxes: 1. Label each junction box in accessible locations to indicate the type of system (i.e.; security; power circuit - 1,3,5; etc.) SWRP EP#2 Rehabilitation 16195 - 1 10/02 PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws or rivets. C. Identify underground conduits using underground warning tape. Install one tape per trench at 0 „ 12 inches below finished grade. Identify all conduit at exposed locations into all boxes, cabinets, etc. (see specification Section 16000) D. Identify all conductors at every termination indicating endpoints of termination and tag identification as required. E. Color coding for phase identification: 120/240 volts Phase 277/480 VAC Black A Red B Blue C White Neutral Green Ground Conductor phase and voltage identification shall be made by color -coded insulation for all conductors smaller than No. 6 AWG. For conductors No. 6 AWG and larger, identification shall be made by color -coded insulation, or conductors with black insulation may be furnished and identified by colored electrical tape. Conductor identification shall be provided within each enclosure where a tap, splice, or termination is made. END OF SECTION t.: ;.x SWRP EP#2 Rehabilitation 16195 - 2 10/02 BLUEPRINT IN FILE SEE RESOLUTION # toat - 2 03-310 9 jv 6,j5Ajv?4c- 0o TGs 4-- b t l4yrolOw--#)