HomeMy WebLinkAboutResolution - 2002-R0232 - Contract For Pump Installation At Water Reclamation Plant - Brown-Mckee, Inc. - 06_13_2002Resolution No. 2002-RO232
June 13, 2002
Item No. 33
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 pump
installation at the Lubbock Water Reclamation Plant, by and between the City of
Lubbock and Brown -McKee, Inc. of Lubbock, Texas, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein
and shall be included in the minutes of the City Council.
Passed by the City Council this 13th
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, lkurchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs/ccdocs/Contract-Brown-Mckee-Pump Installaiton
May 31, 2002
day of June ,2002.
op�0ND CHECK
e0 N ID
D'ST RATING
LICENSED IN TEXAS
D"TEihi BY
CITY OF LUBBOCK
SPECIFICATIONS FOR
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION
PLANT
ITB #096-02/BM
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
ITB # 096-02/BM, Addendum # 3
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13' STREET
LUBBOCK, TEXAS 79401
I PH: (806) 775-2167 FAX: (806) 775-2164
j http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR:
CLOSE DATE:
ADDENDUM # 3
ITB # 096-02/BM
Pump Installation at the Lubbock
Water Reclamation Plant
May 15, 2002
May 20, 2002 @ 2:00 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. City crews will have the existing pump at Effluent Pumping Station #2 removed prior to any installation work.
There is no existing pump at Effluent Pumping Station #1.
2. Elevations of the pump base and the centerline of the header tie will be acquired by the city and provided for
the fabrication of the pump head. This will allow for proper alignment, although the pump will not be hooked up
to the header.
3. If possible the existing Anchor Bolts are to be used. If the bolts are not long enough or require replacing for
any reason, new bolts will need to be installed with epoxy at the contractors' expense.
4. The City does not require any specific type of grout for the pump base.
5. The pressure gauge, specified in Section 15135-4, paragraph 3.01 G., will be installed on the discharge of the
new pumps not the header pipe.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, 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
Bruce MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
iITB 096-02/13M Add#3
ITB # 096-021BM, Addendum # 2
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
hftp://purchasing.ci.lubbock.b(.us
ADDENDUM # 2
ITB # 096-02/BM
Pump Installation at the Lubbock
Water Reclamation Plant
MAILED TO VENDOR: May 15, 2002
CLOSE DATE: May 20, 2002 @ 2:00 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. It is the City's intent to award the contract within 5 days after the close date.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, 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
L
Bruce MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
ITB 096-021BM Add#2
ITB # 096-02/13M, Addendum # 1
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
MAILED TO VENDOR
CLOSE DATE:
ADDENDUM # 1
ITB # 096-02/BM
Pump Installation at the Lubbock
Water Reclamation Plant
May 14, 2002
May 20, 2002 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. The 49 days will begin from the award of the contract. Delivery time on the pumps is critical to this project.
There are pump manufactures that can meet this 49-day requirement. Therefore the contract time is as
quoted: 49 days from award.
2. There will not be any piping to tie into. The City of Lubbock will be connecting the pumps to the headers. The
installation that is required in this bid includes the setting of the pump and motor on the pump stand.
3. There will not be any electrical hookup required in this bid. The Drives and Motor Controls are bid separately
and the electrical hookups to the motors are included in that bid.
4. A copy of the Prebid meeting attendee sign -in sheet is attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, 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
Bruce Mac air
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
ITB 096-02/BM Add#1
PREBID #096-02BM
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
May 13, 2002 @ 10:00 AM
PLANNING CONFERENCE RM 107
PLEASE PRINT
COMPANY
REPRESENTATIVE
MAILING ADDRESS
TELEPHONE
NUMBER
FAX
NUMBER
E-MAIL
ADDRESS
City of Lubbock
BRUCE MACNAIR
P.O. Box 2000
City: Lubbock
State, Zip Code: Texas 79457
(806)775-2163
(806)775-2164
BMacnair@mail.ci.lubbock.tx.us
� �L Li wrvifi (�
31-►i i3cdvi.�
I
J �50 v� ri l C ✓is
Address: Pa -roe -1
City: C 4-) o �
�' ola 9 �i; S
G �4.17 9 LI
leg
State, Zipode: T / 7 0�
Address:
City:
State, Zip Code:
Address:
City:
U
U
State, Zip Code:
Address:
City:
U
U
State, Zip Code:
Address:
City:
U
U
State, Zip Code:
Address:
City:
U
U
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
U
U
State, Zip Code:
Address:
City:
State, Zip Code:
9
ti
K
PREBID 9096-02/13M
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
May 13, 2002 @ 10:00 AM
PLANNING CONFERENCE RM 107
PLEASE PRINT
COMPANY
REPRESENTATIVE
MAILING ADDRESS
TELEPHONE
NUMBER
FAX
NUMBER
E-MAIL
ADDRESS
City of Lubbock
BRUCE MACNAIR
P.O. Box 2000
City: Lubbock
State, Zip Code: Texas 79457
(806)775-2163
(806)775-2164
BMacnair@mail.ci.lubbock.tx.us
' L o P� .��f•
l,tk z'x � �om �- !. �
V1
Address: Cf --45va
City:
5 i/
State, Zip Code: e - 7
L h
LeX
Address: p o z
City: L ,., 6 6
77 5 Z 3 H Z
7 7 S- 33 v t(
State, Zip Code: q
Address: z ; /
City: t,F::� of
7
State, Zip Code: 7Xi i l/
j
Address:
city:
State, Zip Code:
Address:
City:
State, Zip Code:
Address.
City:
( )
( )
State, Zip Code:
Address:
City:
State, Zip Code:
Address.
City:
U
U
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
U
U
State, Zip Code:
- - —
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
ADDRESS: LUBBOCK, TEXAS
ITB NUMBER: 096-02/13M
PROJECT NUMBER: 90127.9226.30000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
`[I.I!731
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4. PAYMENT BOND
5. PERFORMANCE BOND
6. CERTIFICATE OF INSURANCE
7. CONTRACT
8. GENERAL CONDITIONS OF THE AGREEMENT
9. CURRENT WAGE DETERMINATIONS
10. SPECIFICATIONS
NOTICE TO BIDDERS
iNOTICE TO BIDDERS
ITS #09"2/13M
lSealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock g.m. on the 20th day of Iiay. 2002, or as changed by the issuance of formal addenda to all planholders, to
mish all labor and materials and perform all work for the construction of the following described project:
"PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in
the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clocko.m. on the 20tav of Ma 2002, and the City of Lubbock City Council will
consider the bids on the 13th day of June,,2002 at t e unicipa ui mg, 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
A< the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be
issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashiers or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
1 thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on 13th day of May. 2002 at 10:00 o'clock-a.m., in the Planning Conference Room 107, Lubbock, Texas.
Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13"' Street, Lubbock,
Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained from City of Lubbock,
Purchasing Department, Room L04,162513th Street, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and
specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel
t; shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidders
account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
In the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
sppecifically referred to in this notice to bidders. Each bidders attention is further directed to provision of Article 5159a,
Vemon'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.
CI
TY
IOF�LUBBOCK
f< ��
VICTOR KILMAN
PURCHASING MANAGER
GENERAL INSTRUCTIONS TO BIDDERS
I .j
GENERAL INSTRUCTIONS TO BIDDERS
BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish PUMP INSTALLATION AT
THE LUBBOCK WATER RECLAMATION PLANT per the attached specifications and contract
documents. Sealed bids will be received no later than 2*00 p.m. CST, the 20th day of May, 2002 at the
office listed below. Any bid received after the date and hour specked 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 #096-02113M, PUMP INSTALLATION AT THE
LUBBOCK WATER RECLAMATION PLANT° 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.
2 PRE -BID MEETING
2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory ore -bid meeting
will be held at 10:00 a.m.. May 13th. 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.
3 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
p 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 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions In these plans, specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received,
and If no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. it is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 CONFLICT OF INTEREST
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.
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, recipient's decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
2
9 CONTRACT DOCUMENTS
9.1 All 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 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
11.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the
Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing
Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be
made.
BRUCE MACNAIR, SENIOR BUYER
City of Lubbock
16251 a Street
Lubbock, Texas 79401
j Fax: (806) 775-2164
J Email: BMacnair@mall.cl.lubbock.tx.us
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within FORTY-NINE (49)
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.
J 13 PAYMENT
J All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
14 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
15 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be fumished. 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.
16 GUARANTEES
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 fumish 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 fumished 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.
18 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
4
j
j 19 TEXAS STATE SALES TAX
19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be Incorporated into the work without paying the tax at the time of purchase.
20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
21 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of Citys certificate of
acceptance of the project.
22 EXPLOSNES
l 22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
l 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.
23 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may be reached during the time that the worts 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.
25 LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract
documents does not release the Contractor from compliance with any wage law that may be applicable.
Construction work under this contract requiring an inspector will not be performed on weekends or
holidays unless the following conditions exist:
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.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
27 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
6
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid on forms fumished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
in figures, the price written in words shall govern.
28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If
the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
28.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been
opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE,
ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR
TO BID OPENING.
29 BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
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
J reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the
City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the
l 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.
7
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
31 BID AWARD
31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total 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 TH11S
INVITATION TO BID.
8
w
BID SUBMITTAL
BID SUBMITTAL
LUMP SUM BID CONTRACT
PROJECT NUMBER: ##096-02/13M - PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
Bid of Rrnwn-McKee, Tnr_ _ (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a PUMP INSTALLATION AT THE LUBBOCK
WATER RECLAMATION PLANT having carefully examined the plans, specifications, instructions to bidders, notice to
bidders and all other related contract documents and the site of the Intended work, and being familiar with all of the
conditions surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses
incurred in performing the work required under the contract documents.
ONE hIWAIA>t 6v S�7i{� Twa " srhsA.vn aye
MATERIALS: SA IfAds..A 77�rfr <asa d 0ir, ($ /�0 2, �O ?J %• Oo )
^' v 7WVr6* of Saw+•t.
SERVICES: 2=4Z e o($ _ 9, 7lv �I • • )
- TOTAL BID: �od.Z AQA,'0 .a S .x �Do�.�.,.L G �i 2�2> y40 �c • Oo )
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 49 (FORTY-NINE) 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 the time set
forth herein above for completion of this project, all as more fully set forth In the general conditions of the contract
documents.
!� Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
�) Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled dosing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
-'� plans, specifications and contrad 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.
r CONTRACTORS & ENGINEERS
P.O. BOX 3279
Lubbock, Texas 79452-3279
5/20/02
City of Lubbock, Texas
Purchasing Department
Room L04 Municipal Building
1625 13'. St.
Lubbock, Texas 79401
Ref. ITB 4096-02/BM "Option"
Attn. Victor Kilman, Purchasing Manager
Sir.
(806)745-4511 Phone
(806)748-1681 Fax
906 Slaton Road 79404
Please, accept the following as an Option to the Base Bid on the above referenced
project.
Option No. 1 Due to equipment lead-time of 8 weeks Brown -McKee, Inc., is pleased to
offer the following "Option", if City of Lubbock will extend the
competition of this project from (7) seven weeks to (112) weeks.
Optional Base Bid $ l /lp, !os✓� ' ao
*Note.
The "Base Bid" has Liquidated Damages included in the price, because the contract
day of 49 cannot be met.
Yours truly,
Brown -McKee, Inc.
Mike P. Oles
President
BMI Est. No. 41021
1
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
Dollars ($ ) or a Bid Bond In the sum of 5% of the greatest amount bid Dollars
($ J, which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
Insurance certificates, and the required bond (if any) with the Owner within fifteen (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
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 Bidder is a Corporation)
-A7070ni
Secrete
Bidder acknowledges receipt of the following addenda:
Addenda No. 1 Date 5-1 -02
Addenda No. —2 Date 5-15-02
Addenda No. 5 Date s_ A:y
Addenda No. Date
Date: May 20, 2002
D p "
;I;t4 ID,
Authorized Signature
Miko P n1ac
(Printed or Typed Name)
Brown -McKee, Inc.
Company
East
S1 aton Road
Address
Lubbock
Lubbock
City,
County
Texas
,_ 79404
State
Zip Code
Telephone: 806 -
Fax: 806 - 7
MIWBE Finn: Woman I I Black American Native American
HismnlcAmencan I I Asian Pacific American Other(Specify) d
2
J
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
1, 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.
Contractor- Si nature-"`.--'
( 9 )
Mike P. 01es
Contractor (Print)
CONTRACTOR'S FIRM NAME: Brown -McKee, Inc.
(Print or Type )
CONTRACTOR'S FIRM ADDRESS: 906 East S1 aton Road
Lubbock, Texas 79404
Name of AgentBroker:
Address of AgentBroker:
City/State/Zip
See Attached
See Attached
See Attached
Agent/Broker Telephone Number. (
Date: 5 -20-02
See Attached
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 #096-02/13M - PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
4
Attachment to Insurance Requirement Affidavit
Insurance Agents
General Liability & Umbrella
David Brenholtz Insurance
8802 Urbana
Lubbock, Texas 79424
(806)866-0870
Automobile Liability
J. E. Murfee & Son Insurance
1310 Texas Avenue
Lubbock, Texas 79401
l
(806)763-5311
Worker's Compensation
�r
Employers General Insurance Group
4010-82na Street
Lubbock, Texas 79423
i=l
�I
1
(806)784-0181
UN= FIRE & CAsuALTY COMPANY
118 Second Avenue SE PO Box 73909
Cedar Rapids, Iowa 52407-3909 319-399-5700
(A Stock Company)
BID BOND
Know ALL BY THsE PRFSENTS, that BROWN—MCKEE , INC.
as Principal, hereinafter called the Principal,
and the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as
Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF LUBBOCK
as Obligee, hereinafter called the Obligee,
in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID-------------- -- Dollars
(S --------- 5 %------- j', for the payment of which sum well and truly to be made, the said principal and the said
Surety, bind ourselves, our hens, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for I TB # 0 9 6 — 0 2 / BM
PUMP INSTALLATION AT THE LUBBOCK WATER
RECLAMATION PLANT
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 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 2 0 TH day of MAY A.D. , 2 0 0 2.
BROWN—MCKEE, INC. (Seal)
7 C� ^ J' —...� cipa!)
(w►tness) MIKE OLES (ride) PRESIDENT
(wimess)
UNITED FIRE & CASUALTY COMPANY (Seal)
By
DEEDEE BRINKER (AnorneTw-fact)
CONT 00010798
UNITED ME & CAS04uri A COMNY
�n
HOME OFFICE -CEDAR RAPIDS, IOWA
S 0 ows..".: bi 96tory instWer similar NDS
ings an other o r #n
awful bond undertakings haki d, 4 of simil nature: f ll* U
'ANY thereby as fully and to the same extent as if such instruments were signed by
&:CASUALTY„OF 0
CC 6ts;- of said Attorney P.UVsu t t authority an,.- q 4.0 Qrf
PAYMENT BOND
:1
CQtdD CHECK
BEST RATIND
LICENSED N TEXAS
DATE BY
BOND NO. 54-130419
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCKEE, INC. (hereinafter called the Principal(s), as
Principal(s), and
UNITED FIRE & CASUALTY COMPANY
(hereinafter called the Sure f fflW"dSTVY � ���q � r the
Obligee). in the amount of Nn-------------------`adltSrs ae
United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators,
l 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 the13TH day of
JUNE 2002 , to BID #096-02/BM
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
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
a 13 TH day of JUNE 20_Q2_.
UNITED FIRE & CASUALTY COMPANY
Surety
j�
*By.
(Title) DEEDEE BRINKER
ATTORNEY -IN -FACT
BROWN-MCKEE, INC.
(Company Name)
By; MIKE OLES
' (Printed Name)
(Signature)
PRESIDENT
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates DEEDEE BRINKER an agent resident in Lubbock County to whom any requisite notices may be delivered
l and on whom service of process may be had in matters arising out of such suretyship.
J UNITED FIRE & CASUALTY COMPANY
ll Surety
By. LLA-L� 62t��
l (Title) DEEDEE BRINKER
ATTORNEY —IN —FACT
Approved as to form:
ICity of Lubbock /
By:
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
�.1
1
_J
_l
2
-1
rl. "
DEBT RATING
L p C LASED
DATE TiXAS
BY
PERFORMANCE BOND
BOND NO. 54-130419
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 BROWN -MC a �inafterC celled the Princi al s as Princ' al s and
pO, �O,
UNITED FIRE & CASUALTY COMPANY
(hereinafter called the Sure a rp-1 vW,%j jl� jngffIyARt%th I ock (�r q` the
Obligee), in the amount of & O ------------------ h�a e
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.
l WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 13 TWay of
1 JUNE .200zto BID #096-02/BM
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
If copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas 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 13TH
day of JUNE . 20 0 2 .
UNITED FIRE & CASUALTY COMPANY
Surety
*BY:
(Title) DEEDEE BRINKER
ATTORNEY -IN -FACT
BROWN-MCKEE, INC.
(Company Name)
By: MIKE OLES
(Printed Name)
(.:�
(Signature)
PRESIDENT
(Title)
JThe un et �ign�ed �tre mpany represents that it is duly qualified to do business in Texas, and hereby
designates DEEDEE B —Uent 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.
UNITED FIRE & CASUALTY COMPANY
Surety
*By:
(Title) DEEDEE BRINKER
ATTORNEY —IN —FACT
Approved as to Form
City of JLubbock
City Attorney
" Note: if signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
2
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may call United Fire & Casualty Company's toll -free telephone number for
information or to make a complaint at:
800-343-9130
You may also write to United Fire & Casualty Company at:
United Fire & Casualty Company
Attn: Bond Department
P.O. Box 73909
Cedar Rapids, IA 52407-3909
-or street address -
United Fire & Casualty Company
l Attn: Bond Department
J 118 2nd Avenue SE
Cedar Rapids, IA 52401
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only
J and does not become a part or a condition of the attached document and is
given to comply with Section 2253.48, Government Code, and Section 53.202,
Property Code, effective September 1, 2001.
No Text
CERTIFICATE OF INSURANCE
ACORDDATE (MMIDDrrO
n, CERTIFICATE OF LIABILITY INSURANCE 06/11/2002
PRODUCER (806)866-0870 FAX (806)866-0871 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
_IDavid Brenhol tz Insurance Agency, Inc. HOLDER. THERS NO RIGHTS UPON THE CERTIFICATE
IS CERTIFICATE DOES NOT MEND, EXTEND OR
8802 Urbana ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
r Lubbock, TX 79424
I INSURERS AFFORDING COVERAGE
SURED Brown - McKee, Inc. INSURER A: Clarendon
P. 0. Box 3279 INSURER B: Royal Surplus Lines
Lubbock, TX 79453 INSURERC:
I INSURERDr.
INSURER E:
QAVFROGFS
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMfDDrYYI
POLICY EXPIRATIONLTR
0—
LIMITS
GENERAL LIABILITY
HML0000960
04/10/2002
04/10/2003
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL. GENERAL LIABILITY
FIRE DAMAGE (Arty one fire)
$ 50,000
CLAIMS MADE rkl OCCUR
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
A
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMB APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
POLICY JECaT LOC
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
t
ANY AUTO
(Ea adenq
aa
BODILY INJURY
$
ALL OWNED AUTOS
SCHEDULED AUTOS
Per Peon)
BODILY INJURY
$
HIRED AUTOS
C,
NON -OWNED AUTOS
(Per aecideno
PROPERTY DAMAGE
$
id
Ter aooenQ
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS LIABILm
2HN017 731
04/10/2002
04/10/2003
EACH OCCURRENCE
$ 5,000,000
IOCCUR
CLAIMS MADE
AGGREGATE
$
$
!B
$
DEDUCTIBLE
$
RETENTION S
WORKERS COMPENSATION AND
TA
TORY UMRS ER
EMPLOYERS LIABILITY
EL EACH ACCIDENT
_
$
EL DISEASE - EA EMPLOYE
$
EL DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUSION; ADDED BY ENDORSEMENTISPECIAPROVISIONS
�E: Bid #096-02/BM - Pump Installation at the Lubbock Water Reclamation Plant - $196,655.
ertificate Holder as Additional Insured.
aiver of Subrogation in favor of Certificate Holder.
CERTIFICATE HOLDER
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Lubbock BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
P . 0. Box 2000 ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Lubbock, TX 79457 TH RIZEDREPRE ENT
'CORD 26S (7/97) GACORD CORPORATION
t
l
r'
Ij
L IMPORTANT
I
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
l+ If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
1 require an endorsement. A statement on this certificate does not confer rights to the certificate
J holder in lieu of such endorsement(s).
I_.
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
s the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
'i
ACORDn, CERTIFICATE OF LIABILITY INSURANCE
6 11 200
PRODUCER Serial #
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
NATIONAL GENERAL AGENCY
P. 0. BOX 219010
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
DALLAS, TEXAS 75221
INSURED
INSURER A. TX WORKERS' COMP INS. FUND
BROWN MCKEE, INC.
INSURER B: GREAT AMERICAN INSURANCE GROUP
P. O. BOX 3279
INSURER C:
LUBBOCK, TEXAS 79452
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER
DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN
IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID
CLAIMS,
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POUCY EXPIRATIONLTR
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
FIRE DAMAGE (Any ont fire)
$
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GENERAL AGGREGATE
S
GE-N'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$
SROT- LOC
POLICY F7
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTYDAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
I $
OTHER THAN EA ACC
AUTO ONLY: AGG
( $
ANY AUTO
$
EXCESS LIABILITY
OCCUR CLAIMS MADE
EACH OCCURRENCE
j $
AGGREGATE
$
$
DEDUCTIBLE
$
Is
RETENTION $
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TSF-0001075056
01-01-2002
01-01-2003
OTH-I
X I TVv'OCRYSTATLIMITU-S i Et R
E.L. EACH ACCIDENT
$ 500,000
E.L. DISEASE - EA EMPLOYO
$ 500,000
E.L. DISEASE - POLICY LIMIT
1 $ 500,000
B
OTHER
DEDUCTIBLE $ 1,000
INLAND MARINE
TIM9-05-02-98
01-01-2002
01-01-2003
PER OCCURRENCE $2,500,000
ALL RISK
PER LOCATION $2,500,000
DESCRIPTION OF OPERATIONSa-OCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
RE: ITB #096-02/BM — PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT.
*POLICY.IS ENDORSED TO PROVIDE WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER IF
-j THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED AND THE CERTIFICATE HOLDER REQUIRING
THE ABOVE. 30 DAYS NOTICE OF CANCELLATION HAS BEEN ADDED TO THESE POLICIES BUT SUBJECT TO
10 DAYS NOTICE DUE TO NON—PAYMENT OF PREMIUM.
CITY OF LUBBOCK
P.O. BOX 2000
-} LUBBOCK, TX 79457
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATI
AUTHORIZED PRES T VE OF I ND SURANCE AGENCY
ERY L. ANTHONY
ACORD 25-S (7197)
CAFMPROkCERTPROS. W EB
O ACORD CORPORATION 1981
IINSURED
• Brown -McKee, Inc.
P O Box 3279
Lubbock, TX 79452
................... 06/12/0:
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES` NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANY
A Travelers
COMPANY
B
COMPANY
C
COMPANY
D
of Connectic
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTRTYPE OF INSURANCE I POLICY NUMBER I DATE CTIVE I POLICY DATE (MM/DD/YV)N I UNITS
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
OWNER'S & CONTRACTOR'S PROT
AUTOMOBILE LIABILITY
X
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
X
HIREDAUTOS
X
NON-OWNEDAUTOS
GARAGE LIABILITY
7 ANY AUTO
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS'UABIUTY
THE PROPRIETOR/ R
INCL
PARTNERS/DECUTIVE
OFFICERS ARE: EXCL
OTHER
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
PERSONAL & ADV INJURY $
EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MED EXP fAnv one Denson) S
CAP965K878202 04/10/02 04/10/03 COMBINED SINGLE LIMIT $
BODILY INJURY $
(Per person)
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE 1 $
AUTO ONLY - EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
EACH OCCURRENCE $
AGGREGATE $
$
EL EACH ACCIDENT S
EL DISEASE - POLICY LIMIT $
EL DISEASE - EA EMPLOYEE $
100000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
�lant
E: Bid #096-02/BM - Pump Installation at the Lubbock Water Reclamation
- $196,655. Certificate Holder as Additional Insured.
Waiver of Subrogation in favor of Certificate Holder.
jMF
r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
C
1 l ty of Lubbock 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
1I P.O. Box 2000 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Lubbock, TX 79457 1 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
I AUTHORI5WpEPRESENTATIVE
TO: CITY OF LUBBOCK
P.O. BOX 2000
LUBBOCK, TX 79457
CERTIFICATE OF INSURANCE
DATE:
TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name 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.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protecdv
Each Occurrence $
❑
Fire Damage (Any one Fire)
Med Exp (Any one Person)
$
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
0 All Owned Autos
Bodily Injury (Per Person) $
0 Scheduled Autos
Bodily Injury (Per Accident)
$
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
0 BUILDER'S RISK
0 100% of the Total Contract Price
$
0 INSTALLATION FLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Offloers are:
Disease Policy Limit $
Disease -Each Employee $
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 written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
MUST BE SENT TO THE CITY OF LUBBOCK
(Name of Insurer)
By:
Title:
1
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
Ij 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;
(8) 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
CONTRACT
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13th day of June, 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 BROWN-MCKEE, INC. of the CITY OF LUBBOCK, COUNTY OF LUBBOCK and
the STATE OF TEXAS 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
l described as follows:
BID #096-02/BM - PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT - $196,655.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents,and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbo Lubbock County,
Texas in the year and day first above written.
ATTEST: CITY OF BBOCK, WNER)
6LC—� r By:
City Secretary MAY
A R AS C E T.
CONTRACTOR:
-, Owner's Representative
APPROVED AS TO FORM:
City Attorney
A
orporate ecr t
BROWN-MCKEE, INC. %n
PRINTED NAME:
TITLE: / /eyyew-
COMPLETE ADDRESS:
Brown -McKee, Inc.
906 East Slaton Road
Lubbock, TX 79404
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
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 BROWN-MCKEE, INC. who has agreed to perform the work embraced in this
contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative CHES CARTHEL, SENIOR CIVIL ENGINEER, so designated
who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors
as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
w.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.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents
has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
fumish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be bome by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
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.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
_sl men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owners Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owners 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 Owners 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 Owners Representative, be uncovered for examination
at Contractors 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 Owners 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 Owners 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 Owners Representative, it must, if requested by the Owner or Owners Representative,
be uncovered for observation and testing at the Contractors expense. The cost of all such inspections, tests and
approvals shall be bome by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractors expense.
Neither observations by the Owner or Owners Representative, nor inspections, tests, or approvals made by
Owner, Owners Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owners 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 Owners 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 Contractors expense.
4
{ 23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already famished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
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
1 methods: F
1 Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
!! Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
ti 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
ti 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
=l must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
J 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.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions In
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then It shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specked, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attomeys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
6
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and cant' at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
The Certificates of Insurance furnished by the Contractor and Subcontractors shall name the City of
Lubbock as an additional insured. If no subcontractors will be used, said Insurance certificate shall be
accompanied by a written statement from the Contractor stating to the effect that no work on this
particular project shall be subcontracted.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined
Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
Heavy Equipment Endorsement
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit.
This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of L0 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.
1. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 0406.096, 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
8
(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;
(a) 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.
J 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
G.
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
Insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date bome by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
currant 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;
10
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Workers Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
Insurance. This Includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, 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 filed with the appropriate
Insurance carrier or, in the case of a self -insured, with the
commission's Division of Self-insurance Regulation.
Providing false or misleading Information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions";
('iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, If the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
11
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter,
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (1)4viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and fumishers 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 fumish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
12
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500 (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.
35. TIME AND ORDER OF COMPLETION
iIt 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
P �
13
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be fumished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various Gasses of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be fumished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
14
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
from or growing out of the performance of this contract.
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
itt if the work be found to be substantially completed in accordance with the contract documents, the Owner's
_i 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.
15
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
16
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after
written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the
written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety
on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be
delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no
further notice of such non-compliance to Contractor shall be required.
After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any
machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and
equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the
Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or
credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for
under paragraph 24 of this contract); it being understood that the use of such equipment and materials will
ultimately reduce the cost to complete the work and be reflected in the final settlement.
In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice
hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with
diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract
documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or
otherwise, including, but not limited to, providing for completion of the work in either of the following elective
manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and
supplies as said Owner may deem necessary to complete the work and charge the expense of such labor,
machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall
be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
y and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
` '� 17
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to 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. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to 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.
is
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
19
CURRENT WAGE DETERMINATIONS
RE: RESOLUTION NO.6262, ITEM NO.39, APRIL 8, 1999
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.50
Air Conditioner Installer -Helper
6.25
Asbestos Worker
9.00
Asbestos Supervisor
12.50
Bricklayer
12.50
Bricklayer -Helper
7.00
Carpenter
11.00
Carpenter -Helper
7.00
Cement Finisher
8.00
Drywall Hanger
11.00
Electrician
13.75
Electrician -Helper
7.00
Equipment Operator -Heavy
9•50
Equipment Operator -Light
8.50
Floor Installer
9.50
Glazier
10.50
Insulator-Piping/Boiler
11.50
Insulator -Helper
7.00
Iron Worker
11.00
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
Plumber -Helper
7•00
Roofer
9•00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
Welder -Certified
11.00
1
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
raft
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
rY Form Setter -Helper
6.25
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
8.00
Mechanic -Helper
�a
7.00
Power Equipment Operators
Asphalt Paving Machine
775
Bulldozer
8.
8.0000
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
Uy�
�1
2
I
0
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
i
The rate for legal holidays shall be as required by the fair Labor Standards Act.
3
SPECIFICATIONS
SOUTHWEST WATER RELAMATION PLANT
LUBBOCK,TEXAS
EFFLUENT PUMPING STATION #1 PUMP EP-806
EFFLUENT PUMPING STATION #2 PUMP EP-4004A
TECHNICAL SPECIFICATIONS
APRIL 2002
TABLE OF CONTENTS
SOUTHWEST WATER RELIIVIATION PLANT
EFFLUENT PUMPING STATION #1 PUMP EP-806 &
EFFLUENT PUMPING STATION #2 PUMP EP-4004A
TECHNICAL SPECIFICATIONS
00010 Table of Contents
DIVISION 1— GENERAL REQUIREMENTS
01100 Summary of Work
01330 Administrative Requirements
01740 Contract Closeout
DIVISION 15 — MECHANICAL
15135 Vertical Turbine Pumps
DIVISION 16 — MOTORS
16220 Electrical Motors
SWRP EP#1 & EP#2 Rehabiliation 00010-1
4/26/2002
SECTION 01100
SUMMARY OF WORK
PART1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings, General Conditions of the Agreement and Division 1 — General
Requirements.
1.02 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Work sequence.
1.03 WORK COVERED BY CONTRACT DOCUMENTS
A. Work of this contract consists of installation and construction of two (2) 10
1( Million Gallon per Day (MGD) pumps and two (2) 450-Horsepower motors
for the Lubbock Water Reclamation Plant. The pumps will be installed at
Effluent Pumping Station #1 (EPS#1) and Effluent Pumping Station #2
j(EPS#2). The existing pumping stations will be in service while the new
pumps are installed.
B. Each pumping station shall have installed: 1 new pump with motor according
to the plans and specifications. The motors will be designed to be connected to
Variable Frequency Drives.
C. Perform work under a single fixed price contract.
D. Contract time for the work to be performed will be 7 weeks (49 calendar days)
from the date of Notice to Proceed. Notice to Proceed will be given with the
award of the contract. The Liquidated damages will be $500.00 per day.
1.04 CONTRACTOR USE OF SITE
A. The Contractor shall be required to follow all safety and security procedures
prescribed by the City of Lubbock Public Works Division.
SWRP EP#1 & EP#2 Rehabilitation 01100 - 1 4/26/2002
B. Access to the site will be limited to:
1. Owner Personnel
2. Contractor
3. Other contractors currently executing work at existing Lubbock Water
Reclamation Plant
C. The Contractor shall coordinate the construction schedule with the Owner to
avoid conflict with the Owner's operations.
D. Time restrictions for performing work: Monday to Friday 7a.m. to 5 P.M.
Request in writing 3 days in advance for work to be performed outside of this
time.
1.05 WORK SEQUENCE
A. Construct work to accommodate Owner's occupancy requirements during the
construction period, coordinate construction schedule and operations with the
Owner.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 01100 - 2 4/26/2002
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
j PART 1 GENERAL
] 1.01 COORDINATION AND PROJECT CONDITIONS
,1
A. Coordinate scheduling, submittals, and Work of the Project to ensure efficient and
orderly sequence of interdependent contract elements.
B. Verify utility requirements and characteristics of operating equipment are
compatible with site utilities.
i`.
l 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 Public Works Department shall be notified 48 hours before the planned
construction is to commence and also before starting up when construction is
interrupted for any reason.
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 7 weeks (49 calendar days) from Notice to Proceed.
G. Upon award of the contract, the Delivery and Construction Schedule will become
part of the Contract Documents.
H. The Contractor shall be issued a Notice to Proceed following the award of the
Contract, and completion of pre -construction meeting.
1.02 PRE -CONSTRUCTION MEETING
J A. Owner's Representative will schedule a meeting after award of contract.
u` B. Attendance Required: Owner's Representative and Contractor.
l SWRP EP#1 & EP#2 Rehabilitation 01300-1 4/26/2002
C. Agenda:
1. Designation of personnel representing the parties in Contact.
2. Scheduling.
3. Notice to Proceed.
4. Emergency telephone contacts for Owner and Contractor.
5. Procedures, submittals, substitutions, applications for payments, proposal
request, Change Orders, and Contract close-out procedures.
6. Submission of.
a. List of products.
1. Pump Details
2. Motor Details
b. Schedule of values.
c. Progress Schedule.
1.03 SUBMITTAL PROCEDURES
A. Shop Drawings, Design Calculations and Submittals.
Before executing any of the work, the Contractor must submit calculations
and drawings.
2. A complete set of calculations shall be submitted showing compliance
with all design criteria.
3. Drawings submitted shall include all details showing dimensions, sizes,
thickness, materials, and finishes.
B. Approved Construction Plans:
1. The Contractor shall do construction in accordance with the approved
construction plans provided for this project. The design shall comply with
all specifications, and standards.
C. Submittals for Review.
The Contractor shall submit the manufacturer's product data for all
materials used in construction of this project.
2. The Contractor shall review all required components for use in this
application to ascertain that all items will function as necessary and as
designed.
SWRP EP#1 & EP#2 Rehabilitation 01300-2 4/26/2002
a. Transmit each submittal to Project Engineer:
Chester "Ches" Carthel, P.E.
Chief Engineer
Public Works Engineering
City of Lubbock
P.O. Box 2000
1625 - 13"' Street
Lubbock, TX 79457
3. Transmit a minimum of three (3) copies (number of copies which the
j Contractor requires, plus two (2) copies which will be retained by Owner's
J Representative) of each submittal unless otherwise specified in the
individual sections.
4. Apply Contractor/Manufacturer's stamp, signed or initialed certifying that
review, approval, verification of Products required, field dimensions,
adjacent construction work, and coordination of information is in
accordance with the requirements of the Work and Contract Documents.
5. Schedule submittals to expedite the Project, and deliver to Owner's
Representative at business address. Coordinate submission of related
items.
6. For each submittal for review, allow ten (10) days excluding delivery time
to and from the Owner's Representative.
7. Identify variations from Central Documents and Product or system
limitations, which may be detrimental to successful performance of the
completed Work.
8. When revised for resubmisson, identify all changes made since previous
submission.
9. Distribute copies of reviewed submittals as appropriate. Instruct parties to
promptly report any inability to comply with requirements.
10. Submittals not requested will not be recognized or processed.
11. Submittals will not be accepted from subcontractors, suppliers, or anyone
other than the Contractor.
12. Indicate conditions requiring special attention and special environmental
criteria required for application.
t SWRP EP#1 & EP#2 Rehabilitation 01300-3 4/26/2002
1.04 SCHEDULE OF VALUES
A. Submit a printed schedule on AIA Form G703 — Application and Certificate for
Payment Continuation Sheet. Contractor's standard form or electronic media
printout will be considered.
B. Submit Schedule of Values in duplicate within 5 days after dater established in
Notice to Proceed.
C. Revise schedule to list approved Change Orders, with each Application For
Payment.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 01300-4 4/26/2002
SECTION 01740
CONTRACT CLOSEOUT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Close-out Procedures.
B. Final Cleaning.
C. Project Record Documents.
D. Warranties and Bonds.
1.02 CLOSEOUT PROCEDURES
1 A. Submit written certification that Contract Documents have been reviewed, Work
and materials have been inspected, and that Work is complete in accordance with
Contract Documents and ready for Owner's Representative review.
B. Provide submittals to Owner's Representative that are required by governing or
other authorities.
�j C. Submit final Application for Payment identifying total adjusted Contract Sum,
j previous payments, sum remaining due, and Contractors Affidavit of Bills Paid.
1.03 FINAL CLEANING
A. Execute final cleaning prior to final project inspection.
B. Remove waste, surplus materials, rubbish, and construction facilities to
designated containers to be disposed of appropriately.
1.04 PROJECT RECORD DOCUMENTS
` A. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1. Specifications.
a. Pump Specifications
b. Motor Specifications
2. Change Orders and other modifications to the Contract.
B. Ensure entries are complete and accurate, enabling future reference by Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
w
�( SWRP EP#1 & EP#2 Rehabilitation 01740 - 1 4/26/2002
:1
1.05 WARRANTIES AND BONDS
A. Provide duplicate notarized copies.
B. Execute and assemble transferable warranty documents from manufacturer
C. Submit prior to final Application for Payment.
D. For items of Work delayed beyond date of Substantial Completion, provide
updated submittal within 10 days after acceptance, listing date of acceptance as
start of warranty period.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 01740 - 2
4/26/2002
SECTION 15135
VERTICAL TURBINE PUMPS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. References
B. Vertical Turbine Can Pumps
1.02 REFERENCES
A. American Iron and Steel Institute (AISI) — Steel Products Manual
B. American Nation Standard Institute (ANSI)
C. American Society for Testing and Materials (ASTM)
D. Hydraulic Institute Standards for Vertical Turbine Pumps
E. Incase of conflict or disagreement between codes, standards, laws, ordinances,
rules, regulations, drawings and specifications, or within either document itself,
the more stringent condition shall govern.
1.03 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1. Specifications.
a. Pump Specifications
b. Motor Specifications
2. Change Orders and other modifications to the Contract.
B. Product Technical Data: Include the following, as a minimum:
1. Acknowledgment that products submitted meet requirements of standards
referenced and specifications.
2. Manufacturer's installation, operation, and maintenance instructions
3. Pump accessories data
4. Pump bearing supports, brackets, shafting details and lubrication provisions.
C. Certifications: include the following, as a minimum:
1. Certified pump performance curves
LL D. Test Results:
1. Submit certified copies of factory test reports at least 10 days before
installing equipment.
2. Reports shall include:
a. Test log
�j SWRP EP#1 & EP#2 Rehabilitation 15135 - 1 5/1/2002
j
._f
b. Description of test piping, equipment, and setup
c. Test procedure
E. Certified Performance Curves
1. Curves plotted against capacity:
a. Head
b. Bhp
c. Efficiency
d. Actual Speed
e. Net positive suction head available
2. Plot curve to be easily read at scales consistent with performance requirements
F. When pumps are fabricated, notify Owners Representative with serial number and
Owner will select pump to have a certified performance test.
G. Manufacturer's Instructions: Include instruction for storage, handling, protection,
examination, preparation, and installation
PART 2 PRODUCTS
2.01
2.02
General
A. Furnish two (2) Product Lubricated lineshaft Vertical In -line Turbine K20HC 2
stage Can Pumps manufactured by National Pump or equivalent approved by the
owners representative. install the pumps at the locations and elevations indicated
on the drawings.
B. Design and fabricate pumps in accordance with all applicable Hydraulic Institute
Standards for Vertical Turbine Pumps and the AWWA specifications.
C. Pumps are to be driven at 1800rpm via a 450 horsepower, WP1, NRR, 480 VAC,
VHS, US Electrical Motor connected to a Variable Frequency Drive.
D. The pump shall comply with all local and state sanitary and safety regulations.
Conditions of Service
A. Two pumps will pump treated effluent water from the existing effluent pumping
stations.
B. The design conditions shall meet the conditions of 7,000gpm @ 180 feet TDH
with a minimum bowl efficiency of 85 percent. The pumps must also meet a
secondary duty point of 4,900gpm @ 150 feet TDH with a minimum bowl
efficiency of 87 percent.
C. The overall length: Bottom of discharge head to bottom of bowl shall be:
1. EP4806 = 25 feet
2. EP#4004A = 24 feet
D. Maximum allowable speed shall be 1800rpm.
SWRP EP#1 & EP#2 Rehabilitation 15135 - 2 5/1/2002
2.03 Pump Construction
A. Discharge Head
1. Shall be Fabricated Steel accurately machined with a rabbet fit for mounting
the driver and supporting the pump column assembly and with above
ground discharge flanged machined and drilled to ANSI standards for 150#
rating.
2. The discharge for both pumps shall be 16 inches nominal inside diameter.
The design shall allow for the headshaft to couple above the stuffing box.
3. The standard stuffing box shall be cast iron or fabricated steel and rated for
100 psi discharge pressure and shall contain a minimum of five acrylic
graphite packing rings and shall have a grease chamber.
4. The packing glands shall be bronze secured in place with stainless steel
studs and adjusting nuts.
5. The stuffing box bearing shall be SAE660 bronze. A rubber slinger shall be
installed on the top shaft above the packing gland.
6. The top shaft shall be constructed of 316SS and shall extend through the
stuffing box.
7. The head shaft shall be C-1045 Carbon steel. Impeller adjustment shall be
provided at the top of the headshaft by means of an adjusting nut which
shall be locked in place.
B. Column Pipe:
1. Shall be constructed with ASTM A53 grade B Steel Pipe, sized such that
the friction loss will not exceed 5 feet per 100 feet based on the rated
capacity of the pump.
2. Shall be furnished in interchangeable sections not more then ten feet in
length and shall be flanged connections.
C. Lineshafts:
1. Shall be constructed of 316SS and shall be furnished in interchangeable
section not more then ten feet in length.
2. To ensure accurate alignment of the shafts, they shall be straight within
0.005 inches total indicator reading for a 10 foot section.
3. Shall be provided with 316SS sleeves at the location of couplings and shall
be held in place by epoxy coated steel bearing retainers with Zincless
Bronze bearings at each threaded joint.
D. Bowl Assembly's:
1. Shall be constructed of Zincless Bronze and shall be free of blow holes,
sand holes, or other detrimental faults and shall be accurately machined and
fitted to close tolerances.
2. Shall be provided with Zincless Bronze bearings. The intermediate bowls
shall be fitted with replaceable wear rings of Zincless Bronze.
E. Impellers:
1. Shall be of Zincless Bronze and shall be enclosed type, accurately
machined, balanced, and fitted for optimum performance.
2. Shall be securely fastened to the shaft with a taper split collet of 316SS.
}{ SWRP EPA & EP#2 Rehabilitation 15135 - 3 5/1/2002
F. Suction Case:
l . Shall be fitted with replaceable wear rings of Zincless Bronze, grease
packed Zincless Bronze bearing and protected by a Zincless Bronze Sand
Collar.
G. Bowl Shaft shall be constructed of 316 Stainless Steel
PART 3 EXECUTION
3.01 INSTALLATION
A. Install equipment as shown on Drawings and in accordance with manufacturer's
direction.
B. Construct subbases level in both directions. Particular care shall be taken at hold
down bolt locations so these areas are flat and level.
C. Align vertically and horizontally level, wedge and plumb units to match piping
interfaces.
D. Assure no unnecessary stresses are transmitted to equipment flanges.
E. Permit piping connection to equipment to freely move in direction parallel to
longitudinal center line when and while bolts are in connection flange are
tightened.
F. Grout Equipment into place prior to final bolting of piping but not before initial
fitting and alignment.
G. Provide pressure gauge on discharge of each pump.
1. Gauge will consist of a pressure transmitter and a valve. The Transmitter
will generate a 4 to 20mA signal as an input to the existing SCADA system.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 15135 - 4 5/1/2002
SECTION 16220
ELECTRICAL MOTORS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. References
B. Electrical Motors
1.02 REFERENCES
A. ANSM EEE C2 — National Electrical Code
B. American Nation Standard Institute (ANSI)
C. American Society for Testing and Materials (ASTM)
D. ETL Testing Laboratories, Inc. (ETL)
E. Nations Electrical Code (NEC)
F. Underwriters Laboratories, Inc. (UL)
G Incase of conflict or disagreement between codes, standards, laws, ordinances,
rules, regulations, drawings and specifications, or within either document itself,
the more stringent condition shall govern.
1.03 PROJECT RECORD DOCUMENTS
A Product Technical Data: Include the following, as a minimum:
1. Acknowledgment that products submitted meet requirements of standards
referenced and specifications.
2. Manufacturer's installation, operation, and maintenance instructions
B. Ensure that submittals for motors clearly indicate the equipment is UL or ETL
listed or is constructed utilizing Ul or UL recognized components. Where a U1
standard has not been established, clearly identify that no U1 standard exists for
that equipment.
} PART 2 PRODUCTS
2.01 General
A. Furnish two (2) Electrical Motors to be installed with the specified pumps.
SVW EP#1 & EP#2 Rehabilitation 16220 - 1 5/l/2002
ti r
B. Motor shall be designed:
1. Nema Standard Design B
2. Vertical Hollow Shaft high thrust
3. WP-1 Enclosure
4. Rated at 450 Horsepower
5. Squirrel cage induction full voltage type starting
6. Powered by electrical service rated at 480 volts, 60 hertz, 3 phase
7. Each motor shall be capable of driving the pump under all head conditions
with out exceeding the rated capacity of the motor.
8. Motors shall have class F insulation and 1.15 service factor
9. Motors shall be Variable Frequency Drive compatible and equipped with
normally closed thermostats.
10. Motors shall have a minimum efficiency of 93.5% per IEE 112-E Test
Standard, Method B
PART 3 EXECUTION
3.01 INSTALLATION
A. Install equipment as shown on Drawings and in accordance with manufacturer's
direction.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 16220 - 2 5/l/2002
MAP IN FILE
SEE
RESOLUTION
159 A t/ l/
Please have this letter and the enclosed duplicate signed where provided below and return one
fully -executed letter agreement to me.
Thank you for your consideration.
City of Lubbock:
By: �.
Marc McDo al
Mayor
By:
arle
Alrectoro/fAviation
By: �iy� /
William deHaas
Competition and Contracts Attorney
Very truly yours,
APCOA/Standard Parking, Inc.
By:6�� " Z'
William H. B agim
Senior Vice P(,".denh
ATTEST:
By:
RebErcca Garza
City Secretary
n:Uegallagreements n - 3300 to 339913351jcbdrafW3.doc
Loc.02751
No Text
Resolution No. 2002-R 0232
June 13, 2002
Item No. 33
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 pump
installation at the Lubbock Water Reclamation Plant, by and between the City of
Lubbock and Brown -McKee, Inc. of Lubbock, Texas, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein
and shall be included in the minutes of the City Council.
Passed by the City Council this 13th
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT:
Victor Kilman, Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs/ccdocs/Contract-Brown-Mckee-Pump Installaiton
May 31, 2002
day of June , 2002.
No Text
BEST RATING
LICENSED IN TEXAS
DATE jwl6. By
CITY OF LUBBOCK
SPECIFICATIONS FOR
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION
PLANT
ITB #096-02/BM
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
A
No Text
E,
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13TH STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
ITB # 096-02/13M. Addendum # 3
ADDENDUM # 3
ITB # 096-02/BM
Pump Installation at the Lubbock
Water Reclamation Plant
MAILED TO VENDOR: May 15, 2002
CLOSE DATE: May 20, 2002 @ 2:00 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. City crews will have the existing pump at Effluent Pumping Station #2 removed prior to any installation work.
There is no existing pump at Effluent Pumping Station #1.
2. Elevations of the pump base and the centerline of the header tie will be acquired by the city and provided for
the fabrication of the pump head. This will allow for proper alignment, although the pump will not be hooked up
to the header.
3. If possible the existing Anchor Bolts are to be used. If the bolts are not long enough or require replacing for
any reason, new bolts will need to be installed with epoxy at the contractors' expense.
4. The City does not require any specific type of grout for the pump base.
5. The pressure gauge, specified in Section 15135-4, paragraph 3.01 G., will be installed on the discharge of the
new pumps not the header pipe.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, 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
Bruce MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
en ITB 096-021BM Add#3
No Text
ITB # 096-02/BM. Addendum # 2
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
ADDENDUM # 2
ITB # 096-02/BM
Pump Installation at the Lubbock
Water Reclamation Plant
MAILED TO VENDOR: May 15, 2002
CLOSE DATE: May 20, 2002 @ 2:00 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. It is the City's intent to award the contract within 5 days after the close date.
All requests for additional information or clarification must be submitted in writing and directed to:
Questions may be faxed to:
or Email to:
Bruce MacNair, 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
L
Bruce MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
r..
ITB 096-02/BM Add#2
No Text
■
ITB # 096-02/BM, Addendum # 1
City of ubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13T" STREET
LUBBOCK, TEXAS 79401
PH: (806) 775-2167 FAX: (806) 775-2164
http://purchasing.ci.lubbock.tx.us
ADDENDUM # 1
ITB # 096-02/BM
Pump Installation at the Lubbock
Water Reclamation Plant
MAILED TO VENDOR: May 14, 2002
CLOSE DATE: May 20, 2002 @ 2:00 P.M.
The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any
item called for in the ITB documents is supplemented here, the original requirements, not affected by this
addendum, shall remain in effect.
1. The 49 days will begin from the award of the contract. Delivery time on the pumps is critical to this project.
There are pump manufactures that can meet this 49-day requirement. Therefore the contract time is as
quoted: 49 days from award.
2. There will not be any piping to tie into. The City of Lubbock will be connecting the pumps to the headers. The
installation that is required in this bid includes the setting of the pump and motor on the pump stand.
3. There will not be any electrical hookup required in this bid. The Drives and Motor Controls are bid separately
and the electrical hookups to the motors are included in that bid.
4. A copy of the Prebid meeting attendee sign -in sheet is attached.
All requests for additional information or clarification must be submitted in writing and directed to:
Bruce MacNair, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
or Email to: bmacnair@mail.ci.lubbock.tx.us
rpm
THANK YOU,
�-* CITY OF LUBBOCK
Bruce MacNair
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
n�+
�.,, ITB 096-02/BM Add#1
No Text
PREBID #096-02/BM
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
May 13, 2002 @ 10:00 AM
PLANNING CONFERENCE RM 107
PLEASE PRINT
COMPANY
REPRESENTATIVE
MAILING ADDRESS
TELEPHONE
NUMBER
FAX
NUMBER
E-MAIL
ADDRESS
City of Lubbock
BRUCE MACNAIR
P.O. Box 2000
City: Lubbock
State, Zip Code: Texas 79457
(806)775-2163
(806)775-2164
BMacnair@mail.ci.lubbock.tx.us
��Z ��Li��►Cv�fi
Jirnl�c��Yi.�
��50� �licv,s
Address: 09, r3r-q- 3 7
city: C4%n ovn
(W&
6�)L.9y,5q�I
j b;p(01?0i-
State Zipode: 'TX 7 �Oi
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zi Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, ZIP Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
No Text
PREBID #096-02/13M
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
May 13, 2002 @ 10:00 AM
PLANNING CONFERENCE RM 107
PLEASE PRINT
COMPANY
REPRESENTATIVE
MAILING ADDRESS
TELEPHONE
NUMBER
FAX
NUMBER
E-MAIL
ADDRESS
City of Lubbock
BRUCE MACNAIR
P.O. Box 2000
City: Lubbock
State, Zip Code: Texas 79457
(806)775-2163
(806)775-2164
BMacnair@mail.ci.lubbock.tx.us
%
Address: VC r. �,7
State, Zip Code: 22
L %� 4 C C �C
h C' ✓ ✓' \ L r�� fL['
Y
Address: p
City: L
7 7 S- Z; ti Z
-7 -75- 33 9 q
State, Zip Code: 9 e4 4-
eik2r-Ii' (,1z,4
Address: . y. e- x S
City: go!]f::vi�il�N
State, Zi Code:
/
5*1 t-35
Address:
City:-
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
( )
( )
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
Address:
City:
State, Zip Code:
No Text
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
ADDRESS: LUBBOCK, TEXAS
MR
ITB NUMBER: 096-02/13M
PROJECT NUMBER: 90127.9226.30000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
cz
No Text
r+
INDEX
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS
4.
PAYMENT BOND
5.
PERFORMANCE BOND
6.
CERTIFICATE OF INSURANCE
7.
CONTRACT
8.
GENERAL CONDITIONS OF THE AGREEMENT
9.
CURRENT WAGE DETERMINATIONS
10.
SPECIFICATIONS
r*
No Text
NOTICE TO BIDDERS
p
FIR
am
No Text
W
NOTICE TO BIDDERS
ITB #096-02/13M
PM
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock R.M. on the 20th day of May, 2002, or as changed by the issuance of formal addenda to all planholders, to
urniSh all labor and materials and perform all work for the construction of the following described project:
"PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in
the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock D.m. on the 20th dav of May. 2002. and the City of Lubbock City Council will
consider the bids on the 13th day of June 2002 at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon
thereafter as may be reasonably convenient, su Ject to the right to reject any or all bids and waive any formalities. The
successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful
bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of
100% of the total contract price in the event that said contract price exceeds $25,000, Said statutory bonds should be
issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after
notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid
conference on 13th day of May. 2002 at 10:00 o'clock a.m., in the Planning Conference Room 107, Lubbock, Texas.
Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13' Street, Lubbock,
Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained from City of Lubbock,
Purchasing Department, Room L04, 1625 13th Street, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and
specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel
shipment, the bidder will incur shipping charges and must fumish the name of the service to be used and the bidder's
account number.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
om qii�A
VICTOR KILMAN
PURCHASING MANAGER
No Text
GENERAL INSTRUCTIONS TO BIDDERS
No Text
GENERAL INSTRUCTIONS TO BIDDERS
1 BID DELIVERY. TIME & DATE
1.1
The City of Lubbock is seeking written and sealed competitive bids to furnish PUMP INSTALLATION AT
THE LUBBOCK WATER RECLAMATION PLANT per the attached specifications and contract
documents. Sealed bids will be received no later than 2:00 p.m. CST, the 20th day of May, 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 #096-02/13M, PUMP INSTALLATION AT THE
F"
LUBBOCK WATER RECLAMATION PLANT" and the bid opening date and time. Bidders must also
" include their company name and address on the outside of the envelope or container. Bids must be
addressed to:
Victor Kilman, Purchasing Manager
City of Lubbock
1625 13th Street, Room L-04
Lubbock, Texas 79401
- 1.2
Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a
bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver
bid, we suggest that he/she use some sort of delivery service that provides a receipt.
1.3
Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier
service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic
"^
transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS.
1.4
The City of Lubbock reserves the right to postpone the date and time for opening bids through an
addendum.
2 PRE -BID MEETING
2.1
For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda
as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory are -bid meeting
will beheld at 10:00 a.m.. May 13th. 2002 in Planning Conference Room 107, Lubbock, Texas. All
personsattending 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.
3 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 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 facilityregarding this bid should be disregarded in
preparing responses.
.� 1
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents,
shall be given to the Purchasing Manager and a clarification obtained before the bids are received,
and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it
shall be deemed that the bidder fully understands the work to be included and has provided
sufficient sums in its bid to complete the work in accordance with these plans and specifications.
If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions,
then it shall be deemed for all purposes that the plans and specifications are sufficient and
adequate for completion of the project. It is further agreed that any request for clarification must
be submitted no later than five (5) calendar days prior to the opening of bids.
5 BID PREPARATION COSTS
5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the
preparation and submission of a bid.
5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or
equipment.
5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder.
6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT
6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision,
including trade secrets and commercial or financial information, clearly identify those portions.
6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to
release such information initially, but please note that the final determination of whether a particular
portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from
public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the
event a public information request is received for a portion of your bid that you have marked as being
confidential information, you will be notified of such request and you will be required to justify your legal
position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In
the event that it is determined by opinion or order of the Texas Attorney General or a court of competent
jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the
Government Code and Section 252.049 of the Local Government Code, then such information will be
made available to the requester.
6.3 Marking your entire bid CON FIDENTIAL/PROPRIETARY is not in conformance with the Texas Open
Records Act.
7 LICENSES, PERMITS, TAXES
The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may
be required to pay.
8 CONFLICT OF INTEREST
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.
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, recipient's decision, opinion, recommendation, vote or any other
exercise of discretion concerning this bid.
i
9 CONTRACT DOCUMENTS
9.1 All 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. p The contract documents, may be examined without charge as noted in the Notice
to Bidders.
11
BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS
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.
BRUCE MACNAIR, SENIOR BUYER
City of Lubbock
162513"' Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: BMacnair@maii.ci.lubbock.tx.us
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within FORTY-NINE (49)
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
contract documents.
14 AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute
an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements
contemplated by the contract documents have been paid in full and that there are no claims pending, of which the
Contractor has been notified.
am 3
15 MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will
be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until
incorporated into the project. The presence or absence of a representative of the City on the site will not relieve
the Contractor of full responsibility of complying with this provision. The specifications for materials and methods
set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to
procure a satisfactory project.
16 GUARANTEES
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.
18 PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials,
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by
the intended contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule.
4
0
19 TEXAS STATE SALES TAX
19.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions
of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act.
19.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the
materials to be incorporated into the work without paying the tax at the time of purchase.
20 PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the
project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the
location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve
the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
21 BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
^^ necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of
barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of
acceptance of the project.
22 EXPLOSIVES
22.1 The use of explosives will not be permitted unless written permission to do so is obtained by the
Contractor from the City. In all cases where written permission is obtained for the use of explosives, the
Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of
the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use
utmost care so as not to endanger life or property and the Contractor shall further use only such methods
as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity.
22.2 Explosive materials shall not be stored or kept at the construction site by the Contractor.
22.3 In all cases where explosives are to be used during the construction of the project contemplated by this
contract, it shall be the duty of the Contractor to notify each utility company having structures (above or
below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such
notice shall be given sufficiently in advance to enable the companies to take such steps as they may
deem necessary to protect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
23 CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the
work is in progress under this contract. The successful bidder shall be required to furnish the name, address and
telephone number where such local representative may reached during the time that the work contemplated by
this contract is in progress.
24 INSURANCE
24.1 The Contractor shall "nofcomrrie ce 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
P"
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.
25 LABOR AND WORKING HOURS
25.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages
included in these contract documents. The wage rate that must be paid on this project shall not be less
than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The
bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil
Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations
thereunder. The inclusion of the schedule of general prevailing rate of per them 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.
26 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project
under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount,
not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the
work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or
Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his
classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the
copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made,
or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees
according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which
schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on
whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each
calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his
particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these
contract documents.
27 PROVISIONS CONCERNING ESCALATION CLAUSES
Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the
bidder without being considered.
6
28 PREPARATION FOR BID
28.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be
correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to
do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly
and legibly, or typewritten. In case of discrepancy between the price written in words and the price written
in figures, the price written in words shall govern.
28.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a
bid is submitted by a firm, association, or partnership, the name and address of each member must be
given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If
the bid is submitted by a company or corporation, the company or corporate name and business address
must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing
agents or others to sign bids must be properly certified and must be in writing and submitted with the bid.
The bid shall be executed in ink.
28.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and
endorsed on the outside of the envelope in the following manner:
28.3.1 Bidder's name
28.3.2 Bid for (description of the project).
28.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids,
but no bid may 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 tobe executed by bidder shall be bound and include the
following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Submittal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
.•. (f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
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 carry out the obligations of the contract and to complete the
work described therein. Evaluation of the bidder's qualifications shall include:
(a) The ability, capacity, skill, and financial resources to perform the work or provide the service required.
(b) The ability of the bidder to perform the work or provide the service promptly or within the time specified,
without delay or interference.
(c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder.
(d) The quality of performance of previous contracts or services.
31 BID AWARD
31.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to
waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole
discretion. Unless otherwise specified herein, the City shall award the bid based on the total 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.
BID SUBMITTAL
No Text
BID SUBMITTAL
L LUMP SUM BID CONTRACT
DATE: May 20, 2002
A
PROJECT NUMBER: #096-02/BM - PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
law Bid of Brown -Mr Kee, Tnc _ (hereinafter called Bidder)
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your Invitation to Bid for the construction of a PUMP INSTALLATION AT THE LUBBOCK
WATER RECLAMATION PLANT having carefully examined the plans, specifications, instructions to bidders, notice to
bidders and all other related contract documents and the site of the intended work, and being familiar with all of the
conditions surrounding the construction of the intended project including the availability of materials and labor, hereby
intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications
and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses
incurred in performing the work required under the contract documents.
o,vE WWAIv460 me
MATERIALS: Six A4JAf a.-t J 7"M, r� ,5�-rl�+� A00114�c / �+ ($ %�O 2, �v %• Oo )
t�-y iv�+C iita`p.rs+��va� sc�rs..t, o
SERVICES:! dX O S� is i!/i,�►� lJa/la.�, ea% //o o '� ($ 9. %lo ao . )
wo r5�.� vDic•,e / c.��a� 7�k►d�,�.Q Z � O �o . D D �
TOTAL BID: �od✓1 k0A.IaAato S •x Do//a....,.L o e-r=
(Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govem.)
PM
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 49 (FORTY-NINE) consecutive calendar days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner
'i" as liquidated damages the sum of $5W (FIVE HUNDRED) for each consecutive calendar day in excess of the time set
forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract
documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled dosing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
1
..,. ,.
.,.�,
._.. ._
.- .. , _
e,.
.:.
,y
'.�_ .�. - ,'r �.
.. r
o
.. - '
CONTRACTORS & ENGINEERS (806) 745-4511 Phone
P.O. BOX 3279 (806) 748-1681 Fax
Lubbock, Texas 79452-3279 906 Slaton Road 79404
5/20/02
City of Lubbock, Texas
Purchasing Department
Room E04 Municipal Building
1625 13'. St.
Lubbock, Texas 79401
Ref. ITB #096-02/BM "Option"
Attn. Victor Kilman, Purchasing Manager
Sir.
Please, accept the following as an Option to the Base Bid on the above referenced
project.
Option No. 1 Due to equipment lead-time of 8 weeks Brown -McKee, Inc., is pleased to
offer the following "Option", if City of Lubbock will extend the
competition of this project from (7) seven weeks to (12) weeks.
Optional Base Bid $ /��p, !v✓�s 60
*Note.
The "Base Bid" has Liquidated Damages included in the price, because the contract
day of 49 cannot be met.
Yours truly,
Brown -McKee, Inc.
D)2,,D- &2a--
Mike P. Oles
President
BMI Est. No. 41021
No Text
j
F_'
J
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
Dollars ($ ) or a Bid Bond In the sum of 5% of the greatest amount bid Dollars
($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents,
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
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
(Seal if Bidder is a Corporation)
Sedetary(J,-' V U
Bidder acknowledges receipt of the following addenda:
Addenda No. 1 Date 5 -14 -02
Addenda No. —2—_ Date 5-15-02
Addenda No. �_3 Date s 4-
Addenda Addenda No. Date
Date: May 20, 2002
/D'.�._.
Authorized Signature
Mika P_ Olat
(Printed or Typed Name)
Brown -McKee, Inc.
Company
906 East Slaton
Road
Address
Lubbock
Lubbock
City,
County
Texas
79404
State
Zip Code
Telephone: 806 -
Fax: R06 - —Z
MAYBE Firm: I Woman I I Black American Native American
Hispanic American i I Asian Pacific American Other (Specify)
No Text
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.
a
Contractor (Signature)
Mike P. 01es
Contractor (Print)
CONTRACTOR'S FIRM NAME: Brown -McKee Inc
(Print or Type )
CONTRACTOR'S FIRM ADDRESS: 906 East Slaton Road
Lubbock, Texas 79404
Name of Agent/Broker: See Attached
Address of Agent/Broker: See Attached
City/State/Zip: See Attached
Agent/Broker Telephone Number: (
Date:_ 5-20-02
See Attached
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 #096-02/13M - PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
P"
4
No Text
Attachment to Insurance Requirement Affidavit
Insurance Agents
General Liability & Umbrella
David Brenholtz Insurance
8802 Urbana
Lubbock, Texas 79424
(806)866-0870
Automobile Liability
J. E. Murfee & Son Insurance
1310 Texas Avenue
Lubbock, Texas 79401
(806)763-5311
Worker's Compensation
Employers General Insurance Group
4010-82" a Street
Lubbock, Texas 79423
'�° (806)784-0181
No Text
r�a
Un
UNITED FIRE & CASUALTY COMPANY
118 Second Avenue SE PO Box 73909
Cedar Rapids, Iowa 52407-3909 319-399-5700
(A Stock Company)
BID BOND
Know ALL BY THFsE PmENTs, that BROWN—MCKEE , INC.
as Principal, hereinafter called the Principal,
..,, and the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized under the laws of the State of IOWA, as
Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LUBBOCK
as Obligee, hereinafter called the Obligee,
in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID--------------------- Dollars
(S --------- 5 %-------1, 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.
WHmmm, the Principal has submitted a bid for I TB # 0 9 6 — 0 2 / BM
PUMP INSTALLATION AT THE LUBBOCK WATER
RECLAMATION PLANT
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 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 parry 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 2 0 TH day of MAY A.D. , 2 0 0 2.
BROWN—MCKEE, INC. (sue)
�., (witness) MIKE OLES (Title) PRESIDENT
UNITED FIRE & CASUALTY COMPANY (seal)
M, B�-
Y
Witness) DEEDEE BRINKER (Attorney -in -fact)
Pw CONT 00010798
No Text
UWED FW & CASrY COMPANY
r
CIPT'sm covy oil Pomp co 46TTONOY
4l 1 1 * w� �k r.w �iw C • �0� fi *1E �s'40 a P Pr- i■rYU111
; ko
4b. F
/ j*AwpKrdWlwl
AIDUWALO ' IM M
y •it w *#
* * mdomm
,P 4040"m wfnlft rmw4w • .►#�► *ram webftWPW
w.«r} a..� w111w� iMhk�'�RMM�4 F � 91f � iF 'r,rt �,N`�Ff 'A■� r7*
• P* %.w or -pip "' UI*F ,R* DwRoft W 140 NNW YMI"Mi
IMF ■ 4.1
pit"
41 w -
Alt
PA lit A
N�I:Qp+wq t11* 4Wd% OW
!a IM M1P+� MIME # Ili M 1. *A � �F MM� � � *�M i�M '+,IMF* # 1� �4R �, i �+r Mom' �►.1� �
r a. *�e
w +�' a� ofISM WA o' OW C
..� r.r C+ "�Ih�+k. Cam'rq -Apo if
4V D +F+'t Ird - w- r•�" � '
IwiFw ! �1m1y / •-aw r • :
:r
P 7
4,
ff
OU L 4
. { F _ • -
Ile
s f
+ r 3 r ■ � + r
•
No Text
ow
�i
PAYMENT BOND
f CHECK
BEST RA-rIIVGO—A
'EGD T£ AS
No Text
BOND NO. 54-130419
STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a)
OF THE TEXAS GOVERNMENT CODE
(CONTRACTS MORE THAN $25,000)
KNOW ALL MEN BY THESE PRESENTS, that BROWN-MCKEE , INC. (hereinafter called the Principal(s), as
Principal(s), and
UNITED FIRE &_CASUALTY COMPANY
m�
Ohereinafter called the Surety �i �I dSTV � h (hereinafter the
bligee), in the amount of Nn 7S--------------Y-= 11 rs j a ifiy e�i%p
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 the13TH day of
JUNE ,2002 ,to BID #096-02/BM
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
.. if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said
o" contract, then, this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
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
13 TH day of JUNE 2002 _.
UNITED FIRE & CASUALTY COMPANY
�- Surety
(Title) DEEDEE BRINKER
ATTORNEY -IN -FACT
0"
..,
BROWN-MCKEE,INC.
(Company Name) Y
By: MIKE OLES
(Printed Name)
(Signature)
PRESIDENT
(Title)
No Text
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby
designates DEEDEE BRINKER 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.
UNITED FIRE & CASUALTY COMPANY
Surety
* By:
(Title) DEEDEE BRINKER
ATTORNEY -IN -FACT
Approved as to form:
City of Lubbock
By:
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
attorney for our files.
a*
r;
No Text
yea
T
VCFjV,-q DaE-4 q TEXAS
4- III-4z—,
PERFORMANCE BOND
wo
No Text
ii
BOND NO. 54-130419
�. 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 BROWN -MCI eEeinafter called the Principal(s), as Principal(s), and
UNITED FIRE & CASUALTY COMPANY
(herein) er called the Sure a��_rgl,fncfily,�th�y (yerl�efj the
Obligee), , in the amount of & NO ---------- ----- rs a t�1�t e `�
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 13T*ay of
JUNE ,2002to BID #096-02/BM
PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as
if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void;
otherwise to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the
Texas 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 1 -�'TH
day of JUNE 120 02 . 4
UNITED FIRE & CASUALTY COMPANY BROWN-MCKEE,-"INC.
Surety (Company Name)
* By:By: MIKE OLES
(Title) DEEDEE BRINKER (PrintedName)Name)/ (�
ATTORNEY -IN -FACT 1C�S'"" �� `'� �-�►
(Signature)
PRESIDENT
(Title)
No Text
om
qq TheDEEDEEnedd sure company represents that it is duly qualified to do business in Texas, and hereby
designates ent 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.
UNITED FIRE & CASUALTY COMPANY
Surety
*By:
(Title) DEEDEE BRINKER
ATTORNEY —IN —FACT
Approved as to Form
City of Lubbock
By: �� IA— /
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing
that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of
m
attorney for our files.
0"
01
No Text
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may call United Fire & Casualty Company's toll -free telephone number for
information or to make a complaint at:
800-343-9130
You may also write to United Fire & Casualty Company at:
United Fire & Casualty Company
Attn: Bond Department
P.O. Box 73909
Cedar Rapids, IA 52407-3909
-or street address -
United Fire & Casualty Company
Attn: Bond Department
118 2nd Avenue SE
Cedar Rapids, IA 52401
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
800-252-3439
You may write the Texas Department of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only
and does not become a part or a condition of the attached document and is
given to comply with Section 2253.48, Government Code, and Section 53.202,
Property Code, effective September 1, 2001.
No Text
UNr o naf 6 CASUALTV OMPAW f i
* �
dh
r
ow
M'R*4hg 00+14 * C"V ftpft SW 94 N1'" dbop '"040,
V
ANI
gyp#r�ecw shirm 200A 6".Wvr�,Ow wmdNA06"
+!a409 ...r ♦_ _
orc
+4r!� 4Mi+tli➢RM �.^dy"► 4r` Air' +
�� i7 IIF Y Mw Ow&WOO Z
•mow '11-YM 1• 'F
ow GOP WA 4"
-
+wr
F 1k�y�wr•«F b Niw *a +, "M ion
lows H_ Ai dlwrgw ftp+r
p1 tow*" wo" o "%
sor4w *POW
otqftwi zo -
000 lip.
No' wo Jb f.A&PAR TV C A . 00 l+le'OW00"' #r9-, i►t! r �'M ++��► ti
"M`MR.
CA"P CCA0406ift * 4WO01 40-CFw
r l PPEW V XEIMr.44 N. lo+l+► 0Mb+ y,�l.+►Iw+ o+M ■ r-/y W
04 vie WO 1+0"W *0 ILIFW,4" If'w 14P OW €r 40,p.I
ni14.�r�p+�� war► Yqw' � � �� �y ,� . "�
SO tow ,
•.0
dr
w f % t
*_ � a
No Text
CERTIFICATE OF INSURANCE
No Text
ACORDCERTIFICATE OF LIABILITY INSURANCE 06/11/2002
PRODUCER (806)866-0870 FAX (806) 866-0871 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
„,David Brenhol tz Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
9802 Urbana ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I Lubbock, TX 79424
INSURERS AFFORDING COVERAGE
NSURED Brown - McKee, Inc. INSURER A: Clarendon
P. 0. Box 3279 INSURERB: Royal Surplus Lines
Lubbock, TX 79453 INSURERC:
INSURER D:
INSURER e.
COVERAGES
r
n
r
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
lNSR
RDATE
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
(MMfDDfYYI
POLICY EXPIRATION
DATE fMM1DDIYYI
LIMITS
GENERAL LIABILITY
HML0000860
04/10/2002
04/10/2003
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Anyone fire)
$ 50,000
IAA
CLAIMS MADE a OCCUR
MED EXP (Anyone person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEHL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
1
POUCYF-j PE O- LOG
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Fa accident)
$
BODILY INJURY
(Per person)
$
ALL OWNED ALTOS
SCHEDULED ALTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED ALTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS LIABILITY
K2HN017731
04/10/2002
04/10/2003
EACH OCCURRENCE
$ 5,000,000
OCCUR CLAIMS MADE
AGGREGATE
$
$
B
$
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION AND
AT TH-
I TORY LIMITS ER
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSlVEHICLESIEXCLUSIONP ADDED BY ENDORSEMENTISPECIAL PROVISIONS
"^.E: Bid #096-02/BM - Pump Installation at the Lubbock Water Reclamation Plant - $196,655.
certificate Holder as Additional Insured.
aiver of Subrogation in favor of Certificate Holder.
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
I 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
rww City of Lubbock BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
P . 0. BOX 2000 [OF ANY KIND UPON THE COMPANY, ITS AGENTS ORREPRESENTATIVES.
Lubbock, TX J94SJ EPRESENT211E
CJ�fP /,Z{���al`° 1 /
No Text
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
,.4
No Text
ACORQ. CERTIFICATE OF LIABILITY INSURANCE 6DATE (MWDD
—11-2002
PRODUCER Serial # THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
NATIONAL GENERAL AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P. O. BOX 219010 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
DALLAS, TEXAS 75221
INSURERS AFFORDING COVERAGE
INSURED
INSURER A. TX WORKERS' COME' INS. FUND
BROWN MCKEE, INC.
INSURERB: GREAT AMERICAN INSURANCE GROUP
P. O. BOX 3279
LUBBOCK, TEXAS 79452
INSURER C:
INSURER D:
INSURER E:
Pv*
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
w+Jl MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POUCYI A, EXPIRATION mminnim
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Any ont fire)
$
CLAIMS MADE OCCUR
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GENERAL AGGREGATE
$
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY n PRO LOC
PRODUCTS - COMPIOP AGG
$
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
'
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
1 $
ANY AUTO
$
EXCESS LIABILITY
OCCUR CLAIMS MADE
EACH OCCURRENCE
$
AGGREGATE
$
$
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
•
TS F-0001075056 *
01-01-2002
01-01-2003
X I TORY LIMITS I ER
E.L. EACH ACCIDENT
$ 500,000
E.L. DISEASE. EA EMPLOYE
S 500,000
E.L. DISEASE - POLICY LIMIT
$ 500,000
B
OTHER
DEDUCTIBLE $ 1,000
r,
INLAND MARINE
ALL RISK
TIM9-05-02-98
01-01-2002
01-01-2003
PER OCCURRENCE $2,500,000
PER LOCATION $2,500,000
DESCRIPTION OF OPERATIONSILOCATIONSNENCLES/E7(CLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
RE: ITB #096-02/BM — PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT.
*POLICY.IS ENDORSED TO PROVIDE WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER IF
THERE IS A WRITTEN CONTRACT BETWEEN THE ABOVE INSURED AND THE CERTIFICATE HOLDER REQUIRING
THE ABOVE. 30 DAYS NOTICE OF CANCELLATION HAS BEEN ADDED TO THESE POLICIES BUT SUBJECT TO
10 DAYS NOTICE DUE TO NON—PAYMENT OF PREMIUM.
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
CITY OF LUBBOCK SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
P.O. BOX 2000 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTE
LUBBOCK, TX 79457 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHAL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS C
REPRESENTATI
AUTHORIZED RtPRESQNT4.TIVE OF
ACORD 25-S (7197)
sse CAFMPROICERTPROS.WEB
SURANCE AGENCY
;ERY L. ANTHONY
O ACORD CORPORATION 19
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER 4
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
(7
A CORD
Tm .:::'T
:;PRODUCER:•:�;:�:..............................................
J. E. Murfee & Son
1310 Texas Avenue
Lubbock, Tx 79401
DATE M DDIM
12 2
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A m-
L SURED COMPANY
Brown -McKee, Inc. B
P 0 .BOX 3279 COMPANY
Lubbock, TX 79452 c
COMPANY
Nr' D
of Connecticut
LTHIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS 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
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
OWNER'S & CONTRACTOR'S PROT
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
PERSONAL & ADV INJURY $
EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MED IXP (Any one person) $
A
L
LPROPERTY
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
CAP965K878202
04/10/02
04/10/03
COMBINED SINGLE LIMIT $
X
BODILY INJURY $
(Per person)
X
BODILY INJURY
(Per accident) $
X
DAMAGE $
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
L
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
EACH OCCURRENCE $
AGGREGATE $
$
L
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
WC SOTH-
TORLLIMITIMITS ER
EL EACH ACCIDENT $
EL DISEASE - POLICY LIMIT $
EL DISEASE - EA EMPLOYEE $
I
OTHER
100000
r
No Text
r.
Pon
CERTIFICATE OF INSURANCE
TO: CITY OF LUBBOCK DATE:
P.O. BOX 2000
LUBBOCK, TX 79457 TYPE OF PROJECT:
THIS IS TO CERTIFY THAT (Name 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.
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
EFFECTIVE
LIMITS
DATE
DATE
GENERAL LIABILITY
❑ Commercial General Liability
General Aggregate $
❑ Claims Made
Products-Comp/Op AGG $
❑ Occurrence
Personal & Adv. Injury $
❑ Owner's & Contractors Protectiv4
Each Occurrence $
❑
Fire Damage (Anyone Fire)
Med Exp (Any one Person)
AUTOMOTIVE LIABILITY
❑ Any Auto
Combined Single Limit $
❑ All Owned Autos
Bodily Injury (Per Person) $
❑ Scheduled Autos
Bodily Injury (Per Accident)
❑ Hired Autos
Property Damage $
❑ Non -Owned Autos
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
❑
Other than Auto Only:
Each Accident $
Aggregate $
❑ BUILDER'S RISK
❑ I GO% of the Total Contract Price
$
❑ INSTALLATION FLOATER
$
EXCESS LIABILITY
❑ Umbrella Form
Each Occurrence $
Aggregate $
❑ Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ ❑ Included
Statutory Limits
Partners/Executive ❑ Excluded
Each Accident $
Officers are:
Disease Policy Limit $
Disease -Each Employee $
OTHER
r�
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 written notice of such change or
cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation.
�.a
FIVE COPIES OF THE CERTIFICATE OF INSURANCE
- (Name of insurer)
MUST BE SENT TO THE CITY OF LUBBOCK
,.. By:
Title:
0+ 1
No Text
►-%
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
No Text
601
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;
rat
(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.❑
7. 3
No Text
r"
No Text
V"
0
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 13th day of June, 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 BROWN-MCKEE, INC. of the CITY OF LUBBOCK, COUNTY OF LUBBOCK and
the STATE OF TEXAS hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and
performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the
CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements
described as follows:
BID #096-02/BM - PUMP INSTALLATION AT THE LUBBOCK WATER RECLAMATION PLANT - $196,655.00
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance
.� and other accessories and services necessary to complete the said construction in accordance with the contract
documents as defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have
been given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with
the bid submitted therefore, subject to additions and deductions, as provided in the contract documents,and to make
payment on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubboc Lubbock County,
.. Texas in the year and day first above written.
ATTEST: CITY OF BBOCK, (OWNER)
By: A✓ f
City Secretary MAY �
r, A R AST C7 E T:
Owner's Representative
APPROVED AS TO FORM:
City Attorney
A
orporate ecr t
CONTRACTOR:
BROWN-MC�KEjE�, INC.
By:
PRINTED NAME:
TITLE:
COMPLETE ADDRESS:
Brown -McKee, Inc.
906 East Slaton Road
Lubbock, TX 79404
No Text
GENERAL CONDITIONS OF THE AGREEMENT
0
No Text
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of
Lubbock, Texas.
2. CONTRACTOR
Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co-
partnership or corporation, to wit BROWN-MCKEE, INC. who has agreed to perform the work embraced in this
contract, or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as
referring to, City of Lubbock, or its representative CHES CARTHEL SENIOR CIVIL ENGINEER, so designated
who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors
P"R as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the
Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder
for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to
herein as the "contract" or "contract documents".
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or
words of like import are used, it shall be understood that the direction, requirement, permission, order, designation
or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
••• business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
pow 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
^M 1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will
check the Contractor's layout of all major structures and any other layout work done by the Contractor at
Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all
work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and
Contractor shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress or quality of the
executed work and to determine, in general, if the work is proceeding in accordance with the contract documents.
Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the
quality or quantity of the work, nor will Owner's Representative be responsible for the construction means,
methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the
Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the
Contractor's failure to perform the work in accordance with the Contract Documents.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems
said lines and grades are necessary for the commencement of the work contemplated by these contract
documents or the completion of the work contemplated by these contract documents. Whenever necessary,
Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but
such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore.
The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless
destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be
replaced by the Owner's Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's
Representative has the authority to review all work included herein. The Owner's Representative has the authority
to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
2
0
calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection
by Contractor, as provided herein, any and all objection or objections shall be deemed waived.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from
time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may
deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said
material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall
furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the
proper inspection and examination of the work. The Contractor shall regard and obey the directions and
instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and
instructions are consistent with the obligations of this Agreement and accompanying plans and specifications
provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or
inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's
Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any
and all objection or objections shall be deemed waived.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
^ The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall
keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory
to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions
given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate
supervision by competent and reasonable representatives of the Contractor is essential to the proper performance
of the work and lack of such supervision shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the
Contractor and all risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the
work, and the general and local conditions, and all other matters which in any way affect the work under the
contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or
Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms
or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all
modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's
Representative and Contractor.
Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work
to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the
work, shall be sustained and borne by the Contractor at its own cost and expense.
18. CHARACTER OF WORKERS
The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of
work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall
inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion,
incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or
men shall be discharged from the work and shall not again be employed on the work without the Owner's
Representative's written consent.
M"
3
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner orOwner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
O
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner_ may make such changes and alterations as the Owner may see fit,
in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a
claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
.," work, and the increased work can fairly be classified under the specifications, such increase shall be paid
according to the quantity actually done and at the unit price established for such work under this contract;
otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make
such changes or alterations as shall make useless any work already done or material already furnished or used in
said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual
expenses incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be
required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change,
alteration or addition to the work as shown on the plans and specifications or contract documents and not covered
by Contractors bid, except as provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative
when presented with a written work order signed by the Owner's Representative; subject, however, to the right of
the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the
compensation to be paid to the Contractor for performing said extra work shall be determined by the following
methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
together with all expenses incurred directly on account of such extra work, including Social Security, Old Age
Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other
insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by
them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be
kept and records of these accounts shall be made available to the Owner's Representative. The Owner's
Representative may also specify in writing, before the work commences, the method of doing the work and the
type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the
Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be
determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership
Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for
the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent
(15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit,
overhead, general superintendence and field office expense, and all other elements of cost and expense not
embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office
must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall
be included in the "actual field cost."
P" 5
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case
any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive
compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra
work, make written request to the Owner's Representative for a written order authorizing such extra work. Should
a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and
the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making
written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as
provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of
any extra work, any claim for payment due to alleged extra work shall be deemed waived.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of the contract documents that all work described in the bid, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include all appurtenances necessary to complete the work in accordance with the intent of these
contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in
these plans, specifications, or contract documents, shall be given to the Owners' Representative and a
clarification obtained before the bids are received, and if no such notice is received by the Owner's
Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands
the work to be included and has provided sufficient sums in its bid to complete the work in accordance
with these plans and specifications. If Contractor does not notify Owner's Representative before bidding
of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and
specifications are sufficient and adequate for completion of the project. It is further agreed that any
request for clarification must be submitted no later than five (5) calendar days prior to the opening of
bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of
work with the rate of progress required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give
reasonable assurance of compliance with the schedule of progress.
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY
The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an
insurance company licensed to transact business in the State of Texas, which policy shall comply with the
Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable
precaution for the safety of employees and others on or near the work and shall comply with all applicable
provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment
and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in
Construction" of Associated General Contractors of America, except where incompatible with federal, state or
municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold
harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages,
expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or
contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection
with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any
manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject
matter of this contract.
The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an
Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given
by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses,
i
are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to
supervise safety precautions by either the Contractor or any of its subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from an underwriter authorized to do business in the State of
Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of
cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change.
All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and
its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance,
rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of
payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in
conformity with the provisions hereof shall establish such waiver.
The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance
protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such
insurance shall be carried with an insurance company authorized to transact business in the State of Texas and
shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
"^ specifying each and all coverages shall be submitted prior to contract execution.
The Certificates of Insurance furnished by the Contractor and Subcontractors shall name the City of
�,. Lubbock as an additional insured. If no subcontractors will be used, said insurance certificate shall be
accompanied by a written statement from the Contractor stating to the effect that no work on this
particular project shall be subcontracted.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $11,000.000 Combined
.. Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
Heavy Equipment Endorsement
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, $500,000 Combined Single Limit.
This policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and
Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job
W 7
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 $0 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
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.
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority
to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor'slperson's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 0406.096, 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
6
7.
8.
E
(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.
The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
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.
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.
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
iOM (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.
R"
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
�+ 9
G.
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
11. The Contractor's failure to comply with any of these provisions is a breach of contract by the
Contractor which entitles the governmental entity to declare the contract void if the Contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner
for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence
of compliance with the above insurance requirements, signed by an authorized representative of the
insurance company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by
such certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by
such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filling of
any coverage agreements;
(b) provide a certificate of coverage showing workers' compensation coverage to the
governmental entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
Contractor's current certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental
entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project; and
(ii) no later than seven days after receipt by the Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the ^.
current certificate of coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
10 --
0"
pa
i
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project
that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other
commission rules. This notice must be printed with a title in at least 30 point bold type
and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional
words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
'The law requires that each person working on this site or providing services
related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the Identity of their employer or status as an employee. "
'Call the Texas Workers' Compensation Commission at 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 filed with the appropriate
insurance carrier or, in the case of a self -insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading Information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
rM 11
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
on the current certificate of coverage ends during the duration of the
project;
(vi) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(vii) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(viii) contractually require each other person with whom it contracts, to perform as
required by paragraphs (i)-(viii), with the certificate of coverage to be provided to
the person for whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of
1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and privileges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS
OF MACHINERY, EQUIPMENT AND SUPPLIES
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless
against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way,
manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract
and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish
satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or
waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of --
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain
unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a
sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such
indebtedness.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material
or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof.
Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and
save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except
that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular
design, device, material or process or the product of a particular manufacturer or manufacturers is specified or
required in these contract documents by Owner; provided, however, if choice of alternate design, device, material
or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers,
agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the
contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the
12
Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's
Representative prior to bidding.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form,
the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the
Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such
laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor
observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in
writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the
work. In the absence of timely written notification to Owner's Representative of such variance or variances within
said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or
local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors
perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's
Representative, Contractor shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may
• enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as
though embodied herein.
33. SUBCONTRACTING
The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this
contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required
in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as
provided by the contract documents.
34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of
beginning and time for completion as specified in the contract documents, of work to be done hereunder are
essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in
this contract shall be commenced as provided in the contract documents.
If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified,
then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner
may withhold permanently from Contractor's total compensation, the sum of $500 (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.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall
be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as
9" 13
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
shall be such that the work shall be substantially completed as a whole and in part, in accordance with this
contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that
when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to cant' on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such —
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in anyway
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
14
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising
- from or growing out of the performance of this contract.
40. PRICE FOR WORK
AM
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the
bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to
receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all
expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner
and according to this agreement, the attached specifications, plans, contract documents and requirements of
Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
With the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's
agents and employees, which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application
for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall
determine the amount to be partially paid. Owner's Representative shall review said application for partial
payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall
prepare a certificate for partial payment showing as completely as practical the total value of the work done by the
". Contractor up to and including the last day of the preceding month. The determination of the partial payment by
the Owner's Representative shall be in accordance with Paragraph 14 hereof.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the
Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be
retained until final payment, and further, less all previous payments and all further sums that may be retained by
Owner under the terms of the contract documents.
Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to
enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work
performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said
partial payment is attributable.
43. SUBSTANTIAL COMPLETION
Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31)
working days after the Contractor has given the Owner's Representative written notice that the work has been
substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time,
if the work be found to be substantially completed in accordance with the contract documents, the Owner's
Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding
the issuance of a certificate,of substantial completion, Contractor shall proceed'with diligence to finally complete
the work within the time provided in this contract.
15
44. FINAL COMPLETION AND PAYMENT
The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final
completion, the Owner's Representative shall proceed to make final measurement to determine whether final
completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's
Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion,
Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final
completion, the balance due Contractor under the terms of this agreement. Neither the certification of final
completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the
obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or
warranties implied by law or otherwise.
45. CORRECTION OF WORK
Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative
on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and
Contractor shall at its own expense promptly replace such condemned materials with other materials conforming
to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of
other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any
such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative,
Owner may remove and replace it at Contractor's expense.
Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the
contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and
Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which
shall appear within a period of one (1) year from the date of certification of final completion by Owner's
Representative.
46. PAYMENT WITHHELD
The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify
the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of:
(a) Defective work not remedied and/or work not performed.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the
amount withheld, payment shall be made for amounts withheld because of them.
47. CLAIM OR DISPUTE
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor —
shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's
Representative has given any direction, order or instruction to which the Contractor desires to take exception.
Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner
shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right
under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by
Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative,
said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the
Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the
acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and
constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's
Representative, by Contractor.
16
AN
48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR
In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (16) 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 maybe due, or that may thereafter at any time
become due to the Contractor under and by virtue of this Agreement. In case such expense is less than
the sum which would have been payable under this contract, if the same had been completed by the
Contractor, then said Contractor shall receive the difference. In case such expense is greater than the
sum which would have been payable under this contract, if the same had been completed by said
Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or
(b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
having a general circulation in the County of location of the work, may let the contract for the completion of
the work under substantially the same terms and conditions which are provided in this contract. In case of
any increase in cost to the Owner under the new contract as compared to what would have been the cost
under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain
bound therefore. Should the cost to complete any such new contract prove to be less than that which
�• would have been the cost to complete the work under this contract, the Contractor or his Surety shall be
credited therewith.
In the event the Owner's Representative elects to complete the work, as described above, when the work shall
have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as
provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract
accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to
Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be,
shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would
have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract,
or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the
Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over
to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price,
w, and the Contractor and/or his Surety, if applicable, fail to pay the" amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
�„ 17
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in
the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall
be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do
business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so
furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
18
W
54. CLEANING UP
milk The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in
any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the
Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the
City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a
Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in
�. the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project
or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts
and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least
twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and
provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If
the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5)
days of the receipt of said request, said request shall be deemed to be denied.
In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for
ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper
performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage,
disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or
asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective
gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum
products or byproducts and/or asbestos.
0
,�. 19
No Text
CURRENT WAGE DETERMINATIONS
No Text
RE: RESOLUTION NO.6262, ITEM NO. 39, APRIL 8, 1999
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
11.50
Air Conditioner Installer
12.50
Air Conditioner Installer -Helper
6.25
Asbestos Worker
9.00
Asbestos Supervisor
12.50
Bricklayer
12.50
Bricklayer -Helper
7.00
Carpenter
11.00
Carpenter -Helper
7.00
Cement Finisher
8.00
Drywall Hanger
11.00
Electrician
13.75
Electrician -Helper
7.00
Equipment Operator -Heavy
9.50
Equipment Operator -Light
8.50
Floor Installer
9.50
Glazier
10.50
Insulator-Piping/Boiler
11.50
Insulator -Helper
7.00
Iron Worker
11.00
Laborer -General
6.00
Mortar Mixer
6.00
Painter
9.50
Plumber
12.50
Plumber -Helper
7.00
Roofer
9.00
Roofer -Helper
7.00
Sheet Metal Worker
10.00
Sheet Metal Worker -Helper
7.00
Welder -Certified
11.00
1
No Text
00%
A"
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft Hourly Rate
Asphalt Heaterman
9.00
Asphalt Shoveler
6.00
Concrete Finisher
8.00
Concrete Finisher -Helper
7.00
Electrician
12.00
Flagger
6.00
Form Setter
7.00
Form Setter -Helper
6.25
Laborer -General
6.00
Laborer -Utility
6.75
Mechanic
8.00
Mechanic -Helper
7.00
Power Equipment Operators
Asphalt Paving Machine
7.75
Bulldozer
8.00
Concrete Paving Machine
7.75
Front End Loader
7.25
Heavy Equipment Operator
8.00
Light Equipment Operator
7.25
Motor Grader Operator
9.50
Roller
6.75
Scraper
7.25
Tractor
7.25
Truck Driver -Light
6.50
Truck Driver -Heavy
7.00
OR 2
No Text
Rim
EXHIBIT C
,on Prevailing Wage Rates
Overtime Rate
M" 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.
rr,
3
,,,,,
No Text
SPECIFICATIONS
No Text
s�
k
SOUTHWEST WATER RELAMATION PLANT
LUBBOCK, TEXAS
EFFLUENT PUMPING STATION #1 PUMP EP-806
EFFLUENT PUMPING STATION #2 PUMP EP-4004A
TECHNICAL SPECIFICATIONS
No Text
TABLE OF CONTENTS
SOUTHWEST WATER RELIMATION PLANT
EFFLUENT PUMPING STATION #1 PUMP EP-806 &
EFFLUENT PUMPING STATION #2 PUMP EP-4004A
TECHNICAL SPECIFICATIONS
00010 Table of Contents
DIVISION 1 — GENERAL REQUIREMENTS
01100 Summary of Work
01330 Administrative Requirements
01740 Contract Closeout
DIVISION 15 — MECHANICAL
15135 Vertical Turbine Pumps
DIVISION 16 — MOTORS
16220 Electrical Motors
SWRP EP#1 & EP#2 Rehabiliation 00010- 1
4/26/2002
No Text
PART1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings, General Conditions of the Agreement and Division 1— General
Requirements.
1.02 SECTION INCLUDES
A. Work covered by Contract Documents
B. Contractor use of site.
C. Work sequence.
1.03 WORK COVERED BY CONTRACT DOCUMENTS
A. Work of this contract consists of installation and construction of two (2) 10
Million Gallon per Day (MGD) pumps and two (2) 450-Horsepower motors
for the Lubbock Water Reclamation Plant. The pumps will be installed at
Effluent Pumping Station #1 (EPS#1) and Effluent Pumping Station #2
(EPS#2). The existing pumping stations will be in service while the new
pumps are installed.
B. Each pumping station shall have installed: 1 new pump with motor according
to the plans and specifications. The motors will be designed to be connected to
Variable Frequency Drives.
C. Perform work under a single fixed price contract.
D. Contract time for the work to be performed will be 7 weeks (49 calendar days)
from the date of Notice to Proceed. Notice to Proceed will be given with the
award of the contract. The Liquidated damages will be $500.00 per day.
1.04 CONTRACTOR USE OF SITE
A. The Contractor shall be required to follow all safety and security procedures
prescribed by the City of Lubbock Public Works Division.
W
„o� SWRP EP#1 & EP#2 Rehabilitation 01100 - 1 4/26/2002
B. Access to the site will be limited to:
1. Owner Personnel
2. Contractor
3. Other contractors currently executing work at existing Lubbock Water
Reclamation Plant
C. The Contractor shall coordinate the construction schedule with the Owner to
avoid conflict with the Owner's operations.
D. Time restrictions for performing work: Monday to Friday 7a.m. to 5 p.m.
Request in writing 3 days in advance for work to be performed outside of this
time.
1.05 WORK SEQUENCE
A. Construct work to accommodate Owner's occupancy requirements during the
construction period, coordinate construction schedule and operations with the
Owner.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 01100 - 2 4/26/2002
A.
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.01 COORDINATION AND PROJECT CONDITIONS
A. Coordinate scheduling, submittals, and Work of the Project to ensure efficient and
orderly sequence of interdependent contract elements.
B. Verify utility requirements and characteristics of operating equipment are
compatible with site utilities.
C. Coordinate completion and cleanup of Work of separate sections in preparation
for Substantial Completion.
D. After Owner occupancy of premises, coordinate access to site for correction of
defective Work and Work not in accordance with Contract Documents, to
minimize disruption of Owner's activities.
E. The Public Works Department shall be notified 48 hours before the planned
construction is to commence and also before starting up when construction is
interrupted for any reason.
F. Each bidder shall submit a Construction Schedule with their bid indicating the
sequence of all construction activities to be performed. The scheduled completion
POW date for this project shall be 7 weeks (49 calendar days) from Notice to Proceed.
G. Upon award of the contract, the Delivery and Construction Schedule will become
• part of the Contract Documents.
H. The Contractor shall be issued a Notice to Proceed following the award of the
�* Contract, and completion of pre -construction meeting.
1.02 PRE -CONSTRUCTION MEETING
A. Owner's Representative will schedule a meeting after award of contract.
B. Attendance Required: Owner's Representative and Contractor.
i
-, SWRP EP#1 & EP#2 Rehabilitation 01300-1 4/26/2002
C. Agenda:
1. Designation of personnel representing the parties in Contact.
2. Scheduling.
3. Notice to Proceed.
4. Emergency telephone contacts for Owner and Contractor.
5. Procedures, submittals, substitutions, applications for payments, proposal
request, Change Orders, and Contract close-out procedures.
6. Submission of:
a. List of products.
1. Pump Details
2. Motor Details
b. Schedule of values.
c. Progress Schedule.
1.03 SUBMITTAL PROCEDURES
A. Shop Drawings, Design Calculations and Submittals.
1. Before executing any of the work, the Contractor must submit calculations
and drawings.
2. A complete set of calculations shall be submitted showing compliance
with all design criteria.
3. Drawings submitted shall include all details showing dimensions, sizes,
thickness, materials, and finishes.
B. Approved Construction Plans:
1. The Contractor shall do construction in accordance with the approved
construction plans provided for this project. The design shall comply with
all specifications, and standards.
C. Submittals for Review.
1. The Contractor shall submit the manufacturer's product data for all
materials used in construction of this project.
2. The Contractor shall review all required components for use in this
application to ascertain that all items will function as necessary and as
designed.
SWRP EP#1 & EP#2 Rehabilitation 01300-2 4/26/2002
a. Transmit each submittal to Project Engineer:
Chester "Ches" Carthel, P.E.
Chief Engineer
Public Works Engineering
City of Lubbock
P.O. Box 2000
1625 - 13"' Street
Lubbock, TX 79457
3. Transmit a minimum of three (3) copies (number of copies which the
Contractor requires, plus two (2) copies which will be retained by Owner's
Representative) of each submittal unless otherwise specified in the
individual sections.
4. Apply Contractor/Manufacturer's stamp, signed or initialed certifying that
review, approval, verification of Products required, field dimensions,
adjacent construction work, and coordination of information is in
accordance with the requirements of the Work and Contract Documents.
5. Schedule submittals to expedite the Project, and deliver to Owner's
Representative at business address. Coordinate submission of related
items.
6. For each submittal for review, allow ten (10) days excluding delivery time
to and from the Owner's Representative.
7. Identify variations from Central Documents and Product or system
limitations, which may be detrimental to successful performance of the
completed Work.
8. When revised for resubmisson, identify all changes made since previous
submission.
9. Distribute copies of reviewed submittals as appropriate. Instruct parties to
promptly report any inability to comply with requirements.
10. Submittals not requested will not be recognized or processed.
11. Submittals will not be accepted from subcontractors, suppliers, or anyone
other than the Contractor.
12. Indicate conditions requiring special attention and special environmental
criteria required for application.
r SWRP EP#1 & EP#2 Rehabilitation 01300-3 4/26/2002
1.04 SCHEDULE OF VALUES
A. Submit a printed schedule on AIA Form G703 — Application and Certificate for
Payment Continuation Sheet. Contractor's standard form or electronic media
printout will be considered.
B. Submit Schedule of Values in duplicate within 5 days after dater established in
Notice to Proceed.
C. Revise schedule to list approved Change Orders, with each Application For
Payment.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 01300-4 4/26/2002
on
SECTION 01740
CONTRACT CLOSEOUT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Close-out Procedures.
B. Final Cleaning.
C. Project Record Documents.
D. Warranties and Bonds.
1.02 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work
and materials have been inspected, and that Work is complete in accordance with
Contract Documents and ready for Owner's Representative review.
B. Provide submittals to Owner's Representative that are required by governing or
other authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum,
previous payments, sum remaining due, and Contractors Affidavit of Bills Paid.
1.03 FINAL CLEANING
A. Execute final cleaning prior to final project inspection.
B. Remove waste, surplus materials, rubbish, and construction facilities to
designated containers to be disposed of appropriately.
1.04 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1. Specifications.
a. Pump Specifications
b. Motor Specifications
2. Change Orders and other modifications to the Contract.
B. Ensure entries are complete and accurate, enabling future reference by Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
�•- SVW EP#1 & EP#2 Rehabilitation 01740 - 1 4/26/2002
1.05 WARRANTIES AND BONDS
A. Provide duplicate notarized copies.
B. Execute and assemble transferable warranty documents from manufacturer
C. Submit prior to final Application for Payment.
D. For items of Work delayed beyond date of Substantial Completion, provide
updated submittal within 10 days after acceptance, listing date of acceptance as
start of warranty period.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
SVWRP EP#1 & EP#2 Rehabilitation 01740 - 2 4/26/2002
SECTION 15135
VERTICAL TURBINE PUMPS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. References
,,.. B. Vertical Turbine Can Pumps
1.02 REFERENCES
A. American Iron and Steel Institute (AISI) Steel Products Manual
B. American Nation Standard Institute (ANSI)
C. American Society for Testing and Materials (ASTM)
D. Hydraulic Institute Standards for Vertical Turbine Pumps
E. Incase of conflict or disagreement between codes, standards, laws, ordinances,
rules, regulations, drawings and specifications, or within either document itself,
the more stringent condition shall govern.
1.03 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record actual
revisions to the Work:
1. Specifications.
a. Pump Specifications
*� b. Motor Specifications
2. Change Orders and other modifications to the Contract.
B. Product Technical Data: Include the following, as a minimum:
1. Acknowledgment that products submitted meet requirements of standards
referenced and specifications.
2. Manufacturer's installation, operation, and maintenance instructions
3. Pump accessories data
4. Pump bearing supports, brackets, shafting details and lubrication provisions.
C. Certifications: include the following, as a minimum:
1. Certified pump performance curves
,. D. Test Results:
1. Submit certified copies of factory test reports at least 10 days before
installing equipment.
2. Reports shall include:
a. Test log
r•, S)V" EP#1 & EP#2 Rehabilitation 15135 - 1 5/1/2002
b. Description of test piping, equipment, and setup
c. Test procedure
E. Certified Performance Curves
1. Curves plotted against capacity:
a. Head
b. Bhp
c. Efficiency
d. Actual Speed
e. Net positive suction head available
2. Plot curve to be easily read at scales consistent with performance requirements
F. When pumps are fabricated, notify Owners Representative with serial number and
Owner will select pump to have a certified performance test.
G. Manufacturer's Instructions: Include instruction for storage, handling, protection,
examination, preparation, and installation
PART 2 PRODUCTS
2.01 General
A. Furnish two (2) Product Lubricated lineshaft Vertical In -line Turbine K20HC 2
stage Can Pumps manufactured by National Pump or equivalent approved by the
owners representative. Install the pumps at the locations and elevations indicated
on the drawings.
B. Design and fabricate pumps in accordance with all applicable Hydraulic Institute
Standards for Vertical Turbine Pumps and the AWWA specifications.
C. Pumps are to be driven at 1800rpm via a 450 horsepower, WP1, NRR, 480 VAC,
VHS, US Electrical Motor connected to a Variable Frequency Drive.
D. The pump shall comply with all local and state sanitary and safety regulations.
2.02 Conditions of Service
A. Two pumps will pump treated effluent water from the existing effluent pumping
stations.
B. The design conditions shall meet the conditions of 7,000gpm @ 180 feet TDH
with a minimum bowl efficiency of 85 percent. The pumps must also meet a
secondary duty point of 4,900gpm @ 150 feet TDH with a minimum bowl
efficiency of 87 percent.
C. The overall length: Bottom of discharge head to bottom of bowl shall be:
1. EP#806 = 25 feet
2. EP#4004A = 24 feet
D. Maximum allowable speed shall be 1800rpm.
SWRP EP#1 & EP#2 Rehabilitation 15135 -2 5/1/2002
P"
2.03 Pump Construction
A. Discharge Head
1.
Shall be Fabricated Steel accurately machined with a rabbet fit for mounting
the driver and supporting the pump column assembly and with above
ground discharge flanged machined and drilled to ANSI standards for 150#
rating.
2.
The discharge for both pumps shall be 16 inches nominal inside diameter.
The design shall allow for the headshaft to couple above the stuffing box.
3.
The standard stuffing box shall be cast iron or fabricated steel and rated for
100 psi discharge pressure and shall contain a minimum of five acrylic
graphite packing rings and shall have a grease chamber.
4.
The packing glands shall be bronze secured in place with stainless steel
studs and adjusting nuts.
5.
The stuffing box bearing shall be SAE660 bronze. A rubber slinger shall be
installed on the top shaft above the packing gland.
.m 6.
The top shaft shall be constructed of 316SS and shall extend through the
stuffing box.
7.
The head shaft shall be C-1045 Carbon steel. Impeller adjustment shall be
provided at the top of the headshaft by means of an adjusting nut which
shall be locked in place.
B. Column
Pipe:
"^ 1.
Shall be constructed with ASTM A53 grade B Steel Pipe, sized such that
the friction loss will not exceed 5 feet per 100 feet based on the rated
capacity of the pump.
.,, 2.
Shall be furnished in interchangeable sections not more then ten feet in
length and shall be flanged connections.
C. Lineshafts:
1. Shall be constructed of 3.16SS and shall be furnished in interchangeable
`4 section not more then ten feet in length.
2. To ensure accurate alignment of the shafts, they shall be straight within
0.005 inches total indicator reading for a 10 foot section.
3. Shall be provided with 316SS sleeves at the location of couplings and shall
be held in place by epoxy coated steel bearing retainers with Zincless
Bronze bearings at each threaded joint.
D. Bowl Assembly's:
1. Shall be constructed of Zincless Bronze and shall be free of blow holes,
sand holes, or other detrimental faults and shall be accurately machined and
fitted to close tolerances.
2. Shall be provided with Zincless Bronze bearings. The intermediate bowls
shall be fitted with replaceable wear rings of Zincless Bronze.
E. Impellers:
1. Shall be of Zincless Bronze and shall be enclosed type, accurately
machined, balanced, and fitted for optimum performance.
2. Shall be securely fastened to the shaft with a taper split collet of 316SS.
SWRP EP#1 & EP#2 Rehabilitation 15135 - 3 5/1/2002
F. Suction Case:
1. Shall be fitted with replaceable wear rings of Zincless Bronze, grease
packed Zincless Bronze bearing and protected by a Zincless Bronze Sand
Collar.
G. Bowl Shaft shall be constructed of 316 Stainless Steel
PART 3 EXECUTION
3.01 INSTALLATION
A. Install equipment as shown on Drawings and in accordance with manufacturer's _
direction.
B. Construct subbases level in both directions. Particular care shall be taken at hold
down bolt locations so these areas are flat and level.
C. Align vertically and horizontally level, wedge and plumb units to match piping
interfaces.
D. Assure no unnecessary stresses are transmitted to equipment flanges.
E. Permit piping connection to equipment to freely move in direction parallel to
longitudinal center line when and while bolts are in connection flange are
tightened.
F. Grout Equipment into place prior to final bolting of piping but not before initial
fitting and alignment.
G. Provide pressure gauge on discharge of each pump.
1. Gauge will consist of a pressure transmitter and a valve. The Transmitter
will generate a 4 to 20mA signal as an input to the existing SCADA system.
END OF SECTION
SWRP EP#1 & EP#2 Rehabilitation 15135 - 4 5/1/2002
4M
SECTION 16220
ELECTRICAL MOTORS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. References
B. Electrical Motors
1.02 REFERENCES
A. ANSI/IEEE C2 — National Electrical Code
B. American Nation Standard Institute (ANSI)
C. American Society for Testing and Materials (ASTM)
D. ETL Testing Laboratories, Inc. (ETL)
E. Nations Electrical Code (NEC)
F. Underwriters Laboratories, Inc. (UL)
G Incase of conflict or disagreement between codes, standards, laws, ordinances,
rules, regulations, drawings and specifications, or within either document itself,
the more stringent condition shall govern.
1.03 PROJECT RECORD DOCUMENTS
A Product Technical Data: Include the following, as a minimum:
1. Acknowledgment that products submitted meet requirements of standards
referenced and specifications.
2. Manufacturer's installation, operation, and maintenance instructions
B. Ensure that submittals for motors clearly indicate the equipment is UL or ETL
listed or is constructed utilizing U1 or UL recognized components. Where a Ul
standard has not been established, clearly identify that no U1 standard exists for
that equipment.
PART 2 PRODUCTS
2.01 General
A. Furnish two (2) Electrical Motors to be installed with the specified pumps.
T", SWRP EP#1 & EP#2 Rehabilitation 16220 - 1 5/1/2002
B. Motor shall be designed:
1. Nema Standard Design B
2. Vertical Hollow Shaft high thrust -
3. WP-1 Enclosure
4. Rated at 450 Horsepower
5. Squirrel cage induction full voltage type starting
6. Powered by electrical service rated at 480 volts, 60 hertz, 3 phase
7. Each motor shall be capable of driving the pump under all head conditions
with out exceeding the rated capacity of the motor.
8. Motors shall have class F insulation and 1.15 service factor _
9. Motors shall be Variable Frequency Drive compatible and equipped with
normally closed thermostats.
10. Motors shall have a minimum efficiency of 93.5% per IEE 112-E Test —
Standard, Method B
PART 3 EXECUTION
3.01 INSTALLATION
A. Install equipment as shown on Drawings and in accordance with manufacturer's
direction.
END OF SECTION
SVW EP#1 & EP#2 Rehabilitation 16220 - 2 5/1/2002
PUMP BASE
EL.
La El
3/4" CHAMFER
2 #4 T I
301,4"
PUMP
I
1-B -8 8 4
PAGE 2 / 2
ANCHOR BOLT
II I II e
II II
II I II
II I! e
II If „
I
" ROOF
' • SLAB
#5 @ 12
25"
EP-4004A PUMP BASE
EFFLUENT PUMP STATION #2
LUBBOCK WATER UTILITIES
s T + J0. 202018
W.W.O.
SCALE: 1=12 DATE: 4/02
�k DESIGNED BY: WF
DRAWN BY: KL
ION MAP
NA
E1_. 3146.83
I
I
k
I
l
I
PUMP BASE
EL. 3148.166
I I
I � I
� E
3/4" CHAMFER
2 #4 TIE
#5@12"
1 ---B -8 8 4
PAGE 1 / 2
26"
C- PUMP ANCHOR BOLT
I
EP-806 PUMP STAND
16"
ROOF
SLAB
EFFLUENT PUMP STATION #1
LUBBOCK WATER UTILITIES
s Y Jo. 202018
W.W.O.
SCALE: 1-12 DATE:4/02
DESIGNED BY: WF
DRAWN BY: KL
REVISIONS SECTION MAP
DATE DESCRIPTION IDONE HY NA