HomeMy WebLinkAboutResolution - 2002-R0082 - Contract For Aluminum Roof - Temcor Of Gardena, CA - 02_28_2002Resolution No. 2002-R0082
February 28, 2002
Item No. 37
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 column
supported aluminum roof, by and between the City of Lubbock and Temcor of
Gardena, California, 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 28th day of February , 2002.
W N Y SITT N, MAYOR
ATTEST:
zl'-" n.-
Rebecca Garza, City Secre
APPROVED AS TO CONTENT:
Victor Kilnian, Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs/ccdocs/Contract-Temcor. res
Feb. 18, 2002
40XZ
CITY OF LUBBOCK
SPECIFICATIONS FOR
COLUMN SUPPORTED ALUMINUM ROOF
ITB #018-02/BM
lh
00,4 L' N Ra�uaed
CITY OF LUBBOCK
Lubbock, Texas
ITB #018-02/13M, Addendum #1
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
162513TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.cl.lubbock.bc.us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM # I
ITB # 018-02/BM
Column Supported Aluminum Roof
February 1, 2002
February 7, 2002 @ 3:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. Section 01600, Part 1 - General, 1.01 Basic Product Requirements, G. Design:
A. Paragraph 3 should read: "The Aluminum cover surface panels shall be designed as a watertight system
under all design load and temperature conditions."
B. Paragraph 4 should read: "All Aluminum cover surface panels shall be firmly secured to the support frame
to prevent slipping or disengagement under all load and temperature conditions."
C. Paragraph 7 should read: "Dissimilar materials that are not compatible shall be physically separated or
insulated from each other by means of gaskets or insulating compounds."
All requests for additional informa6on,or clarification must be submifted m Writing;and directed to
Questions may be faxed to:
or Email to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 775-2164
bmacnair@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
ruse MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
ITB #018-02113M Addendum 1
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: COLUMN SUPPORTED ALUMINUM ROOF
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 018-02/6M
PROJECT NUMBER: 223.9567.9241
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
r
1.
INDEX
NOTICE TO BIDDERS
FY='
2.
GENERAL INSTRUCTIONS TO BIDDERS
=
3.
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4.
PAYMENT BOND
5.
PERFORMANCE BOND
6.
CERTIFICATE OF INSURANCE
7.
CONTRACT
(
S.
GENERAL CONDITIONS OF THE AGREEMENT
!
9.
CURRENT WAGE DETERMINATIONS
10.
SPECIFICATIONS
4.a
y Re.
No Text
NOTICE TO BIDDERS
ITB #018-02/13M
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 3M
o'clock p.m. on the 7th d of February. , or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and mated s and perform all work for the construction of the following described project with a budget
amount of $520.000.00:
"COLUMN SUPPORTED ALUMINUM ROOF"
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.
f Bids are due at 3:00 o'clock p.m. on the 7th day of February, 2002, and the City of Lubbock City Council will
consider the bids on the 28th day of February. 2002, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code,
in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to fumish 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 Bit E of B or superior.
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.
l` It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
i 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 29th day of January. 2002 at 1:00 o'clock p.m., in the Planning Conference Room 107, Lubbock,
{ Texas.
Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13th Street, Lubbock,
Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained from City of Lubbock, 1625
13'" Street, Lubbock, TX 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's
15
r 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.
k 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 Human Relations Office at (806) 775-
2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMAN
PURCHASING MANAGER
No Text
2
3
BID DELIVERY. TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish COLUMN SUPPORTED
ALUMINUM ROOF per the attached specifications and contract documents. Sealed bids will be received
no later than = p.m. CST, the M day of February, 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
comer: "ITB #018-02113M, COLUMN SUPPORTED ALUMINUM ROOF" 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
162513th 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 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.
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.. January 29th. 2002 in Planning Conference Room 107. 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
City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do
not attend the pre -bid meeting.
ADDENDA & MODIFICATIONS
3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda.
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.
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.
5.1 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 CONFIDENTIAL/PROPRIETARY is -not in conformance with the Texas Open
Records Act.
dlllllu�ku :.
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.
8.1 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
8.2 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, recipients decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
Ap�%Orklk ftlufli0Z47091IT, 14►kK
9.1 Ail work covered by the contract shall be done in accordance with contract documents described in the
General Conditions.
9.2 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.
10 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.
11.1 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 any
combinations thereof, inadvertentlY restricts or limits the requirements stated in this ITB to a single source.
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.
# 100 &MCA 1 L=C1k=1F AW tiAT1Ok wftA11► ALL
+r D17'lrCr� , ��1 1[7*f ON .J�it�'M YO314 TM lATM M
IhIUllr•T N VAMW Ww t mo ir. yig% rp" ire #i cl.iwwjt uys +oar To rw
00 CLOSE DATE Ate? ADOMUQ 1'0-
BRUCE MACNAIR, SENIOR BUYER
City of Lubbock
162513°i Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: bmacnair@mail.ci.lubbock.tx.us
12.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED
TWENTY (120 ) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed
issued by the City of Lubbock to the successful bidder.
12.2 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.
13 PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
-
con --- —-- -
a ocumen .
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
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.
ff-�CIVI_T:A_P►1fA �
16.1 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).
16.2 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.
16.3 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.
16.4 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.
17 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.
- ; • M ► Fol Al 1■ 1 0-
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 an�r_-_
— -- - — end alf parrs offfie woTi w�e�ier ��ontractor 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:
4
E
19
20
21
22
23
(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 swom statement of the current financial condition of the bidder.
(c) Equipment schedule.
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.
PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
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 maybe
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.
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
Contractor of responsibility for any damage resulting from his blasting operations.
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
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 The insurance certificates furnished shall name the City as an additional insured, or In the
alternative, shall be accompanied by a statement from the Contractor to the effect that no work on
this particular project shall be subcontracted. It shall be the contractor's responsibility to provide
to the owner all proof of coverage Insurance documents including workers compensation
coverage for each subcontractor.
MENEW :•: 0►9 61 ► ,•
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:
26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary
service to its citizens.
26.1.2 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.
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 ce�r ified; sworn, legible copyof 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
6
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.
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.
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid on forms furnished by the City. Ali 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
} Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
j (a) Notice to Bidders.
( (b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(a) Contract Agreement.
(f) General Conditions.
E� (g) Special Conditions (if any).
(h) Specifications.
�i--------Tn§urance Urtif'icafes.
(j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
7
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
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 cant' 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.
31.1 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 bid.
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
DATE: February 6, 2002
PROJECT NUMBER: #018-02/13M - COLUMN SUPPORTED ALUMINUM ROOF
I Bid of TEMCOR (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
r
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a COLUMN SUPPORTED ALUMINUM ROOF
j having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract
documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of
the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and
supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time
set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required
under the contract documents.
MATERIALS: Three Hundred Forty Seven Thousand Dollars ($ 347,000.00 )
SERVICES: One Hundred Sixty Five Thousand Dollars (� 165,000.00 )
TOTAL BID: Five Hundred Twelve Thousand Dollars ($ 512,000.00 )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
1 "Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED TWENTY) consecutive
calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to
pay to Owner as liquidated damages the sum of $500 (FIVE HUNDRED) for each consecutive calendar day in excess of
4 the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the
contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
i after the scheduled closing time for receiving bids.
J The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
- "- plans, -specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for N/A
Dollars ($ N/A ) or a Bid Bond in the sum of 5% of amount bid Dollars
($5% of amount)piehich 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 (15) days after the date of
receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
r� 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.
(Seal if Bi
ATTEST:
Seefetafy Angela ]�Jna, Assistant Secretary
4 Bidder acknowled9s receipt of the following addenda:
Addenda No. 1 Date 2/l/02
Addenda No. Date
Addenda No. Date
Addenda No. Date
MIIWBE Firm:
Date: February 1, 2002
r
Au orized Signature
G. Clark Margolf Ex tive VP
(Printed or Typed Name)
Temcor
Company
150 W. Walnut St_,
Address
Suite 15n
Gardena
Los Angeles
City,
County
CA
90248
State
Zip Code
Telephone: 310 - 523-2
Fax: 310 _ 523-2380
l
i
LIST OF SUBCONTRACTORS
1
Minority Owned
Yes No
1.
NONE
2
NONE
(
NONE
1
3.
NONE
4.
NONE
5.
6.
NONE
l
7
NONE
j
$.
NONE
NONE
9.
10.
NONE
af
t
1
1
3
Bond No. -_I91A_________________------
Fidelity and Deposit Company
POST OFFICE BOX 1227
KNOW ALL MEN BY THESE PRESENTS:
That we, r
OF MARYLAND
BID BOND
BAL77MORE, MD 21203
as Principal, (hereinafter called the "Principal"),
and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, P.O. Box 1227, Baltimore, Maryland 21203, a corporation
duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and
firmly bound untoe City of Lubbock, Tewar-
as Obligee, (hereinafter called the "Obligee"),
in the sum oft ixgQ_F_ercent of Total Amount of Rid---------- Dollars ($ --- s% Af- Ate_- ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid forITS_#.Q]>$ 02�BM. Column Support-,ed_Aluminum
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding
or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed
the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,
` otherwise to remain in full force and effect.
Signed and sealed this is t day of February A.1,x4gx2002
j Temo= Princ(SEAL)
i
tpal
W1 ness By
• C. E. i 1 , Chairman of Tide
the Board
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Lena Melkonian waness B.A..Matsm, Attorney —in -Falk
C325(—X , 7-0 2MM
Caahm b Awak= bodsm at Arddum Docomm A-710,
�, Im aBiim
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTMOFM MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint B. A. Matson, of Los Angeles, California, its true and lawful agent and
Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings and the execution of such bonds or undertakings in purjackn
nce presents, as binding upon said Company, as fully and
amply, to all intents and purposes, as if they bad been duly executed and d by the elected officers of the Company at its office in
Baltimore, Md., in their own proper persons. This power ofattorney revo d on be . A. Matson, dated January 14, 1998.
The said Assistant Secretary does hereby certify that the extract set the revers ereof is a true copy of Article VI, Section 2, of the
BY -Laws ofsaid Company, and is now in force.`/ °
IN WITNESS WHEREOF, the said Vice -President and Assistan have subscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MAR 5th day of , A.D. 1998.
ATTEST: FIDELITY AND IT CO OF MARYLAND
cv� o
SFPiI. mot. By: Q�Gri" ,• —
• T. E Smith ° rsiant Se W. A Walbrecher Vice -President
StateofMXyland ss: O
County ofB& t =
0
On this Sth day of February, A.D. 1998, before the s , a Notary Public of the State of Maryland, duly commissioned and qualified, came
W. B. WALBRECHER, Vice -President and T. E. S istant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me
personally known to be the individuals and offr bed in and who executed the preceding instrument, and they each acknowledged the
execution of the same, and being by me duly swoqt., ly and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the precedinctnnnent is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
0 #�
�co� Car l J. Fader Notary Public
My iss Expires: August 1, 2000
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the for going is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Via -President who executed the said Power of Attorney was one of the additional Via -Presidents specialty authorized by the Board of Directors
to appoint any Auorney-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990.
RESOLVED: '"that the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Via -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
affixed.'
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
day Of Fs�}►r»ar3r 9009
Assistant Secretary
L1428-012-2748
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 2 / 1 / 2002 before me, Kristine Mendez, Notary Public
personally appeared B.A. Matson
® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their
iaunemmnnrnNroounrmnuanxurnnrnnrwnmxnrn+nnumnrwinxmuuunxnnNn� authorized capacity(ies), and that by his/her/their
KRISTINE MENDEZ signature(s) on the instrument the person(s), or the
N ;. ,,�,; COMM. # 13p7473 entityupon behalf of which the person(s) acted,
Cr ;; " '� o NOTARY PUBLIC . CALIFORNIA N P P ( )
LOS ANGELES COUNTY executed the instrument.
'1
4y Comm. Expires tune 4. 2005
....
W ITN�SS my hand and
Notary Public Seal
i SIGNATURE OF NOTAFnj-
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of tljis form.
DESCRIPTION OF ATTACHED DOCUMENT:
TITLE OR TYPE OF DOCUMENT:
DOCUMENT DATE:
CAPACITY(IES) CLAIMED BY SIGNER(S)
I Signer's Name:
Signer's Name
❑INDIVIDUAL ❑INDIVIDUAL
❑CORPORATE OFFICER ❑CORPORATE OFFICER
Title(s) Title(s)
❑ PARTNER(S)❑ LIMITED ❑ GENERAL ❑ PARTNER(S)❑ LIMITED ❑ GENERAL
® ATTORNEY -IN -FACT ❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S) ❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR ❑ GUARDIAN/CONSERVATOR
❑ OTHER: ❑ OTHER:
Signer is representing:
NAME OF PERSON(S) OR ENTrrY(IES)
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.
Contrac or (Signature)
C. E. Miller, Chairman of the Board
Contractor (Print)
CONTRACTOR'S FIRM NAME: Temcor
(Print or Type )
CONTRACTOR'S FIRM ADDRESS: 150 W. Walnut Street, Suite 150
Gardena, CA 90248
Name of Agent/Broker: Marsh Risk Services
Address of Agent/Broker: 777 So. Figueroa Street
City/State/Zip: Los Angeles, CA 90017
Agent/Broker Telephone Number: ( 213 ) 346-5243
Date: 2/5/02
NOTE TO CONTRACTOR
If the time requirement specified above is not met, the City has the right to reject this bid/proposal and
award the contract to another contractor. if you have any questions concerning these requirements,
please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165.
BID #018-02/BM - COLUMN SUPPORTED ALUMINUM ROOF
4
0
Bond #08599435
Premium: Incl . in Perf . Bond
Executed in Quintuplicate
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
ME PRE r
KNOW ALL N Y B THESE PRESENTS, that T�nco (hereinafter called the Principal(s), as
Principal(s), and
Fidelity and Deposit Company of Maryland
l
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
I
Obligee), In the amount of Five hundred twelve thousand -- Dollars ($ 512.000---) lawful money of the
United States for the payment whereof, the said Principal and Suety 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 28 day of
February , 20 02 , to perform bid #018-02/BM - Colum Sur rted A),=1= EMf
i
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
I
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shalt be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
Article to the same extent as if n were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this
7th day of March 20 02 ,
_Fidelity and Deposit Crn zy of Maryland Te rnoor
Surety (Company Name)
MUO) BSA. Matson.,
Attorney -in -Fact
Bye-
(Printed Name)
C.A. TOUrville, President
(Signature)
(Tute)
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.
Fidelity,Al2d DWs, C mpany
Surety of Maryland
Approved as to form:
City of Lubbock
cry Attorney
t BY: f �
Mt1e) B.A. Matson
Attorney -in -Fact
' 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.
* Howard. Cowan Bond Agency, Inc.
P.O. Box 54020
Lubbock, TX 79453
806 722-2663
fax-2662
2
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND; a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section
2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint B. A. Matson, of Los Angeles, California, its true and lawful agent and
Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and its act and deed: any and all bonds and
undertakings and the execution of such bonds or undertakings in pursuance oresents, sh binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been duly executed and ackno by the re ected officers of the Company at its office in
Baltimore, Md., in their own proper persons. This power of attorney revokes te
ed on beha A. Matson, dated January 14, 1998.
The said Assistant Secretary does hereby certify that the extract set fo� a reverse o eof is a true copy of Article VI, Section 2, of the
By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant have hOOF
bscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND h day of FA.D. 1998.
0
ATTEST: FIDELITY AND k"S T COMI� MARYLAND
By: (�GZCQe�e�tG�
T. E. Smith o istant Secre W. B. Walhrecher Vice -President
State of Maryland ss:
County of Baltimore
On this 5th day of February, A.D. 1998, before the su rib*, a Notary Public of the State of Maryland, duly commissioned and qualified, came
W. B. WALBRECHER, Vice -President and T. E. SMIT . tant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me
personally known to be the individuals and officer bed in and who executed the preceding instrument, and they each acknowledged the
execution of the same, and being by me duly swornlly and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding ilt6trument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written,
v 1r� V
9 /
,f PUN" s �yey/J
men`. Car I J. Fader Notary Public
My C missi Expires: August 1, 2000
CERTIFICATE
I. the undersigned. Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors
to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by .authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice -President. Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
7th day of March 2002 .
Assistant Secretary
1-1428-012 2748
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant
Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the sea] of the Company
thereto."
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On March 7, 2002 before me, Kristine Mendez, Notary Public
personally appeared B.A. Matson
® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their
uuumnunumtuuulxunlmlu,txuuun,,,,,,,,,1n1M1,11,11,11111nlluullluuunuutxwnm+ authorized capacity(ies), and that by his/her/their
KRISTINE MENDEZ = signature(s) on the instrument the person(s), or the
COMM. # 1307473 entity upon behalf of which the person(s) acted,
M NOTARY PUBLIC CALIFORNIA cn executed the instrument.
> s,, LOS ANGELES COUNTY
My Comm. Expires June 4, 2005
11111111!III III Illf i 111111111111111111x111{tlllttltllil1 III lilt I IIII1111111110 M 11I11111xx1ik3NIt111111111111i11
Notary Public Seal
S my hand and WiciAseal.
VV SIGNATURE OF bf0
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of
DESCRIPTION OF ATTACHED DOCUMENT: I
I TITLE OR TYPE OF DOCUMENT:
DOCUMENT DATE:
CAPACITY(IES) CLAIMED BY SIGNER(S)
Signer's Name:
❑INDIVIDUAL
❑CORPORATE OFFICER
Title(s)
❑ PARTNER(S)❑ LIMITED ❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
Signer Is representing:
-
.-NAME OF PERS0N(6f 0WENTITY(IES)
Signer's Name
❑INDIVIDUAL
❑CORPORATE OFFICER
Title(s)
❑ PARTNER(S)❑ LIMITED ❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
Signer Is representing:
-NWE of PEP-1OWS1011-04TI Y{IESj
.. ... :.... :: � ,I::.sa.:.4... :..
Bond #08599435
1 Premium: $5,584
Executed in Quintup]icate
STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $100,000)
KNOW ALL MEN BY THESE PRESENTS, that TemO=
(hereinafter called the Principal(s), as Principal(s), and
l Fidelity and Deposit Canpany of Maryland
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
Obligee), in the amount of Five hundred twelve thousand--- Dollars ($ 512,000--) 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 28 day of
_February , 20 0?to perform bid #018-02/BM - Column Supported Aluminum
Roof
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 some extent as
If copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said
article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 7th
day of March . 20 Q2 .
Fidelity and Deposit Canpany of Maryland
1 Surety
• By: .
(Title) B.A. Matson,
Attorney -in -Fact
Tenmr ,.
(Company Name)
(Printed Name)
C.A. Toulvillp, prg ides-
(Signature)
(Title)
1
1 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.
Fidelity and Deposit CcaTpany
J Surety of Maryland
(Title) B.A. Matson,
Approved as to Form Attorney -in -Fact
�j
City of Lubbock
Cfty Attorney
j • Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by -taws showing
I that this person has authority to sign such obligation, If signed by an Attomey in Fact, we must have copy of power of
attorney for our files.
Howard Cowan Bond Agency, Inc.
P.O. Box 54020
Lubbock, TX 79453
806 722-2663
fax-2662
2
E
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203.1227
l Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice -President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section
2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint B. A. Matson, of Los Angeles, California, its true and lawful agent and
1 Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and its act and deed: any and all bonds and
undertakings and the execution of such bonds or undertakings in pursuance of resents, sh binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been duly executed and ackno by the re ected officers of the Company at its office in
Baltimore, Md., in their own proper persons. This power of attorney revokes t ed je
. A. Matson, dated January 14, 1998.
The said Assistant Secretary does hereby certify that the extract set fo�n a revof is a true copy of Article Vl, Section 2, of the
By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant have herbscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MARYLANI7�th day of F A.D. 1998.
0
_l ATTEST: FIDELITY AND IT COM OF MARYLAND
oT
� T. E. Smith o sistant Seer W. B. Walbrecher Vice -President
State of Maryland I ss: �L,O
County of Baltimore
On this 5th day of February, A.D. 1999. before the s crl a Notary Public of the State of Maryland. duly commissioned and qualified. came
W. B. WALBRECHER, Vice -President and T. E. SMIT tant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me
personally known to be the individuals and officer bed in and who executed the preceding instrument. and they each acknowledged the
execution of the same, and being by me duly swo�ally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding trument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
e�5"gCar
1 J Fader Notary Public
My C miss' Expires: August 1, 2000
CERTIFICATE
I, the undersigned. Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate: and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors
to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by ,authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990.
RESOLVED: 'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice -President. Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
affixed."
IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
7th day of March
U;.J L l428-012-27.38
2002
Assistant Secretary
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -
Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant
Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company
thereto."
J CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On March 7, 2002 before me, Kristine Mendez, Notary Public
personally appeared B.A. Matson
® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that
he/she/they executed the same in his/her/their
authorized capacity(ies), and that by his/her/their
Qunnnuann mmnum++eunwu'm" Nu"��°�NpOq"""�'nnnm+uunuuuimuu
ENOEZ
KRlSTINE Msignature(s) on the instrument the persons), or the
�+ntity upon behalf of which the person(s) acted,
COMM.COM # 1307473
) 4Wgyp' NOTARY PUBLIC - CALIFORNIA executed the instrument,
LOS ANGELES COUNTY
My Comm. Expires June 4, 2005 = W I N SS my hand and o cial al.
IIINIIIIIIl111llull`R11If1111/1111111111111111IIIUIIiUltlll{Illtl,li lIllllfl+ll,itllilil{IIIINtllllf'
Notary Public Seal
SIGNATURE OF N&IAf�!;
OPTIONAL � �'
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fratidbleni reattachment of
DESCRIPTION OF ATTACHED DOCUMENT:
' TITLE OR TYPE OF DOCUMENT:
DOCUMENT DATE:
CAPACITY(IES) CLAIMED BY SIGNER(S)
Signer's Name:
❑INDIVIDUAL
❑CORPORATE OFFICER
Titles)
❑ PARTNER(S)❑ LIMITED ❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR.
❑ OTHER:
Signer's Name
❑INDIVIDUAL
❑CORPORATE OFFICER
Title(s)
❑ PARTNER(S)❑ LIMITED ❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
Signer Is representing: Signer is representing:
-NAME OF PERS j ENTn Y(IESj - - - - - -- - -- -..--_--NAME OFPERSON(S) 0R ENT+TY(IES).
No Text
3. 5ps � �{ + i .F '� »£a� ''^ r ('L'_ .S "F.€ T�s'y� .5 s ,`�j�.�► j
��i A�I• r a�� P:
e 'r?fir.,r
_ nL �y,• gnu 3
�1• C�Cr CERTIFICATE NUMBER
LOS-000264238-01
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
PRODUCER
Marsh Risk & Insurance Serviegs
777 S. Figueroa Street
Los Angeles, CA 90017
Attn: TOM MI JONES - 213 624-5555
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES DESCRIBED HEREIN.
COMPANIES AFFORDING COVERAGE
COMPANY
A Royal Surplus Lines Insurance Company
INSURED
COMPANY
TEMCOR
B A I U INSURANCE COMPANY
ATTN: ANGELA LUNA
COMPANY
150 W. WALNUT STREET, SUITE 150
GARDENA, CA 90248
C United States Fire Insurance Company
COMPANY
D Hartford Fire Insurance Company
i`his
re laced" r�via'sfis�fitii3dcecate`t ° r " CO�fEitAE�
celi catYrsean Q _M;e,pofcy;p�dodnbtecbefow
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN
IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION
DATE (MM/DD/YY)
LIMITS
A
GENERAL
LIABILITY
KHA100634
03/01/02
12/31/02
GENERAL AGGREGATE
$ 2,000,000
X
PRODUCTS - COMP/OP AGG
$ 1,000,000
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE Fx_1 OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
EACH OCCURRENCE
$ 1,000,000
OWNER'S & CONTRACTOR'S PROT
X
FIRE DAMAGE (Any one fire)
$ 50,000
9IR.%2 500
MED EXP (Any oneperson)
$ 5,000
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
$
B
EXCESS LIABILITY
BE1391814
12/31/01
12/31/02
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
X UMBRELLA FORM
$
OTHER THAN UMBRELLA FORM
C
WORKERS AND
EMPLOYERS
WC 408614600 7
12/31/01
12/31/02
X,";
TORY LIMITS ER
r
EL EACH ACCIDENT
$ 1,000,000
THE PROPRIETOR/ INCL
PARTNERSIEXECUTIVE
OFFICERS ARE: EXCL
EL DISEASE -POLICY LIMIT
Is 1,000,000
EL DISEASE -EACH EMPLOYEE
$ 1,000,000
p
� E
Property
Builders Risk
72 UUM UQ9272
MXI 98301006
03/01/02
03/01/02
12/31/02
12/31/02
Fire Damage (Legal Liability)
525,000
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS (LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS)
CITY OF LUBBOCK IS NAMED ADDITIONAL INSURED AS RESPECTS ITB #108-02/BM, COLUMN SUPPORTED ALUMINUM ROOF, JOB LOCATION
LUBBOCK TEXAS. WAIVER OF SUBROGATION APPLIES.
CETtTfF1CdTE tf'" Lt3Et k z� ,ACi.LA710N
Y'' ,
x=� _., rt��,'....NO
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,
THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 'Q DAYS WRITTEN NOTICE TO THE
CITY OF LUBBOCK
-- -_AT-TN-VICTORKLLM^-PU.RCHASINIG MGR-. -- - ....-_--._-_
CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
___ .__-.--- ---- --------------------
1625 13TH STREET, ROOM L-04
-_--_-------
LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES.
LUBBOCK, TX 79457
MARSH USA INC.
BY: Wendell L. Barrierw�"" Q `� B�.
` �� �
IYIIrII (# l+#9� � ALIb AS tiF 3/1di�3 A
Q��
1 '
PRODUCER
ry0
s z '.. 7
'. 3
DATE (MMIDDNY)
03/04/02
COMPANIES AFFORDING
COVERAGE
COMPANY
E
Fireman's Fund Insurance Company
Marsh Risk & Insurance Services
777 S. Figueroa Street
Los Angeles, CA 90017
Attn: TOMMI JONES
213 624-5555
COMPANY
F
INSURED COMPANY
TEMCOR G
ATTN: ANGELA LUNA
150 W. WALNUT STREET, SUITE 150
GARDENA, CA 90248
COMPANY
H
CITY OF LUBBOCK
ATTN: VICTOR KILMAN, PURCHASING MGR.
1625 13TH STREET, ROOM L-04
LUBBOCK, TX 79457
INCLUDES COPYRIGHTED MATERIAL OF ACORD CORPORATION WITH ITS PERMISSION.
TO: CITY OF LUBBOCK
P.O. BOX 2000
CERTIFICATE OF INSURANCE
DATE: 3/5/02
LUBBOCK, TX 79457 Temcor, A Corporation TYPE OF PROJECT:
Clear 5Ralu
Ste. 150m�n�mt�
150 W. Walnut St., , Gardentz,"
THIS IS TO CERTIFY THAT e and Address of Insured) is, at
the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the
typed of insurance and in accordance with the provisions of the standard policies used by this company, the further -
hereinafter described. Exceptions to standard policy noted hereon. And Column Supported Aluminum Roof
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
X Commercial General Liability
K HA100634
3/ 1/ 02
12/31/02
General Aggregate 3 2. 000. 000
Claims Made
Products-ComplOp AGG 5Q nnn
X Occurrence
_
Personal & Adv. Injury I, , 000
Owner's & ContractoB Prate
Each Occurrence 5 q
SIR $2,500
Fire Damage (Any one FCrd)'37, OT
S
Med Exp (Any one Person) 5,000
S
AUTOMOTIVE LIABILITY
Any Auto
Combined Single Limit S
All Owned Autos
Bodily Injury (Per Person) 5
Scheduled Autos
Bodily Injury (Per Accident)
S
Hired Autos
Property Damage b
Non -Owned Autos
GARAGE LLA61UTY
Any Auto
Auto Only - Each AccJdent S
Other than Auto Only:
Each Accident S
Aggregate S
BUILDER'S RISK
100%of" Total Contract Price
INSTALLATION FLOATER
MX198301006
3/1/02
12/31/02
LIMIT:s 2, 500 000000 �
S 10.
C
DED. UUU
EXCESS LIABILITY
X Umbrella Form
BE1391814
12/31/01
12/31/02
Each Occurrence S 1,000,000
Aggregate
S fln0. n�nn�
Other Than Umbrella Form
WORKERS COMPENSATION AND
EMPLOYERS'LIABILITY
The Proprietor/ Included
WC408614600-7
12/31/01
12/31/02
StatutoryUrrits 11000,000
Partners/Fxocullve Excluded
Each Accident S
Officers are:
Disease Policy Umlt S 1,000,000
Disease -Each Employee S_1,.0G'O,:r}
OTHER
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than the legal time required after the Insured has received wrRten notice of such change or
cancellation, or in case there is no legal requirement, to less then five days in advance of cancellation. National Union Fi
FIVE COPIES OF THE CERTIFICATE OF INSURANCE Royal Surplus Lines/United Stat
_ ame o --____--
---- .__.__.__-MUST QE SENT TO THE-CfTY-OF CUIRROCK --- _- - -- -
l Companies Affording Coverage: By:
iit .sew>l
GL - Royal Surplus Lines Ins. Co. Title:
WC - United States Fire Insurance Co.
IUMB - National Union Fire Ins. Co.
Job Location: Lubbock, Texas
Job Description: Column Supported Aluminum Roof
Reference: ITB #018-02BM
Additional insured and waiver of subrogation granted to City of Lubbock, as their interest
may appear. (Applicable to General Liability & Umbrella Liability)
No Text
it _ x1.:I +khr.: ....
RE: RESOLUTION NO.6262, ITEM NO. 39, APRIL 8, 1999
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
C-Imf#
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
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-PipingBoiler
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
1
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
S
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
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.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the fair Labor Standards Act.
3
No Text
f II
Column Supported
Aluminum Roof
City Of Lubbock, Texas
Water Utilities Department
CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED FOR INFORMATION PURPOSES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. T HIS
CERTIFICATE OF LIABILITY INSURANCE DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED
DATE: (MMJDD/YYYY) 03/06/2002
INSURERS:
PRODUCER Marsh USA Inc.
or BROKER: 800 Market Street Suite
A:
USF&G
2600
St. Louis, MO 63101
B.
Phone: 13141512-2415
C,
INSURED:
Temcor, A Corporation &
O:
Enterprise Rent-A-Car Company et al
600 Corporate Park Dr.
E:
St. Louis, MO 63105
THE INSURANCE POLICIES LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD LISTED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE OF LIABILITY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES LISTED BELOW IS
SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGRATE LIMITS SHOWN MAY HAVE BEEN
REDUCED BY PAID CLAIMS.
COVERAGES:
INSURER TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS
LETTER
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE
OCCURENCE
AUTOMOBILE LIABILITY
Combined Single Limit: $1,000,000
A
❑ANY AUTO
❑ALL OWNED AUTOS
JSCHEDULEDAUTOS
HIRED AUTOS
D002A00017
C58504
3/1102
3/1/03
Bodily Injury per Person:
Bodily Injury per Acc.
NON -OWNED AUTOS
Properly Damage:
® "SEE BELOW"
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
UMBRELLA
OTHER Than UMBRELLA Form
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
DESCRIPTION:
Policy provides protection to- ANY AND ALL OPERATIONS/JOBS performed by the named insured.
Blanket Additional Insured on policy as required by written contract. "Any vehicle leased from
Enterprise Fleet Services where the contract includes auto insurance coverage.
VENDOR ID: 13874 GPBR: 3228 AUTHORIZED REPRESENTATIVE:
HOLDER: CANCELLATION:
Attn: Bruce McNair, Senior Buyer SHOULD ANY OF THE ABOVE POLICIES BE CANCELLED BEFORE THE EXPIRATION
City Of Lubbock DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MA 30 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
162513th Street, Room L-04 FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND
Lubbock, TX 79457 UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
0 Copyright MoonLit Enterprizes 1999. AN Rights Reserved Form* CV1a-6/1/1999
I II
CONTRACTOR CHECKLIST
A CONTRACTOR SHALL:
(1) provide coverage for its employees providing services on a project, for the duration of the project based on
proper reporting of classification codes and payroll amounts and filling of any coverage agreements;
(2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity
prior to beginning work on the project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental entity:
(A) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the
contractor knew or should have known, of any change that materially affects the provision of coverage of
any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by the Act or other
commission rules. This notice must be printed in at least 19-point normal type, and shall be in both
English and Spanish and any other language common to the worker population. The text for the notices
shall be the following text provided by the commission on the sample notice, without any additional words
or changes:
2
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(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 by certified mail or personal delivery, within (ten)10 days
after the person knew or should have known, of any change that materially affects the provision of
coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they
are providing services.
3
No Text
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 28TH DAY OF FEBRUARY, 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 TEMCOR of the CITY OF GARDENA, COUNTY OF LOS ANGELES and the
STATE OF CALIFORNIA hereinafter termed CONTRACTOR.
WITNESSETH: That for and inconsideration 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
1 described as follows:
BID #018-02i'BM - COLUMN SUPPORTED ALUMINUM ROOF - $512,000.00
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
11 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.
j 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:
OF Cr,_,WNE) -
QCITY
By:
CVV ity Secretary
MAYOR
APPR ED,48 TO CON T: /
CONTRACTOR:
Owner's Representative
TEMCOR
APPROVED AS TO FORM:
City Attorney
PRINTED NAME: C. A. Tourville
TITLE: President
ATTES . As i stant
COMPLETE ADDRESS:
Corp ate S cret
Temcor
150 W. Walnut St., Suite 150
Gardena, California 90248
. � `xy - �'= � � • . - f�"`^l .. �`Z.. i.M S^fit i �
����
l
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 TEMCOR who has agreed to perform the work embraced in this contract, or their
legal 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 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.
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
I 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.
l 6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
Written notice 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.
1
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
Al work shall be done and all materials furnished in strict conformity with the contract documents.
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.
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.
OMNIF-Wn * ► I I L/
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.
ffNEEffVF*U,►exci►G9
Al 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. Al 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.
2
► I =I i ► \ ■ M 0 1 VAER I ON Dili 14
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)
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.
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.
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be bome by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
...r
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
s 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 bome by the Contractor at its own cost and expense.
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.
ei •► ' it I
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 fumish 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.
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.
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 bome by the Contractor unless otherwise provided herein. Any work which fails to meet the
4
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.
' I
1102 1 ■ =14 u
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.
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid _
according to the quantity actually done and at the unit price established for such work under this contract;
j 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.
Ij 24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractor's bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2)-the amount that would have been charged
} by a reasonable and prudent Contractor as a reasonable and necessary cost for
fperformance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
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.
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 Wety or im�rov_e their character and _efficiency_and the Contractor shal_i_._____ _
- comp y 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.
WJ111- Me
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attomeys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver..
1 The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
J 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,
j or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
The Insurance certificates furnished shall name the City of Lubbock as an additional Insured, or in the
alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this
particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner
all proof of coverage Insurance documents including workers compensation coverage for each
subcontractor.
7
�f
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
Heavy Equipment
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, 50.00 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500.000.00 Combined Single Limit,
to include all owned and 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
The Contractor shall have Umbrella Liability Insurance in the amount of 51.000.000.00 on all contracts
with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile
Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500.000,00.
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-
8
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
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
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of Self-insurance
Regulation. Providing false or misleading information may subject the Contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of -the -
insurance company setting forth:
10
(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 bome by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas 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:
11
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
Insurance. This Includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
projec4 regardless of the Identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive
Information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;" and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(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 flied 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
12
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 (1){viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
f 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
M-
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, matenalmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work fumished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
' 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
i save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with _all federal, state and.local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
13
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.
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.
K. ►1 •i -,\ 10 :. •Ili •► FXIN w b-
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 $00 (FIVE HUNDRED) 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.
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
- "---when-tfie 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.
14
1 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
f 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
l=- herein, any request for extension by Contractor shall be deemed waived.
r~( 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;1n
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.
1 No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
1( 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
J 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 fumished 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.
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_nparagraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
I 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.
15
w 6 i 1 9V
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
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.
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.
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
16
L
45.
a-]
47
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.
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.
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
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.
17
USM
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance, the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner, or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that 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 terns 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
18
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time
designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of
the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided,
however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of
such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to
the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the
date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net
sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at
either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies 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.
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.
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.
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 bome by the Contractor at his own cost and expense.
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
19
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.
•MW�II�C�3>�rl
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.
• ate. .�i�• �► �►� � •
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (1) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
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.
20
SECTION 0110
SUMMARY OF WORK
PART 1 GENERAL
1.01 SECTION INCLUDES
A. The City of Lubbock Water Utilities Division is upgrading the existing ground
storage tank at the Water Treatment Plant. This project will cover the
construction of column supported aluminum V-Beam roof above the existing
concrete roof of the 2.5 million -gallon clear well.
B. The plans are provided to describe the tank as it exists and specifications cover
the requirements for new roof construction under the contract.
C. The Contractor shall furnish all plans, materials, supplies, tools, equipment and
labor necessary for the proper execution and completion of the work.
D. The following paragraphs give the general specifications on the various materials
and methods that are to be used in this project.
1.02 WORK RESTRICTIONS
A. The Contractor shall be required to follow all safety and security procedures
prescribed by the City of Lubbock Water Utilities Division. Access to the site
will be limited to persons involved in the work.
1.03 PROJECT UTILITY SOURCES
A. There will be no utilities available on site.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Clearwell Domes
0110-1
01/15/02
SECTION 01200
PRICE AND PAYMENT PROCEDURES
PART 1 GENERAL
1.01 INSPECTING AND TESTING ALLOWANCE
A. The Contractor shall pay for an independent testing agency acceptable to the
Owner's Representative to perform specified or required tests, inspections,
approvals, and other services required for quality assurance at the time of bid
opening.
B. The Owner shall pay for tests, inspections, and approvals that become
requirements after bids are received or negotiations concluded, unless noted
otherwise.
C. If the Owner give the Contractor written instruction to perform additional testing
or inspection not already included in the contract documents, the Contractor shall
arrange for such additional testing or inspection. The Owner shall pay for such
tests and inspections except as provided in the following paragraphs.
D. If such additional procedures show that portions of the work do not comply with
the contract documents, the Contractor shall arrange for such additional testing or
inspection. The Owner shall pay for such tests and inspections except as provided
in the following paragraphs.
1.02 VALUE ANALYSIS
A. Sumbit a printed schedule on AIS Gorm G793 — Application and Certificate for
Payment Continuation Sheet.
B. Contractor's standard form or electronic media printout will be considered.
C. Submit Schedule of Values in duplicate within 5 days after date established in
Notice to Proceed.
D. Format: Itemize.
E. Include within each line item, a direct proportional amount of Contractor's
overhead and profit.
F. Revise schedule to list approved Change Orders with each Application for
Payment.
Clearwell Domes 01200-1 01/15/02
CONTRACT MODIFICATION PROCEDURES
A. The Owner's Representative will be advised of minor changes in the Work not
involving an adjustment to Contract Sum or Contract Time as authorized by AIA
A201, 1987 Edition, Paragraph 7.4, EJCDC, 1990 Edition Paragraph 9.5 issuing
supplemental instructions on AIA Form G710.
B. The Owner's Representative may issue a Proposal Request.
1. Proposal Request shall include:
a. Detailed description of a proposed change with supplementary or revised
drawings and specifications
b. A change in Contract Time for executing the change with stipulation of
^' any overtime work required and the period of time during which the
requested price will be considered valid.
2. Contractor will prepare and submit an estimate within 3 days.
C. The Contractor may propose changes by submitting a request for change to the
Owner's Representative, describing the proposed change and its full effect on the
Work. Include a statement describing the reason for the change, and the effect on
the Contract Sum and Contract Time with full documentation and a statement
describing the effect on Work by separate or other Contractors.
D. Stipulated Sum Change Order: Based on Proposal Request and Contractor's fixed
price quotation or Contractor's request for a Change Order as approved by
Owner's Representative.
E. Maintain detailed records of work done on Time and Material basis. Provide full
information required for evaluation of proposed changes, and to substantiate costs
for changes in the Work.
F. Execution of Change Orders: Owner's Representative will issue Change Orders
for signatures of parties as provided in the General Conditions.
1.03 UNIT PRICES
iA. Payment for roof construction shall be a lump sum per roof and not by unit price.
This bid shall include all labor materials, and cleanup required by the
specifications and as shown on the plans.
1.04 PAYMENT PROCEDURES
A. The following requirements shall be fully completed before the final application
for payment will be accepted or approved.
I�
Clearwell Domes 01200-2 01/15/02
y
B. Final inspection performed and all corrections made.
C. Submit three copies of each application on AIA Form G702 - Application and
Certificate for Payment and AIA G703.
D. Contractor's standard form or electronic media printout will be considered.
E. Content and Format: Utilize Schedule of Values for listing items in Application
for Payment.
F. Submit the following along with the application for final payment:
1. Signed affidavit by a Notary Public that all claims on this job have been
settled.
2. Contractor warranties for this job shall be signed and sealed by a Notary
Public.
3. Written Receipt for All Equipment purchased as part of this project.
4. Maintenance Manuals for All Equipment purchased as part of this project.
5. Equipment Warrantees for all Equipment purchased as part of this project.
6. Certification that the specified material alloys, sizes, and quantities have been
furnished.
7. Contractor's Affidavit on Closing Job.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Clearwell Domes 01200-3 01/15/02
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.01 COORDINATION AND PROJECT CONDITIONS
f
A. Coordinate scheduling, submittals, and Work of the various sections of the Project
Manual to ensure efficient and orderly sequence of installation of interdependent
construction elements with provisions for accommodating items installed later.
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
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 Water Utilities Engineering 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.
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 120 calendar days from contract signing.
G. Upon award of the contract, the Construction Schedule will become part of the
Contract Documents.
H. The Contractor shall be issued a Notice to Proceed following approval of City
Council execution of Contract Documents, 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.
Clearwell Domes 01300-1 01/15/02
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 and processing of field decisions, submittals, substitutions,
applications for payments, proposal request, Change Orders, and Contract
close-out procedures.
6. Submission of:
a. List of subcontractors
b. List of products
c. Schedule of values.
d. Progress Schedule.
1.03 CONSTRUCTION PROGRESS DOCUMENTATION
A. Construction Progress Schedules.
1. Submit initial schedule in duplicate within five (5) days after date of Notice to
Proceed.
2. Revise and resubmit as required.
3. Submit revised schedules with each Application for Payment, identifying
changes since previous version.
4. Show complete sequence of construction by activity, identifying Work of
separate stages and other logically grouped ac
B. Contractor's Field Reports
1. Maintain and submit daily logs for this project during the application of
payment and provide for the Owner's Representative upon request.
2. Survey and Layout Data.
1.04 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 desi __ load -criteria. ____ ____._
Clearwell Domes 01300-2 01/15/02
3. Drawings submitted to the consulting engineer shall include all details
showing dimensions, sizes, thickness, gauges, materials, finishes, joint
1 attachment and erection procedures.
B. Approved Construction Plans:
1. Construction shall be done in accordance with the approved construction
plans provided for this project by the Contractor. A certificate of design
will be required with the plans. The roof design shall comply with all
specifications, standards, and meet local building codes.
2. All materials shall be fabricated and erected in accordance with the
approved drawings.
C. Submittals for Review.
1. The Contractor shall submit the manufacturer's product data for all
materials used in construction of this project, such as roof design,
formwork accessories, concrete admixtures, grout, chemical hardener,
curing compound, bonding compound, and epoxy bonding system.
2. The Contractor shall review all required components for use in this
j application to ascertain that all items will function as necessary and as
J designed.
a. Transmit each submittal to Project Engineer:
Chester "Ches" Carthel, P.E.
Chief Engineer
Water Utilities Engineering
City of Lubbock
P.O. Box 2000
1625 - 13th 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'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.
Clearwell Domes 01300-3 01/15/02
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.
13. After review provide copies for record documents described in Section
01700.
1.06 CONTRACT CLOSEOUT
A. The Contractor shall submit shop drawings indicating the demolition and removal
sequence and the location and construction of barricades, fences, and temporary
work areas as needed.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Clearwell Domes 01300-4 01/15/02
SECTION 01400
QUALITY REQUIREMENTS
PART 1 GENERAL
1.01 REGULATORY REQUIREMENTS
A. All Work performed shall be done in accordance with standard building practices.
B. The Contractor must comply with the contract requirements and standard
specifications except where governing authorities are more stringent.
C. The contractor must obtain and submit copies of all permits, licenses, and similar
permission obtained, and receipts for fees paid, to the Owner directly.
D. The Contractor must comply with the rules and regulations of local, state and
Federal authorities regarding safety provisions shall be observed.
1.02 REFERENCES
A. Abbreviations and Acronyms:
Abbreviations used in the Contract Documents are defined as follows:
AWWA American Water Works Association
AASHTO American Association of State Highway and Transportation
Officials
ASCE American Society of Civil Engineers
ASTM American Society for Testing and Material
B. Definitions:
1. Furnish: To supply products to the project site, including delivering ready
for unloading and replacing damaged and rejected products.
2. Install: To put products in place in the work ready for the intended use,
including, unloading, unpacking, handling, storing, assembling, installing,
erecting, placing, applying, anchoring, working, fishing, curing,
protecting, cleaning, and similar operations.
3. Provide: To furnish and install products.
Clearwell Domes
01400-1
01/15/02
4. Indicated: Shown, noted, scheduled, specified, or drawings, somewhere in
the contract documents.
5. Unexposed Finish: A general -use finish, with no appearance criteria,
applicable to all formed concrete concealed from view after completion of
construction.
6. Exposed Finished: A general -use finish applicable to all formed concrete
exposed to view and including surfaces which may receive a paint coating
(if any).
7. Concealed Spaces: Spaces that are not accessible after completion of
construction.
8. Cutting: Removal of material by cutting, sawing, drilling, breaking,
chipping, grinding, and similar operations, including excavation.
9. Damage: Any sort of deterioration whether due to weather, normal wear
and tear, accident or abuse, resulting in soiling, marring, breakage,
corrosion, rotting, or impairment of function.
10. Debris: Rubbish, waste materials, litter, volatile waste, and similar
materials, with the exception of surplus material which are to become the
property of the Owner.
11. Demolish: To destroy of wreck.
12. Fire Barriers: Any wall, floor, ceiling, or roof that is indicated as having a
fire resistant rating. Patching: Restoration to completed condition by
patching, repairing, refinishing, fishing, filling, closing up, and similar
operations.
13. Patching: Restoration to completed condition by patching, repairing,
refinishing, finishing, filling, closing up, and similar operations.
14. Protect: A term used on drawing to indicate that an item requires
protection from work. The type of protection will be specified.
15. Reinstall: A term used on drawing to indicate an existing item had been
removed for whatever reason, to be installed in a new location.
16. Relocated: A term used on drawing to indicate an existing item that has
been removed for whatever reason, to be installed in a new location.
Clearwell Domes 01400-2 01/15/02
17. Remove: A term used on drawings to indicate a specific item to be
moved. The item may be refurbished or rejuvenated, reinstalled,
relocated, or turned over to the Owner or Contractor.
18. Replacement: Replace the entire element, surface, or product.
C. Reference Standards:
1. All references to standards, specifications, manuals, or codes of any
technical society, organization, or association, shall mean the latest
standard specifications, manual, or code.
2. Laws of Regulations of any governmental authority, whether such
reference be specific of by implication, shall mean the latest in effect at
the time of opening of bids except as may be otherwise specifically stated.
1.03 QUALITY ASSURANCE
A. Fabricator Qualifications:
1. The roof fabricator must have fabricated and had in satisfactory service for
a period of not less that five (5) years at least one column supported
aluminum roof with a dimensions equal to or larger that the units
specified.
B. Manufacturer Qualifications:
1. The column supported aluminum roof must be manufactured in a plant
that is owned and operated by company designed as the fabricator. The
employees used for such fabrication shall be employees of the fabricator.
C. Acceptable Manufacturers:
Conservatek Industries, Inc.
Conroe, TX 77503
409-539-1747
Temcor
Carson, CA 90745
800-421-2263
Clearwell Domes 01400-3
O1/15/02
D. Installer Qualifications:
1. The column supported aluminum roof erector must have installed and had
in satisfactory service for a period of not less that five (5) years at least
one column supported aluminum roof with a dimensions equal to or larger
than the units specified.
2. The companies must submit evidence at the time of submittal of the
manufacture and construction of a column supported aluminum roof. The
roofs must be on satisfactory service for a period of not less than five
years with dimensions equal or larger than the units specified.
3. Upon request of the Owner's Representative, references shall be made
available.
E. Testing Agency Qualifications:
1. Testing agency shall meet ASTM E 329 requirements.
1.04 QUALITY CONTROL
A. Contractors Quality Control:
1. Prior to performing work, examine the applicable substrates and the
conditions under which the work is to be performed.
2. If unsafe or otherwise unsatisfactory conditions are encountered, take
corrective action before proceeding.
B. Field Quality Control:
1. Conditions that could have been discovered by examination will not be
allowed as cause for claims for extra work. The contractor shall in
particular verify the following:
a. Underground Utilities
b. Other underground construction
C. Location and invert elevation of points of connection to piped
utilities
2. Verify that utility requirements of operating equipment are compatible
with building utilities and that space requirements of items are shown
diagrammatically on the drawing.
Clearwell Domes 01400-4 01/15/02
C. Source Quality Control:
1. The Contractor is required to obtain materials of each type same source for
the entire project.
D. Testing and Inspection Services:
l . When portions of the work are required by the contract documents or by
governing authorities to be tested, inspected, or approved, such tests,
inspections, and approvals shall be made at the appropriate time.
2. Approvals to be made and shall pay costs of all tests, inspections, and
approvals related costs due to such tests, inspections, and approvals.
3. The Contractor shall notify the Owner of the time and place where tests
and inspections are to be made so the Owner may have adequate time to
arrange to observe such procedures.
a. If the contract documents require that the Owner observe tests,
inspections, or approvals, the Owner will do so at no additional
cost to the contractor, provided such tests, inspections, or
approvals are to be conducted at the project site.
b. When witnessing of such tests and inspections by the Owner at
locations other than the project site is specified; the Contractor
shall bear all costs relating to the Owner's travel to the testing or
inspection location
4. Unless otherwise indicated, the Contractor shall obtain all certificates of
testing, inspection, and approval, and shall promptly deliver them to the
Owner.
5. Dependent testing agencies, whether employed by the Owner or the
Contractor, may not change the requirements of the contract documents
and may not approve any portion of the work.
6. Employment of testing agencies, by the Contractor of the Owner, shall not
relieve the Contractor of his obligation to perform the work in accordance
with contract documents.
E. Testing Laboratory Services:
1. Unless otherwise indicated by the appropriate public authority an
independent testing agency or other entity acceptable to the Owner shall
make all tests, inspections, and approvals.
Clearwell Domes
01400-5 01/15/02
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Clearwell Domes 01400-6 01/15/02
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1 GENERAL
1.01 TEMPORARY UTILITIES
Conduct construction operations so that waste of power, water, and fuel is avoided.
A. Temporary Electricity.
i 1. Cost: By Owner; connect to Owner's existing power service. Do not
disrupt Owner's use of service. Owner will pay cost of energy used.
Exercise measures to conserve energy.
1 2. Provide temporary electric feeder from existing electrical service at the site.
j Do not disrupt Owner's use of service.
# 3. Complement existing power service capacity and characteristics as required.
4. Provide power outlets for construction operations, with branch wiring and
distribution boxes located as required. Provide flexible power cords as
required.
5. Provide main service disconnect and over -current protection at convenient
location.
6. Permanent convenience receptacles may not be utilized during construction.
i 7. Provide adequate distribution equipment, wiring, and outlets to provide
single-phase branch circuits for power and lighting.
B. Temporary Lighting for Construction Purposes
1. Provide and maintain sufficient lighting to meet the work needed.
2. Provide branch wiring from power source to distribution boxes with lighting
conductors, pigtails, and lamps as required.
3. Maintain lighting and provide routine repairs.
4. Permanent building lighting may not be utilized during construction.
C. Telephone Service
1. Provide, maintain, and pay for telephone service to field office at time of
project mobilization.
D. Removal of Temporary Utilities, Facilities, and Controls
1. Remove temporary utilities, equipment, facilities, and materials, prior to
Substantial Completion inspection.
I' Clearwell Domes 01500-1 01/15/02
2. Clean and repair damage caused by installation or use of temporary work.
3. Restore existing and permanent facilities used during construction to
original condition. Restore permanent facilities used during construction to
specified condition.
1.02 CONSTRUCTION FACILITIES
A. Sanitary Facilities
1. Provide and maintain required facilities and enclosures. Do not discharge
into the City sanitary sewer system. Contractor to provide and maintain
required facilities and enclosures.
1.03 SECURITY
A. Barricades
The Contractor shall, at his own expense, furnish and erect such barriers,
fences, lights, and danger signals, and shall take such other precautionary
measures for the protection of persons, property and the works as may be
necessary. All safety measures shall meet the requirements of the Texas
Manual on Uniform Traffic Control Devices.
2. 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 expense. The Contractor's responsibility for
maintenance of barricades, signs, and lights shall not cease until the day the
Contractor receives the City's certificate of acceptance of the project.
B. Security Measures
1. Provide security and facilities to protect Work, and existing facilities, and
Owner's operations from unauthorized entry, vandalism, or theft.
2. Coordinate with Owner's security program.
3. Access to the site can only be gained through an employee of the Water
Department. The gates must remain locked at all times. An employee of
the Water Department must be contacted and be on site before departure.
4. The space available to the Contractor for the performance of the work,
either exclusively or in conjunction with others performing other
construction as part of the project is restricted to the area within the legal
description of the site unless the Contractor makes arrangements to use
additional space.
5. The Contractor shall provide adequate signs to direct visitors at the site.
Clearwell Domes 01500-2 01/15/02
C. Site Protecting
1.
Protect utilities, trees, shrubbery fences, poles, sidewalks, curbs and all
other property and surface structures from damage. The Contractor shall
restore any items that are distributed at his own expense.
2.
Whenever work damages streets, lawns, sidewalks, parking areas, curbs or
other finished surfaces, replace such surfaces with material to match
existing surfaces as approved by proper authorities, including reinforcing
steel where required.
3.
Whenever work damages existing grassed areas, Contractor shall install sod
to match existing.
1.04 TEMPORARY CONTROLS
A. Drainage
1.
Provide temporary means of draining roofs where required.
B. Fire
1.
The Contractor shall take precautions to prevent fires and to facilitate fire-
fighting operations. Do not allow smoking in areas where highly
combustible or explosive materials are present.
2.
The Contractor shall carefully supervise the operation of potential fire
sources including heating units. Keep all flammable materials in non-
combustible containers and store away from potential fire sources.
Flammable waste shall be removed from the site regularly.
3.
Conduct welding operations in manner to prevent fire and comply with local
regulations.
4.
Keep temporary and permanent fire fighting facilities readily accessible and
keep fire fighting routes open.
C. Noise
1. Do not use tools or equipment that produce harmful levels of noise. Do not
use noise -making tools or equipment between 7 p.m. and 8 a.m. on
weekdays, 7 p.m. to 9 p.m., Saturdays, and all day on Sunday and major
holidays.
D. Prevent Accidents
1. The Contractor shall keep the site and adjacent public areas free of
hazardous and unsanitary conditions and public nuisances.
Clearwell Domes 01500-3 01/15/02
2. The Contractor shall keep public streets free of debris due to this work and
shall provide adequate traffic control by means of signs, signals, and
flagmen as deemed necessary by the Owner's Representative. The
Contractor shall take precautions to prevent accidents due to physical
hazards by provide barricades, warning lights, or signs as required to inform
personnel and the public of the hazard being protected against. The
placement of safety barricades shall comply with the most current standard
regulations. The Contractor shall provide temporary walkways where
walking surfaces are hazardous and shall notify the Owner before beginning
any work that involves hazardous operations.
E. Pollution Prevention
1. The Contractor shall take care to prevent pollutants of the air, water, and
soil from being released. The Contractor shall comply with current EPA
regulations and is responsible for limiting effluent and rainwater runoff into
local waterways. The disposal of effluent or rainwater by means of sewers
is not lawful and the Contractor shall provide alternative methods of
disposal. Do not dump any contaminants on the job site.
F. Pest Control
Prevent infestation of or control rodents and other pests at the project site,
adjacent sites and buildings.
1.05 PROJECT IDENTIFICATION
A. Project Signs
1. Do not install, or allow installation of signs other than specified signs(s) and
signs identifying the principal entities involved in the project.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Clearwell Domes 01500-4 01/15/02
SECTION 01600
PRODUCT REQUIREMENTS
PART 1 GENERAL
1.01 BASIC PRODUCT REQUIREMENTS
A. All materials shall be subject to the approval of the Chief Engineer of Water
Utilities before being used..
B. Prepare a complete schedule of major products used, including the following for
each product.
1. Manufacturer's name.
2. Brand or trade name.
3. Model number, if applicable.
4. Reference standard, if more than one is applicable.
C. On minor items a certificate from the manufacturer may be required, certifying
that the material or equipment meets the specifications for such material as
specified herein.
D. Arrange products in the schedule by specification sections; indicate paragraph
where specified.
E. Prepare and submit a preliminary schedule within 30 days after award of contract;
resubmit when revised; submit final schedule prior to final payment.
F. Schedule of products shall not be used to obtain approval of substitute products.
The Contractor shall make a separate request for product substitution.
G. Design:
1. The roof shall be a rectangular structure conforming to the dimensions of
the reservoir.
2. The roof shall use a truss system supported from aluminum columns,
capable of supporting all vertical and horizontal loads from the new roof
structure, resting on the existing concrete roof of the tank.
3. The roof panels shall be designed as a watertight system under all design
_load _conditions_with non -corrugated closure panels.
Clearwell Domes 01600-1 01/15/02
4. All raw edges of the aluminum panels shall be covered, sealed, and firmly
clamped to prevent slipping or disengagement under all load conditions
and temperature changes
5. The roof shall include a four — (4) foot wall around the perimeter of the
roof and two (2) standard aluminum doors.
6. The structure shall consist of beam and purlins covered with corrugated
closure panels. Full provisions shall be made in the design to allow for
thermal expansion of the connection between roof, tank, and it's parts over
a temperature range of —40" F to +140' F. The dead weight of the roof
structure shall not exceed 3.0 pounds per square foot of surface area.
7. The cover surface paneling shall be designed as a watertight system under
all design load and temperature conditions. All raw edges of the
aluminum panels shall be firmly secured to the support frame to prevent
slipping or disengagement under all load and temperature changes.
Dissimilar materials that are not compatible shall be physically separated
or insulted from each other by means of gaskets or insulating compounds.
H. Design Loads
1. Cover
I. Panel
a. The support frame and skin shall be designed in accordance with
the most recent edition of "Specifications for Aluminum
Structures" as published by the Aluminum Association and
designed for full dead load plus live or snow load in accordance
with applicable local building codes.
b. Basic Live Load [psf]:
C. Ground Snow Load [psf]:
Not acting simultaneously with the above tools.
2. The aluminum panels shall be secured to the frame to withstand the
following vertical loads.
3. Two concentrated loads of 250 pounds each, applied simultaneously on
two separate one square foot areas of the panel or 60 psf distributed over
the total panel area.
Clearwell Domes 01600-2 01/15/02
4. A distributed load equal to the ground snow load or 60 pounds per square
foot over the total panel, whichever is greater.
J. Wind Loads'
1. The wind load shall be the local building code but he minimum shall be
the load resulting from a wind velocity of 100 mph. Wind pressures and
their distribution may be based on certified wind tunnel tests.
K. Seismic Loads
1. The cover shall be designed for the seismic loading as specified in local
building code (0).
1.02 PRODUCT OPTIONS
A. It is the Contractor's responsibility to select products which comply with the
contract documents and which are compatible with one another, with existing
work, and with products selected by other contractors.
B. The Contractor shall verify that the electrical characteristics of products are
compatible with the electrical systems, and notify the Owner of any and all
discrepancies.
C. Definition of Substitute Product
1. Any product, which does not meet the requirements of the contract
documents, whether in product characteristics, performance quality, or
manufacturer or brand names is considered a substitute.
D. Product Opinions
1. Where products are specified using more than one method, such as a
description with a manufacturer list, use a product that meets the
requirements of both specification methods.
-� E. Products Specified by Reference Standard
1. Use any product meeting the specification. Provisions of reference
standards shall not modify the responsibilities of the Owner as defined in
the contract documents.
1 F. Products Specified By Performance Requirements
y 1. Use any product meeting the specification.
1
Clearwell Domes 01600-3 01/15/02
G. Products Specified By Listing Manufacturer(s)
1. The Contractor shall provide products meeting the specifications and
made by one of the manufacturers listed or an approved equal.
1.03 PRODUCT SUBSTITUTION PROCEDURE
A. The Contractor will be notified about a substitution request in writing within a
reasonable time; verbal acceptance of the substitution will not be valid.
B. Acceptable substitutions will be added to the contract documents by appropriate
notification.
C. Submission of request for substitution shall constitute a representation that the
entity making the request.
1. Has investigate the proposed product and determined that it is equal to or
better than the specified product. Absence of an explicit comparison of
any characteristic of the proposed product to the specified product shall
constitute a representation that the proposed product is equal to or better
than the specified product with regard to that characteristic.
2. Will provide the same warranty for the proposed product as for the
specified product.
3. Will coordinate the installation and make other changes which may be
required for the work to be complete in all respects, including redesign
and additional components and capacity required by other work affected
by the change.
4. Waives all claims for additional costs and time extensions which
subsequently may become apparent and which are caused by the change.
5. Will reimburse the Owner for additional costs for evaluation of the
substitution request, redesign if required, and reapproved by authorities
having jurisdiction if required.
6. Substitutions will not be considered when acceptance would require
substantial revision of the contract docouments.
7. Substitutions will not be considered when they are indicated or implied on
shop drawing or product data submittals without separate written request.
8. Substitution requests will not be considered when submitted directly by
subcontractor or supplier.
Clearwell Domes 01600-4 01/15/02
1.04 SUBSTITUTION REQUEST PROCEDURE
A. Submit written request with complete data substantiating compliance of the
proposed product with the requirements of the contract documents.
1. Submit request at least 21 days prior to the date when the specified
product needs to be ordered.
2. Submit a request to the Owner.
3. Submit five (5) copies of each request and accompanying data.
4. Submit all requests on a standard form.
5. Only one request for substitutions will be considered for each product.
6. Provide at least the following data:
a. Identify product by specification section and paragraph number.
b. Manufacturer's name and address, trade name and model number
of product (if applicable), and name of fabricator or supplier (if
applicable).
C. Complete product data.
d. An itemized comparison of the proposed product to the specified
product.
e. Net amount of change to the contract sum.
f. List of maintenance services and replacement materials available.
g. Statement of the effect of the substitution on the construction
schedule.
h. Description of changes that will be required in other work or
products if the substitute product is approved.
B. The Owner will determine acceptability of the proposed substitution.
C. When the proposed substitution is not accepted, provide the product (or one of the
products, as the case may be) specified.
Clearwell Domes 01600-5 01/15/02
1.05 PRODUCT DELIVERY REQUIREMENTS
A. Materials of each type shall be obtained from same source for the entire project.
B. Require suppliers to package finished products in a manner which will protect the
material from damage during shipping, handling, and storage.
C. Transport products by methods, which will avoid any damage. The products and
materials shall be delivered in dry, undamaged condition and in the
manufacturer's unopened packaging.
D. The Contractor shall arrange deliveries of products to allow time for their
inspection prior to installation. Coordinate the delivery of products and materials
to avoid conflict with the work and to take into account both the conditions at the
site and the availability of personnel, handling equipment, and storage space.
Clearly mark partial deliveries to identify contents, to permit easy accumulation
of entire delivery, and to facilitate assembly. Promptly inspect shipments and
remedy any damages, incorrect quantity, incompleteness, improper or illegible
labeling, and noncompliance with requirements of contract documents and
approved submittals.
E. Reinforcement material shall be delivered to project site bundled and tagged with
metal tags indicating bar size, lengths, and other data corresponding to
information shown on placement drawings.
1.06 PRODUCT HANDLING REQUIREMENTS
A. Provide adequate equipment and personnel to handle products by methods that
prevent damage.
B. The Contractor shall provide, where necessary additional protection to products
and materials during handling to prevent damage.
C. The Contractor is responsible for lifting large and heavy components at
designated lift points only.
D. Only hand -operated equipment may be placed on the existing roof for material
moving or construction.
1.07 PRODUCT STORAGE REQUIREMENTS
A. No indoor storage areas are available on site, and no off -site storage will be
approved.
B. Store products immediately on delivery and in accordance with manufacturer's
instructions, with seals and labels intact and legible. Store in _a_manner to..prevent_ _
Clearwell Domes 01600-6 01/15/02
C
E.
F.
G.
damage to the stored products and to work. Store moisture -sensitive products in
weather tight enclosures. Store unpacked and loose products on shelves, in bins,
or in neat groups of like items. Arrange storage to provide access for inspection
and inventory. Periodically inspect for noncompliance with required conditions
and product damage and remedy.
Cover products subject to weather damage with impervious sheet covering;
provide ventilation to avoid condensation. Provide surface drainage to prevent
ponding or runoff water from damaging stored products. Prevent damage and
contamination from refuse and chemically injurious materials and liquids. Store
fabricated products on substantial platforms, blocking, or skids above the ground,
sloped to drain.
Reinforcement materials shall be stored at the site to prevent damage and
accumulation of dirt or rust.
Maintain packaged materials clean, dry, and protected against dampness, freezing,
and foreign matter.
The Contractor shall provide secure storage for materials stored on site for which
the Owner has made payment.
The Contractor shall secure completed work as required to prevent loss.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Clearwell Domes 01600-7
O1/15/02
SECTION 01700
EXECUTION REQUIREMENTS
PART 1 GENERAL
1.01 EXAMINATION
A. The Contractor shall prior to performing work, examine the applicable substrates
and the conditions under which the work is to be performed.
B. The Contractor shall take corrective action before proceeding if unsafe or
otherwise unsatisfactory conditions are encountered.
C. The Contractor shall not be allowed to make extra work claims for conditions that
could have been discovered by examination. The Contractor shall in particular
verify the following:
1. Underground utilities.
2. Other underground construction.
3. Location and invert elevation of points of connection to piped utilities.
D. The Contractor shall verify that utility requirements of operating equipment are
compatible with building utilities and that space requirements of items are shown
diagrammatically on the drawings.
1.02 PREPARATION
A. It shall be the responsibility of the Contractor to construct the work to the position
and elevations as set out on the plans and approved changes. The Owner's
Representative will furnish the Contractor control panels for determining lines
and grades.
B. From the control points established by the Owner's Representative, the Contractor
shall establish and be responsible for the correctness of alignment, elevation and
position of all construction required by the contract. The Contractor shall provide
a qualified and experienced work force to perform this work. The Owner's
Representative should be informed in advance of the time and place the
Contractor intends to work, in order that measurements may be made as necessary
for the record and for determination of pay quantities.
Clearwell Domes 01700-1 01/15/02
1.03 PROTECTION OF ADJACENT CONSTRUCTION
A. The Contractor will be required to contact Dig Tess to locate all utility lines,
including customer service lines, far enough in advance to make proper provisions
for protecting them. The Contractor shall notify local utilities whenever working
near gas mains or services or near electrical or telephone cables or when the
presence of these utilities is suspected in the area of construction. The Contractor
shall be held responsible for the repair of such structures when broken or
otherwise damaged because of carelessness on his part.
B. The Contractor will not be allowed to disrupt the service on any utility lines
1 except customer service lines, which may be taken out of service for short periods
of time provided the Contractor obtains permission from the Engineer and from
the Owner of the premises being served by the utility.
C. All utility lines shall be properly supported to prevent settlement or damage to the
line both during and after construction. The cost of supporting utility lines shall
be included in the unit price bid for the project.
D. The proper utility company without expense to the Contractor shall do any
permanent relocation of existing utility lines.
E. Where pipes, conduits, or concrete curbs or gutters are encountered, the cost of
tunneling shall be included as a part of the cost of the pipeline.
F. The Contractor shall proceed with caution in the excavation and preparation of the
trench so that the exact location of underground structures, both known and
unknown, may be determined. If required, the Contractor shall excavate and
locate existing underground utilities ahead of trench excavation in order that
necessity for grade changes may be ascertained in advance.
G. Hand excavation shall be used where necessary. The Contractor shall notify local
ti utilities whenever working near gas mains or services or near electrical or
telephone cables or when the presence of these utilities is suspected in the area of
construction.
H. The Contractor shall immediately notify the proper utility company of any
damage to utility lines in order that service may be established with the least
possible delay. Any damage to existing lines and the repair of customer lines
which are authorized to be cut shall be at his own expense, and as directed by an
official representative of the utility company involved.
Clearwell Domes 01700-2 01/15/02
1.04 SURVEYING
A. The Owner's Representative may, at his option, make spot or complete checks on
all construction alignment and grades to determine the accuracy of the
Contractor's survey work.
B. These checks, however, will not relieve the Contractor of his responsibility of
constructing the work to the positions and elevations as shown on the plans or
approved changes. Computations, sketches and other drawings used in the design
and layout of this project will be made available to the Contractor, but these items
will not relieve the Contractor of his responsibility as set out above.
C. The Contractor shall furnish, at his own expense, all stakes and other materials
necessary to preserve control points for alignment and grade.
D. The Contractor will be held responsible for the preservation of all control points
established by the Owner's Representative. If in the opinion of the Owner's
Representative any of the stakes or bench marks have been carelessly or willfully
destroyed or disturbed by the Contractor they shall be replaced by the Contractor.
Or the cost of replacing them will be charged to the Contractor and deducted from
the final payment of the work.
E. No direct payment will be made for this work, but the cost of all labor, equipment
and supplies necessary to perform the work shall be included in the contract unit
prices bid for the various contract items.
1.05 EXECUTION
A. Accurately locate the work and components of the work; make vertical work
plumb; horizontal work level.
B. See sections describing specific parts of the work for additional requirements.
C. Where space is limited, install components to maximize space available for
maintenance and to maximize ease of removal for replacement.
D. In finished areas, conceal pipes, ducts and wiring within the construction, unless
otherwise indicated.
E. Coordinate exact locations of fixtures and outlets with finish elements.
F. Install work in such manner and sequence as to preclude, if possible, or at least to
minimize cutting and patching.
Clearwell Domes 01700-3 01/15/02
1.06 CLEANUP
A. The Contractor shall clean up the site within three (3) days after completion of
any Sub -Unit of the construction. This will include removing all rubbish and
temporary structures from the construction site. All property, both public and
private, damaged during construction shall be restored, and leaving the work site
in a neat and presentable condition. The cost of the cleanup shall be included as a
part of the total cost of the project. This work shall be before final acceptance of
the Sub -Unit will be considered.
B. The Contractor shall remove debris from concealed spaces to enclosing the space.
C. The Contractor shall keep the site and the work free of waste materials and debris.
D. The Contractor shall remove waste from site frequently enough to prevent
significant accumulations of debris.
E. The Contractor shall remove waste as necessary to prevent development of health
hazards and nuisance odors when the temperature exceeds or is expected to
exceed 80 degrees F.
F. The Contractor shall keep hazardous and unsanitary materials in containers
separate from other waste.
G. Clean areas in which work is to, be done to level of cleanliness necessary for
proper execution of that work. Where dust would impair execution of work,
broom and vacuum -clean the entire interior area and keep clean.
H. The Contractor shall dispose of debris in a lawful manner. Do not bum or bury
debris on the site and do not dispose of volatile wastes in storm or sanitary drains.
I. The Contractor shall dispose of debris in a lawful manner. Do not bum or bury
debris on the site and do not dispose of volatile wastes in storm or sanitary drains.
J. The Contractor shall protect installed work from soiling and damage by providing
protective coverings as required. Provide protective coverings for work that may
be damaged by subsequent operations. Where heavy abuse is expected, use
plywood for protection. Maintain the protection of installed work with protective
coverings until substantial completion.
1.07 STARTING AND ADJUSTING
' A. The Contractor and a representative of the Water Utilities Engineering
Department shall inspect all work by the Contractor.
Clearwell Domes 01700-4 01/15/02
B. The Contractor shall replace, repair, or adjust any items found during the
inspection to be damaged or installed improperly at the Contractor's expense.
C. The representative for the Water Utilities Engineering Department shall have the
authority to halt construction when, in his opinion, construction is being
performed contrary to the specifications or approved plans.
D. Whenever any portion of these specifications is violated, the Chief Engineer of
Water Utilities, by written notice, may order that portion of construction which is
in violation of these specifications or other approved plans and specifications to
cease until such violation is corrected. A copy of the order shall be filed with the
Contractor's license application for future review.
E. If deficiencies are not corrected, performance shall be required of the Contractor
Surety.
1.08 PROTECTING INSTALLED CONSTRUCTION
A. Conduct construction operations so that no part of the work is subjected to
damaging operations or influences that are in excess of those to be expected
during normal occupancy conditions.
B. Provide temporary supports as required to prevent movement and structural
failure.
C. Install products only during environmental conditions that will ensure the best
possible results.
D. The contractor shall be responsible for protecting existing construction elements
E. The Contractor, at the Owner's Representative's discretion, shall replace at his
expense.
1. Damaged surfaces exposed to view that cannot be repaired without visible
evidence of repair.
2. Components that cannot be repaired to proper operating condition.
3. Chipped and broken glass.
4. Scratched transparent materials.
5. Scratched reflective surfaces.
Clearwell Domes 01700-5 01/15/02
F. The Contractor, at the Owner's Representative's discretion, shall repair or
replicate at his expense.
1. Components which do not operate properly.
2. Surfaces exposed to view that cannot be cleaned to original condition.
3. Permanent facilities used during construction.
4. Other deflective work.
G. Acceptable Repair Methods.
1. Replacing parts.
2. Refinishing.
3. Touching up with matching materials.
4. Proper adjustment of equipment.
5. When it is necessary to deviate from the contract documents in order to
accomplish corrective action the Contractor shall submit a field correction
request. Field correction request must be approved in writing before any
action is taken.
6. Restore permanent facilities used during construction to specified
condition.
1.09 CLOSEOUT PROCEDURES
A. A representative from each Contractor and Sub -Contractor shall be present and
shall be prepared to assist the Owner/Engineer in performing the inspection. This
shall include the operation of all equipment items, the removal of inspection
pnaels/doors (as requested), etc.
B. An inspection report describing incomplete/or unacceptable work will be
prepared. This will be reviewed with the Contractor at the project site.
C. after the incomplete or unacceptable work is 100% corrected the Contractor shall
so certify in writing to the Owner.
D. Final Inspection will be made only after the Contractor certifies in writing that the
work is 100% complete.
Clearwell Domes 01700-6 01/15/02
1.10 CLOSEOUT SUBMITTALS
A. After the final inspection and clean up and before final payment can be made the
Contractor will be required to fill out a "Contractors Affidavit on Closing Job"
stating that all material suppliers and all other subcontractors have been paid on
full.
B. The Contractor shall turn in a project record document showing accurate recorded
locations of any capped utilities, subsurface obstructions, and or any new
installation locations.
C. The contractor shall be required to turn in a final site survey.
D. The contractor shall submit a bound copy for each system installed under this
contract. This shall include but not be limited to a description and location of the
system, all inspection data, maintenance contracts, product warranties,
maintenance data, maintenance materials, spare parts, operations data, operations
manual, and preventive maintenance instructions for each individual system shall
be submitted.
PART 2 PRODUCTS
Not used
PART 3 EXECUTION
Not used
END OF SECTION
Clearwell Domes 01700-7 01/15/02
SECTION 01800
FACILITY OPERATIONS
PART 1 GENERAL
1.01 COMMISSIONING
A. Before the city can except the facility it must pass all prescribed tests.
B. Leak testing:
1. After completion, the roof seams shall be leak tested by spraying the
outside with water from a hose with a minimum 50-psig (345-kPa) static
heads pressure at the nozzle. Potable water shall be used. The water must
not be sprayed directly on any roof vents. Any water on the inside of the
roof shall be evidence of leakage.
C. Warranty and Acceptance:
2. After completion of all or designated portions of work under construction,
the leak test and the final inspection shall be made to determine
compliance with these specifications or approved plans. Upon such
determination, a certificate of compliance shall be issued. The letter of
acceptance shall constitute the initiation of the warrantee period. The
Contractor shall warrant the accepted work to be free of defects in
workmanship or material defects for a period of one year.
1.02 DEMONSTRATION AND TRAINING
A. The Contractor shall instruct the Owner's Representative in the maintenance and
`µ repair of the V-Beam Roof. The instruction period shall be at the convenience of
the Owner's Representative. The Contractor shall submit a letter signed by the
�) Owner's Representative certifying satisfactory completion of instructional
} activities.
l 1.03 OPERATIONS AND MAINTENANCE
1 A. The contractor shall provide to the owner an Operations and Maintenance
Manual.
B. The determination of the necessity during the warranty period for the Contractor
to repair or replace the work in whole or in part shall rest entirely with the Chief
Engineer of Water Utilities.
01800-1 01/15/02
I II
PART 2
PART 3
PRODUCTS
Not Used.
EXECUTION
Not Used.
END OF SECTION
Clearwell Domes 01800-2 01/15/02
SECTION 01900
FACILITY DECOMMISSIONING
PART 1 GENERAL
1.01 FACILITY DECOMMISSIONING
A. This facility shall be in service during construction.
B. In the event of an emergency repair to the facility all construction shall be halted
and any materials shall be relocated upon request.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Clearwell Domes,- ._ - __ _ _ 01900-1 _ ___ __ 01/15/02 _ ___
SECTION 05051
BASIC METAL MATERIALS AND METHODS
PART 1 GENERAL
1.01 REFERENCES
A. This section establishes minimum criteria for materials used in the erection of a
column supported aluminum roof for rectangular potable water storage tank with
all appurtenances as indicated on the contract drawings and in conformance with
the following specifications.
B. The following codes and standards form a part of this section to the extent
specified herein:
1. ASTM C509 Standard Specifications for Cellular Elastomeric Preformed
Gaskets and Sealing Material
2. Aluminum Association Specifications for Aluminum Structures
3. Aluminum Association Aluminum Standards and Data
4. ASCE 8-90 Specifications for the Design of Cold -Formed Stainless Steel
Structural Members
5. ASTM F 593 Standard Specification for Stainless Steel Bolts
6. AASHTO Division 2 Section 25 Elastomeric Bearings
7. Federal Specification TT-S-00230C
PART 2 PRODUCTS
2.01 MATERIALS
A. All materials furnished to meet the provisions of this section shall be new and
shall comply with all the requirements of this section. All aluminum alloys,
properties, and tolerances shall be as defined by the Aluminum Association's
Aluminum Standards and Data.
B. Support Frame Members: 6061-T6 aluminum.
C. Closure panels: 0.040" nominal thickness, 3004-aluminum sheet, Reynolds V-
beam sheet stucco embossed, or equal.
D. Columns: Reinforced concrete, steel, or stainless steel as specified in the
drawings.
Clearwell Domes 05051-1 01/15/02
E. Shipping and handling:
1. Materials shall be handled, shipped, and stored in a manner that will not
damage the surface of aluminum or the surface coating of steel.
!.02 METAL FASTENINGS
A. Fasteners: 7075-T73 anodized aluminum or austenitic series 300 stainless steel as
required by the manufacturer's design.
B. Expansion Anchor Bolts: Austenitic series 300 stainless steel.
PART 3 EXECUTION
Not Used.
END OF SECTION
Clearwell Domes 05051-2 01/15/02
SECTION 07050
BASIC THERMAL AND MOISTURE PROTECTION MATERIALS AND MAINTENANCE
PART 1 GENERAL
1.01 SEALANT
A. Sealant shall remain flexible over a temperature range of -80°F to +300°F (-62°C
to + 148°C) without tearing, cracking, or becoming brittle. Elongation, tensile
strength, hardness, and adhesion shall not change significantly with aging,
exposure to ozone, ultraviolet light, or vapors from the water stored in the tank.
1.02 ROOF ACCESSORIES
A. V-Beam roof shall have a continuous ridge vent.
B. Vent shall be covered with a suitable screen or membrane to prevent the entrance
of birds and insects.
PART 2 PRODUCTS
2.01 SEALANT
A. Silicone compound conforming to Federal Specification TT-S-00230 as
manufactured by Pecora, or equal.
2.02 GASKETS
A. Silicone conforming to Federal Specification ZZ-R-765, Class 2, Grade 50 as
manufactured by General Electric, 5E-44/88, or equal.
2.03 RIDGE VENT
A. Shall be constructed of 6061-T6, 5086-H34 aluminum, .090" nominal thickness.
2.04 BIRD AND INSECT SCREEN
A. As per TNRCC regulations, 290.43(c)(1), the vent shall be installed in strict
accordance with current AWWA Standards and shall be equipped with approved
screen to prevent entry of animals, birds, insects, and heavy air contaminants.
Screen shall be fabricated of corrosion -resistant material and shall be 16-Mesh or
finer. Screen shall be securely clamped in place with stainless or galvanized
bands or wires and shall be designed to withstand winds of not less than tank
design criteria.
Clearwell Domes 07050-1 01/15/02
e
PART 3 EXECUTION
3.01 SHELL SEAL
A. The seal between the tank wall and roof need not be airtight. The bottom of the
roof flashing shall extend at least 2 in. (51 mm) below the top of the supporting
structure. The space between the flashing and tank shell shall be covered with a
suitable screen or membrane to prevent the entrance of birds and insects.
3.02 JOINT SEALANTS
A. All overlapping roof panels shall be sealed using approved silicone compound.
END OF SECTION
Clearwell Domes 07050-2 01/15/02
SECTION 08120
BASIC DOOR AND WINDOW MATERIALS AND METHODS
PART 1 GENERAL
1.01 ALUMINUM DOORS AND FRAME
A. Standard entrance doors and frames, size conforming to all local building codes.
1.02 HARDWARE
A. inish shall be standard finish for the product. All products finishes shall match.
All exposed surfaces, machine screws, bolts, or nay other exposed item not
mentioned shall be finished to match hardware.
B. A complete schedule of finish hardware shall be submitted in accordance with the
submittal section of these specifications. All hardware provided under this
contract shall be listed by opening giving the manufactures name, manufactures
number or symbol, finish, and must be approved by the owner before installation.
C. Each item of hardware shall be packaged separatley in an individual container
complete with screws, keys, special wrenches, instructions, and installation
templates necessary for accurately location, setting, and adjusting the attached
hardware. Each container shall be marked with the number of the opening to
which the hard ware is to be applied.
D. The location of hardware items shall be in accordance with DHI "Recommended
Locations for Builder's Hardware for Standard Steel Doors and Frames".
1.03 THRESHHOLD
A. Special care shall be taken to protect finished surfaces of hardware during
installation. Hardware on which the finish has been damaged prior to final
acceptance of the work shall be replaced with new hardware at not additional
charge to the Owner.
PART 2 PRODUCTS
2.01 DOOR
A. Door shall be a true flush door 13/a" thick in design manufactured by United States
Metals and Manufacturing Corporation Model D9-Heavy Duty Flush Mount
Aluminum Door.
B. Doors and frame shall be constructed of 6063-TS extrusions, 5005-H14 aluminum
face sheets, and 6061-T6 hardware reinforcements.
Clearwell Domes 08120-1 01/15/02
PART 3 EXECUTION
3.01 SHELL SEAL
A. The seal between the tank wall and roof need not be airtight. The bottom of the
roof flashing shall extend at least 2 in. (51 mm) below the top of the supporting
structure. The space between the flashing and tank shell'shall be covered with a
suitable screen or membrane to prevent the entrance of birds and insects.
3.02 JOINT SEALANTS
A. All overlapping roof panels shall be sealed using approved silicone compound.
END OF SECTION
Clearwell Domes
I _
07050-2 01 / 15/02
SECTION 08120
BASIC DOOR AND WINDOW MATERIALS AND METHODS
PART 1 GENERAL
1.01 ALUMINUM DOORS AND FRAME
A. Standard entrance doors and frames, size conforming to all local building codes.
1.02 HARDWARE
A. inish shall be standard finish for the product. All products finishes shall match.
All exposed surfaces, machine screws, bolts, or nay other exposed item not
mentioned shall be finished to match hardware.
B. A complete schedule of finish hardware shall be submitted in accordance with the
submittal section of these specifications. All hardware provided under this
contract shall be listed by opening giving the manufactures name, manufactures
number or symbol, finish, and must be approved by the owner before installation.
C. Each item of hardware shall be packaged separatley in an individual container
complete with screws, keys, special wrenches, instructions, and installation
templates necessary for accurately location, setting, and adjusting the attached
hardware. Each container shall be marked with the number of the opening to
which the hard ware is to be applied.
D. The location of hardware items shall be in accordance with DHI "Recommended
Locations for Builder's Hardware for Standard Steel Doors and Frames".
1.03 THRESHHOLD
A. Special care shall be taken to protect finished surfaces of hardware during
installation. Hardware on which the finish has been damaged prior to final
acceptance of the work shall be replaced with new hardware at not additional
charge to the Owner.
PART 2 PRODUCTS
2.01 DOOR
A. Door shall be a true flush door IY4" thick in design manufactured by United States
Metals and Manufacturing Corporation Model D9-Heavy Duty Flush Mount
Aluminum Door.
B. Doors and frame shall be constructed of 6063-TS extrusions, 5005-H14 aluminum
face sheets, and 6061-T6 hardware reinforcements.
Clearwell Domes 08120-1 01/15/02
C. They shall be constructed with tubular aluminum jamb and rails and tubular grid
sections with smooth face sheets. .90 inch thick. The perimeter of the doors shall
not be capped with channel molding nor will perimeter extrusions overlapping the
face sheets be accepted.
D. All doors and frames shall be completely reinforced for the specified hardware.
The reinforcements shall be 6061-T6 aluminum alloy and shall be not less than
.250" thickness. Wooden block reinforcements shall not be acceptable.
E. Door thickness shall be as follows:
1. Face sheet 090 inches
2. Beveled lock rail edge .125 inches
3. Hinge rail edge .220 inches
4. Internal grid sections .080 inches
5. Hardware reinforcement .250 inches
,t
F. At the top and bottom of each door there shall be an internal tubular section with a
dimension of 1.57" x 5.50". The doors shall also have an internal grid system
comprised of 1.562" x 1.875" tubular sections which shall be positioned
horizontally no less than 24" apart. The perimeter of all cutouts (fires, louvers,
etc.) shall be reinforced with this section. All internal members shall be anodized
for maximum protection.
2.02 DOOR CLOSURE
A. Door closures shall be parallel arm mounted inside building with extreme
temperature fluid.
2.03 HARDWARE
A. Knobs, lockset, and panic exit mechanisms shall be mortise type push bar with
stainless steel lever type door handles keyed to match existing water utility locks
at the site (see Owner's Representative for key). Sargent 8813 ETL or approved
equal.
B. Each hardware manufacturer shall deliver to the door and frame manufacturer a
template for each item of mortised or surface applied hardware. Each template
shall be labeled with the manufacturer's name, hardware item, opening number,
and location on the door or frame where the item is to be installed.
C. Hinges shall be 5" stainless steel heavy weight and full mortised.
Clearwell Domes 08120-2 01/15/02
2.04 DOORSTOP
A. Doorstop shall be plunger type.
2.04 FINISH
A. Finish shall be Class II 0.4 mil. Clear coat meeting Aluminum Associations
. AAM12C22A31.
PART 3 EXECUTION
3.01 DOOR
A. Doors shall be accurately fitted, securely applied, carefully adjusted, and
carefully adjusted in accordance with the manufacture instructions.
A. Hardware shall be accurately fitted, securely applied, carefully adjusted, and
lubricated in accordance with the manufacture instructions.
B. The door hinge and lock rails shall be assembled with the horizontal and vertical
grid sections attached with concealed interlocking aluminum channel clips. The
clips (.125" min. wall thickness) shall be secured to the jamb rails and shall be
secured to the jamb rails by an integral "T" slot on the jamb rails and shall be
pinned to the rails with 18-8 stainless steel screws. The grid section shall slip over
the clip and shall be permanently attached to the clips with 18-8 stainless steel
screws. The face sheet shall be bonded to the rim, grid sections and the insulated
core with a thermal -setting .epoxy adhesive.
3.03THRESHOLD
A. The ends of the thresholds shall be notched to fit the applicable door frame
profile. Thresholds shall be fitted and drilled to receive surface bolts where
required. Thresholds shall be anchored to the concrete by means of 5/16-inch
diameter stainless steel flat head countersunk machine screws and expansion
anchors spaced at 8 inches on centers. Thresholds shall be set in asphalt roofing
cement conforming to ASTM D4586, TYPE II or approval equal.
3.04 DOORSTOP
A. Doorstop shall be accurately fitted, securely applied, carefully adjusted, and
lubricated in accordance with the manufacture instructions.
END OF SECTION
Clearwell Domes 08120-3 01/15/02
SECTION 13005
SPECIAL CONSTRUCTION
PART 1 GENERAL
1.01 CONSTRUCTION
A. All construction in the field shall be done using pre -fabricated materials produced
off site.
B. All construction shall be done according to the manufactures instructions and
approved plans.
C. No work shall be done prior to owner's approval.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
3.01 ERECTION
A. The roof shall be erected by the manufacture in accordance with the
manufacture's instructions, with mechanics skilled and experienced in the
fabrication and erection of aluminum structures, and a qualified supervisor who
will remain on the job site until the roof construction is completed shall direct all
fieldwork.
3.02 FABRICATION
A. All roof parts shall be prefabricated for field assembly. Fabrication procedures
shall be in accordance with Sec. 6 of the Aluminum Association's Specifications
for Aluminum Structures.
B. Field re -fabrication of structural components or panels will not be accepted.
Forcing of the structure to achieve fit -up during construction is expressly
forbidden and not acceptable. Any indication of improper fit -up of parts shall be
immediately reported to the cover fabricator.
3.03 WELDING
A. The fabrication and designs of welded aluminum parts shall be in accordance with
Sec. 7 of the Aluminum Association's Specifications for Aluminum Structures,
and ANSI/AWS D1.2.
Clearwell Domes 13005-1 01/15/02
B. All aluminum structural welds and components joined by welding shall be
visually inspected and tested by the dye -penetrant method of examination in
accordance with ANSUAWS D1.2 Sec. 6.7.5.
C. All structural welding of aluminum shall be performed prior to field erecting of
the roof structure.
D. A full set of satisfactory examination and qualification records shall be delivered
to the purchaser, if requested, prior to field erection.
3.04 SEALANT JOINT
A. All sealant joints shall be tooled slightly concave after sealant is installed. Care
shall be taken to keep sealant confined to the joint in a neat manner. Any sealant
applied outside of the joint shall be removed so that the panels will be free from
misplaced sealant. All gasket materials shall be continuous, splices will not be
allowed.
3.05 HOLE DIAMETERS
A. Hole diameters used for fasteners shall not exceed 1/16 in. (0.0156 mm) plus the
diameter of the fastener used.
END OF SECTION
Clearwell Domes 13005-2 01/15/02