HomeMy WebLinkAboutResolution - 2000-R0431 - Bid #255-00/LR Annexation Water System Improvements Phase 5 (Water Utilities) - 11/27/2000Resolution No. 2000-RO431
November 27, 2000
Item No. 28
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 to furnish
materials and services for Annexation Water System Improvements -Phase 5 per ITB
#255-00, by and between the City of Lubbock and _Rink's Lease Service 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 27th day of November , 2000.
Jj
WlftY S ' D ,MAYOR
ATTEST:
Kayth}e Parnell, City Secretary
AS TO CONTENT:
Victor Kilman, turchasing Manager
APPROVED AS TO FORM:
William de Haas
Contract Manager/Attorney
gs:ccdocs/Annex Water Sys.
Nov 13, 2000
4, # ),al - C 4 Y�s I
CITY OF LUBBOCK
SPECIFICATIONS FOR
ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5
BID #255-00/1-R
"A City Of Planned Progress"
CITY OF LUBBOCK
Lubbock, Texas
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
162513.. STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167 FAX: (806)776-2164
http://purchasing.ci.lubbock.tx.us
ITB #255-00/LR, Addendum #4
ADDENDUM #4
ITB #255-00/L.R
Annexation Water System
Improvements — Phase 5
MAILED TO VENDOR: November 7, 2000
CLOSE DATE: November 9, 2000 @ 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. Please note the following questions received and their corresponding answers:
Q1. I had a quick question regarding the above mentioned project. Will adjustments be make as the
job progresses to clear any obstructions encountered, such as utility lines? I appreciate your
consideration of this question.
Al. Since most of the water line will be in an easement that is on undeveloped land, we do not
anticipate significant conflicts. However, should one occur, we will adjust the alignment of the
water line Win the easement to avoid conflicts whenever possible. If the conflict is significant
enough, we will adjust the easement.
Q2. What is the project budget?
A2. $30,000
03. What was bid on the previous installation project?
A3. See the attached spreadsheet. These are the actual bid prices for materials and installation for
Phases 1, 2, & 3.
Q4. What about conflicts with existing object?
A4. We are securing easements that will be outside of the existing road right of way for all lines
except along Upland. If at all possible, the city will move the line location to avoid major conflicts
rather than require them to be moved.
2. Easements will require double ditching where the topsoil is removed separately from the subsurface
material and placed back as it was removed.
3. Bores do not require encasement.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
Or Email to: Lritchie@mail.ci.lubbock.tx.us
F" 255-00/Lrad4.doc
255-00/Lrad4.doc
ITB #255-00/LR, Addendum #14
THANK YOU,
CITY OF LUBBOCK
Laura Ritchie
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
s•e
ITB #255-OO/LR, Addendum #4
A
r
BID SUMMARY 11/7/00
DESCRIPTION
QTY UNITS
UNIT PRICE
MAT'L. JINSTALL.
TOTAL
6" C900 Pie
4,905
LF
$1.71
$3.21
$24,132.60
8" C900 Pie
14,560
LF
$2.95
$4.16
$103,521.60
10" C900 Pie
40,395
LF
$4.48
$4.46
$361,131.30
12" C900 Pie
14,145
LF
$6.35
$4.66
$155,736.45
16" C905 Pie
33,372
LF
$9.00
$6.00
$500,580.00
6" fittin s
16
EA
$28.14
$53.00
$1,298.24
8" fittings
651
EA
$57.43
$60.00
$7,632.95
10" fittin s
1111
EA
$94.93
$98.00
$21,415.23
12" fittin s
23
EA
$140.77
$135.00
$6,342.71
16" fittings
99
EA
$441.76
$195.00
$63,039.24
6" pate valves
106
EA
$182.00
$45.00
$24,062.00
8" gate valves
49
EA
$282.00
$72.00
$17,346.00
10" ate valves
38
EA
$440.00
$144.00
$22,192.00
12" pate valves
161
EA
$555.00
$166.00
$11,536.00
16" gate valves
33
EA
$2,325.00
$200.00
$83,325.00
Fire hydrants
125
EA
$693.84 L
$228.00
$115,230.00
14" dia, Bore & -pasing
300
LF
$0.00
$44.00
$13,200.00
16" dia. Bore & casin
400
LF
$0.00
$50,00
$20,000-00
20" dia. Bore &casin
310
LF
$0.00
$76.00
$23,560.00
26" dia. Bore & casing
515
LF
$0.00
$98.00
$50,470.00
Trench protection
1
LS
$0.00
$9,000.00
$9,000.00
Curb & gutter re air
600
LF
$0.00
$13.50
$8,100.00
Asphaltic pavement repair
1,450
SY
$0.00
$30.001
$43,500.00
OR" 266-00/Lred4.doc
P.
S
1
Awn
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 #255 -00I1 -R, Addendum #3
ADDENDUM #3
ITB #255-00/LR
Annexation Water System
Improvements — Phase 5
MAILED TO VENDOR: November 1, 2000
CLOSE DATE: November 9, 2000 @ 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. Please submit your bid on the enclosed revised Bid Submittal Form.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
*^� Questions may be faxed to: (806) 775-2164
Or Email to: Lritchie@mail.ci.Iubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
• Laura Ritchie
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
255-00/1-rad3.doc
W
r
BID SUBMITTAL
UNIT PRICE BID CONTRACT
ITB #255-00/LR, Addendum #3
DATE:
PROJECT NUMBER: #255-00/LR - ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5
Bid of (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 ANNEXATION WATER SYSTEM
IMPROVEMENTS PHASE 5 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 in "Exhibit A"
Bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
accompanying forms, for performing and completing the said work within the time stated and for the prices stated in
Exhibit "A" of this bid.
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 180 (ONE HUNDRED EIGHTY) 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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar
day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
255-00/Lrad3.doc
Pon
ITB #255-OO/LR, Addendum #3
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
Enclosed with this bid is a Cashier's Check or Certified Check for
Dollars ($ 1 or a Bid Bond in the sum of 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 ten (10) days after the date of receipt
of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
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.
Date:
Authorized Signature
Printed. or Typed Name
(Seal if Bidder is a Corporation) ( yp )
ATTEST:
MIWBE Firm: Woman Black American Native
Hispanic American Asian Pacific American I Other
255-00/Lrad3.doc
County
Zip Code
erican
Company
Secretary
Address
Bidder acknowledges receipt of the following addenda:
City,
Addenda No.
Date
State
Addenda No.
Date
Telephone:
Addenda No.
Date
Fax:
Addenda No.
Date
MIWBE Firm: Woman Black American Native
Hispanic American Asian Pacific American I Other
255-00/Lrad3.doc
County
Zip Code
erican
w
ITB #255-00/LR, Addendum #3
ANNEXATION WATER SYSTEM IMPROVEMENTS — PHASE 5
EXHIBIT "A"
ITEM
QTY
UNIT
DESCRIPTION
UNIT PRICE
EXTENDED
COST
1
400
LF
Installation of 6" pipe
2
100
LF
Installation of 8" pipe
3
720
LF
Installation of 10" pipe
4
18,200
LF
Installation of 12" pipe
5
13,100
LF
Installation of 16" pipe
6
4
EA
Installation of fittings for 6" pipe
7
4
EA
Installation of fittings for 8" pipe
8
7
EA
Installation of fittings for 10" pipe
9
28
EA
Installation of fittings for 12" pipe
10
21
EA
Installation of fittings for 16" pipe
11
31
EA
Installation of fire hydrants
12
32
EA
Installation of 6" valves and boxes
13
1
EA
Installation of 8" valves and boxes
14
7
EA
Installation of 10" valves and boxes
15
19
EA
Installation of 12" valves and boxes
16
9
EA
Installation of 16" valves and boxes
17
200
LF
Curb and gutter repair
18
450
SY
Asphaltic concrete pavement repair
19
200
LF
Slick bore for 6" pipe.
20
200
LF
Slick bore for 8" pipe.
21
200
LF
Slick bore for 10" pipe.
22
200
LF
Slick bore for 12" pipe.
23
200
LF
Slick bore for 16" pipe.
24
32,520
LF
Trench protection
TOTAL BID PRICE, ITEMS 1-24
AUTHORIZED SIGNATURE
2000
DATE
255-00/1-rad3.doc
ITB #255-001LR, Addendum #3
rwn
LIST OF SUBCONTRACTORS
Minority Owned
-
Yes No
2.
❑ ❑
3.
❑ ❑
4.
❑ ❑
5.
❑ ❑
..
6.
❑ ❑
7.
❑ ❑
8.
❑ ❑
9.
❑ ❑
10.
❑ ❑
255-00/Lrad3.doc
r*R
P"_
ITB #255-00/LR, Addendum #3
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below -identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within ten (10) 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.
Pon
FI, Contractor (Signature)
Contractor (Print)
CONTRACTOR'S FIRM NAME:
(Print or Type )
CONTRACTOR'S FIRM ADDRESS:
Name of Agent/Broker:
Address of Agent/Broker:
City/State/Zip:
Agent/Broker Telephone Number:
`"" Date:
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 #255-00/1-11 - ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5
255-00/Lrad1doc
City of Lubbock
wu. PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
162513 TH STREET
LUBBOCK, TEXAS 79401
r.+ PH: (806)775-2167 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
ITB #255-00/1-R, Addendum #2
ADDENDUM #2
ITB #255-00/LR
Annexation Water System
Improvements — Phase 5
MAILED TO VENDOR: October 31, 2000
CLOSE DATE: November 9, 2000 @ 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 city has made arrangements for a storage yard for the pipe at approximately 85th and Wausau.
Once a notice to proceed has been issued, the Contractor will be responsible for the pipe.
2. The city will provide all construction stakes for alignment and grade.
3. Para. E.2. in Section 02514 defines the backfill requirement as Type 3 from AWWA standard C605.
4. Section 02516, Para. 3.2.B.: Remove the last sentence in bold. It will be acceptable to connect the
piping to the existing distribution system provided there is a valve between the existing and new pipe
that remains under the control of the Owner. Para. 3.2.A: blowoff and sample taps less than 2
inches in diameter will be considered by the Owner if requested by the Contractor. Also, the
Contractor will provide the material used for line disinfection and all pipe, valves, fittings, etc. for the
blowoffs/sample taps.
5. Bacteriological samples may not be take from fire hydrants. They must be taken out of the sampling
taps.
6. The City will be providing rough staking of the water line route in the areas where easements are
available by November 3. Contractors should be aware that not all easements have been acquired
as of this date.
` 7. To the best of the City's knowledge, the only location where a cut would be greater than 48 inches is
r„ at 98th and Milwaukee. However, there may be other areas that require deeper cuts to avoid existing
utilities or other conflicts.
8. The location of the water line along 114th and along Milwaukee is 10 feet off of the property line. No
fence conflicts are anticipated.
9. Slick bore of driveways and roads is allowed in lieu of open cut. The decision is that of the contractor.
The city will either pay a unit price for asphalt repair or for boring. The bid sheet will be revised for a
.�. unit bore price for each diameter of pipe.
10. Any concrete for thrust blocking, valve supports or other needs is to be included in the unit price for
installation of the pipe, valve, or fitting as appropriate. Concrete to be used is City of Lubbock Class
.� B (2500 psi).
11. Section 02514, Para. 3.3.C.4 is modified to require a minimum depth of cover of 48 inches.
12. The Owner will furnish the tracer wire.
255-00/Lrad2.doc
ITB #255-00/LR, Addendum #2
13. Asphalt for roadway or driveway repair will be furnished by the Contractor.
14. The Contractor will use the City of Lubbock's supplier for any cement stabilized fill required under
pavement.
15. Enclosed is a copy of the tab sheet for ITB #00-213, Pipe, Valves and Fittings.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
Or Email to: Lritchie@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
Laura Ritchie
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
255-00/Lrad2.doc
Prepared by Puy sing Department for September 27, 2000 Council Meeting
r"Advertised:
08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
Prebid Meeting:
08/30/00
Water Utilities
Closed:
09/12/00
Bid #00-213
7 Bid Item Qty
U/M Description/Vendor(s)
Vendor Location
Unit Cost
Total Amount .
1 1,000
FT 6" Class 150 Ductile Iron Pipe
Morrison Supply Company
Lubbock, TX
$5.71
$5.710.00
.,�
Waterworks Sales Company
Amarillo, TX
$5.81
$5,810.00
K.W. Sharp, Inc.
Brownfield, TX
$5.97
$5,970.00
2 100
FT 8" Class 150 Ductile Iron Pipe
++
Waterworks Sales Company
Amarillo, TX
$7.82
$782.00
Morrison Supply Company
Lubbock, TX
$7.85
$785.00
K.W. Sharp, Inc.
Brownfield, TX
$8.50
$850.00
3 720
FT 10" Class 150 Ductile Iron Pipe
Waterworks Sales Company
Amarillo, TX
$10.09
$7,264.80
Morrison Supply Company
Lubbock, TX
$10.36
$7,459.20
K.W. Sharp, Inc.
Brownfield, TX
$10.97
$7,898.40
0" 4 18,200
FT 12" Class 150 Ductile Iron Pipe
K.W. Sharp, Inc.
Brownfield, TX
$12.77
$232,414.00
Waterworks Sales Company
Amarillo, TX
$12.97
$236,054.00
Morrison Supply Company
Lubbock, TX
$13.25
$241,150.00
5 13,100
FT 16" Class 150 Ductile Iron Pipe
K.W. Sharp, Inc.
Brownfield, TX
$19.25
$252,175.00
Waterworks Sales Company
Amarillo, TX
$20.69
$271,039.00
s�+e
Morrison Supply Company
Lubbock, TX
$21.79
$285,449.00
6 1,000
FT 6" Class 150 PVC Pipe
Watermaster Irrigation Supply, Inc.
Lubbock, TX
$1.8437
$1,843.70
Western Industrial Supply, LLC
Lubbock, TX
$2.32
$2,320.00
Morrison Supply Company
Lubbock, TX
$2.32
$2,320.00
Waterworks Sales Company
Amarillo, TX
$2.39
$2,390.00
K.W. Sharp, Inc.
Brownfield, TX
$2.60
$2,600.00
a 7 100
FT 8" Class 150 PVC Pipe
Watermaster Irrigation Supply, Inc.
Lubbock, TX
$3.1851
$318.51
Western Industrial Supply, LLC
Lubbock, TX
$4.11
$411.00
Morrison Supply Company
Lubbock, TX
$4.11
$411.00
Waterworks Sales Company
Amarillo, TX
$4.13
$413.00
K.W. Sharp, Inc.
Brownfield, TX
$4.95
$495.00
8 720
FT 10" Class 150 PVC Pipe
Watermaster Irrigation Supply, Inc.
Lubbock, TX
$4.8151
$3,466.87
Western Industrial Supply, LLC
Lubbock, TX
$6.06
$4,363.20
Morrison Supply Company
Lubbock, TX
$6.06
$4,363.20
Waterworks Sales Company
Amarillo, TX
$6.25
$4,500.00
K.W. Sharp, Inc.
Brownfield, TX
$6.77
$4,874.40
9 :;,200
FT 12" Class 150 PVC Pipe
Watermaster Irrigation Supply, Inc.
Lubbock, TX
$6.8244
$124,204.08
Western Indusirial Supply, LLC
Lubbock, TX
$8.59
$156,338.00
e•••
Morrison Supply Company
Lubbock, TX
$8.59
$156.338.00
Waterworks Sales Company
Amarillo, TX
$8.71
$158,522.00
K.W. Sharp, Inc.
Brownfield, TX
$9.27
$168,714.00
10 13,100
FT 16" Class 150 PVC Pipe
Western Industrial Supply, LLC
Lubbock, TX
$11.38
$149,078.00
Morrison Supply Company
Lubbock, TX
$11.38
$149,078.00
Waterworks Sales Company
Amarillo, TX
$11.40
$149,340.00
Watermaster Irrigation Supply, Inc.
Lubbock, TX
$12.79
$167,549.00
K.W. Sharp, Inc.
Brownfield, TX
$16.67
$218,377.00
11 1,000
FT 6" Class 150 Concrete Cylinder Pipe
Deleted
!�+ 12 100
FT 8" Class 150 Concrete Cylinder Pipe
Deleted
Page 1 of 10 ITEM 2
4
Prepared by P asing Department for September 27, 200 Council Meeting
Advertised: 08/20/00 & 08127/00
PIPE, VALVES AND FITTINGS
P`""")id Meeting: 08/30/00
Water Utilities
C' ;ed: 09/12/00
Bid #00-213
Bid Item Qty U/M
Description/Vendor(s)
Vendor Location
Unit Cost
Total Amount
13 720 FT
10" Class 150 Concrete Cylinder Pipe
Deleted
14 18,200 FT
12" Class 150 Concrete Cylinder Pipe
Deleted
15 13,100 FT
16" Class 150 Concrete Cylinder Pipe
Deleted
16 1,000 FT
6" Class 150 High Density Polyethylene Pipe (HDPE)
Industrial Utility Sales, Company Inc.
Houston, TX
$4.61
$4,610.00
"'
Onda-Lay Pipe & Rental, Inc.
Midland, TX
$5.81
$5,810.00
17 100 FT
8" Class 150 High Density Polyethylene Pipe (HDPE)
Industrial Utility Sales, Company Inc.
Houston, TX
$7.64
$764.00
Onda-Lay Pipe & Rental, Inc.
Midland, TX
$9.99
$999.00
18 720 FT
10" Class 150 High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc.
Midland, TX
$10.96
$7,891.20
Industrial Utility Sales, Company Inc.
Houston, TX
$11.26
$8,107.20
19 18,200 FT
12" Class 150 High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc.
Midland, TX
$13.65
$248,430.00
Industrial Utility Sales, Company Inc.
Houston, TX
$15.55
$283,010.00
20 13,100 FT
16" Class 150 High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc.
Midland, TX
$23.84
$312,304.00
Industrial Utility Sales, Company Inc.
Houston, TX
$27.11
$355,141.00
21 1,000 FT
6" Class 150 Molecularly Oriented Polyvinyl Chloride Pipe (PVCO)
Western Industrial Supply, LLC
Lubbock, TX
$2.30
$2,300.00
22 100 FT
8" Class 150 Molecularly Oriented Polyvinyl Chloride Pipe (PVCO)
Western Industrial Supply, LLC
Lubbock, TX
$3.97
$397.00
23 720 FT
10" Class 150 Molecularly Oriented Polyvinyl Chloride
Pipe (PVCO)
�**
Western Industrial Supply, LLC
Lubbock, TX
$6.00
$4,320.00
24 18,200 FT
12" Class 150 Molecularly Oriented Polyvinyl Chloride
Pipe (PVCO)
Western industrial Supply, LLC
Lubbock, TX
$8.51
$154,882.00
25 13,100 FT
16" Class 150 Molecularly Oriented Polyvinyl Chloride
Pipe (PVCO)
Deleted
26 32 EA
6" Gate Valves.
Jet Specialty
Odessa, TX
$198.75
$6,360.00
Western Industrial Supply, LLC
Lubbock, TX
$224.73
$7,191.36
K.W. Sharp, Inc.
Brownfield, TX
$228.88
$7,324.16
Morrison Supply Company
Lubbock, TX
$234.00
$7,488.00
Waterworks Sales Company
Amarillo, TX
$240.00
$7,680.00
27 1 EA
8" Gate Valves
Western Industrial Supply, LLC
Lubbock, TX
$254.85
$254.85
Jet Specialty
Odessa, TX
$312.50
$312.50
Morrison Supply Company
Lubbock, TX
$372.42
$372.42
Waterworks Sales Company
Amarillo, TX
$382.30
$382.30
K.W. Sharp, Inc.
Brownfield, TX
$395.76
$395.76
28 7 EA
10" Gate Valves
Jet Specialty
Odessa. TX
$468.75
$3,281.25
Western Industrial Supply, LLC
Lubbock, TX
$558.08
$3,906.56
Morrison Supply Company
Lubbock, TX
$580.67
$4,064.69
Waterworks Sales Company
Amarillo, TX
$596.00
$4,172.00
K.W. Sharp, Inc.
Brownfield, TX
$597.77
$4,184.39
." Page 2 of 10
Page 3 of 10
Prepared by Pur, ing Department for September 27, 2000
Council Meeting
vertised:
08/20/00 & 08127!00
PIPE, VALVES AND FITTINGS
-ebid Meeting:
08/30/00
Water Utilities
osed:
09/12/00
Bid #00-213
mid Item Qty
U/M Description/Vendor(s)
Vendor Location
Unit Cost
Total Amount
29 19
EA 12" Gate Valves
Jet Specialty
Odessa, TX
$631.25
$11,993.75
K.W. Sharp, Inc.
Brownfield, TX
$698.76
$13.276.44
""
Western Industrial Supply, LLC
Lubbock, TX
$706.19
$13,417.61
Morrison Supply Company
Lubbock, TX
$734.76
$13,960.44
Waterworks Sales Company
Amarillo, TX
$754.00
$14,326.00
30 9
EA 16" Gate Valves
Jet Specialty
Odessa, TX
$1,562.50
$14,062.50
"-
Morrison Supply Company
Lubbock, TX
$2,462.89
$22,166.01
Western Industrial Supply, LLC
Lubbock, TX
$2,475.68
$22,281.12
„.
Waterworks Sales Company
Amarillo, TX
$2,528.00
$22,752.00
K.W. Sharp, Inc.
Brownfield, TX
$2,550.00
$22.950.00
31 15
EA Fire Hydrants, 4' Bury
K.W. Sharp, Inc.
Brownfield, TX
$714.00
$10,710.00
Western Industrial Supply, LLC
Lubbock, TX
$746.13
$11,191.95
Morrison Supply Company
Lubbock, TX
$772.95
$11,594.25
Waterworks Sales Company
Amarillo, TX
$780.30
$11,704.50
32 16
EA Fire Hydrants, 5' Bury
K.W. Sharp, Inc.
Brownfield, TX
$776.00
$12,416.00
Morrison Supply Company
Lubbock, TX
$808.23
$12,931.68
Western Industrial Supply, LLC
Lubbock, TX
$812.42
$12.998.72
Waterworks Sales Company
Amarillo, TX
$816.50
$13,064.00
33 68
EA Valve Box Risers and Lids
Western Industrial Supply, LLC
Lubbock, TX
$18.33
$1,246.44
Waterworks Sales Company
Amarillo, TX
$19.50
$1,326.00
K.W. Sharp, Inc.
Brownfield, TX
$20.00
$1,360.00
Morrison Supply Company
Lubbock, TX
$21.92
$1,490.56
34 10
EA 16" x 6" Tees, Ductile Iron
r�
Western Industrial Supply, LLC
Lubbock, TX
$232.34
$2.323.40
Waterworks Sales Company
Amarillo, TX
$255.75
$2,557.50
Morrison Supply Company
Lubbock, TX
$293.15
$2,931.50
K.W. Sharp, Inc.
Brownfield, TX
$359.00
$3,590.00
35 1
EA 16" x 8" Tees, Ductile iron
Western Industrial Supply, LLC
Lubbock, TX
$227.78
$227.78
Waterworks Sales Company
Amarillo, TX
$259.16
$259.16
r+
Morrison Supply Company
Lubbock, TX
$297.05
5297.05
K.W. Sharp, Inc.
Brownfield, TX
$369.00
$369.00
36 2
EA 16" x 10" Tees, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$247.28
5494.56
Waterworks Sales Company
Amarillo, TX
$292.91
$585.82
Morrison Supply Company
Lubbock, TX
$335.75
$671.50
K.W. Sharp, Inc.
Brownfield, TX
$399.00
$798.00
37 15
EA 12"x 6" Tees, Ductile Iron
Western industrial Supply, LLC
Lubbock, TX
$80.49
$1,207.35
Waterworks Sales Company
Amarillo, TX
$87.63
$1,314.45
Morrison Supply Company
Lubbock, TX
$100.45
$1,506.75
K.W. Sharp, Inc.
Brownfield, TX
$135.00
$2,025.00
38 5
EA 12" x 10" Tees, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$104.55
5522.75
r+
Waterworks Sales Company
Amarillo, TX
$108.09
5540.45
Morrison Supply Company
Lubbock, TX
$123.90
5619.50
K.W. Sharp, Inc.
Brownfield, TX
$185.00
5925.00
Page 3 of 10
Page 4 of 10
Prepared by F lasing Department for September 27, 20L
ity Council Meeting
Advertised:
08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
Pbid Meeting:
08/30/00
Water Utilities
( Sred:
09/12/00
Bid #00-213
Bid Item Qty
U/M Description/Vendor(s)
Vendor Location
Unit Cost
Total Amount
39 2
EA 12"x 12" Tees, Ductile Iron
Western Industrial Supply, LLC
Lubbock. TX
$104.55
$209.10
Waterworks Sales Company
Amarillo, TX
$113.89
$227.78
Morrison Supply Company
Lubbock, TX
$130.55
$261.10
K.W. Sharp, Inc.
Brownfield, TX
$199.00
$398.00
40 3
EA 10" x 6" Tees, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$65.55
$196.65
Waterworks Sales Company
Amarillo, TX
$70.93
$212.79
Morrison Supply Company
Lubbock, TX
$81.30
$243.90
K.W. Sharp, Inc.
Brownfield, TX
$130.00
$390.00
41 1
EA 16" x 16" Cross, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$502.85
$502.85
Waterworks Sales Company
Amarillo, TX
$541.16
$541.16
Morrison Supply Company
Lubbock, TX
$620.29
$620.29
K.W. Sharp, Inc.
Brownfield, TX
$1,000.00
$1,000.00
42 4
EA 16" x 12" Reducers, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$122.39
$489.55
Waterworks Sales Company
Amarillo, TX
$133.33
$533.32
Morrisoo Supply Company PP Y P Y
Lubbock, TX
$152.83
$611.32
K.W. Sharp, Inc.
Brownfield, TX
$199.00
$796.00
43 2
EA 6" 90 Degree Bends, Ductile Iron
P"
Western Industrial Supply, LLC
Lubbock, TX
$23.65
$47.30
Waterworks Sales Company
Amarillo, TX
$2,6.59
$53.18
Morrison Supply Company
Lubbock, TX
$30.49
$60.98
K.W. Sharp, Inc.
Brownfield, TX
$45.00
$90.00
.,s
44 1
EA 8" 90 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$37.55
$37.55
Waterworks Sales Company
Amarillo, TX
$41.26
$41.26
Morrison Supply Company
Lubbock, TX
$47.29
$47.29
K.W. Sharp, Inc.
Brownfield, TX
$65.00
$65.00
45 1
EA 10" 90 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$59.33
$59.33
Waterworks Sales Company
Amarillo, TX
$64.44
$64.44
Morrison Supply Company
Lubbock, TX
$73.87
$73.87
K.W. Sharp, Inc.
Brownfield, TX
$95.00
$95.00
�- 46 3
EA 12" 90 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$76.55
$229.65
Waterworks Sales Company
Amarillo, TX
$83.20
$249.60
Morrison Supply Company
Lubbock, TX
$95.37
$286.11
K.W. Sharp, Inc.
Brownfield, TX
$120.00
$360.00
47 2
EA- 16" 90 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$204.54
$409.08
Waterworks Sales Company
Amarillo, TX
$225.40
$450.80
Morrison Supply Company
Lubbock, TX
$258.36
$516.72
K.W. Sharp, Inc.
Brownfield, TX
$320.00
$640.00
48 1
EA 6"45 Degree Bends, Ductile iron
Western Industrial Supply, LLC
Lubbock, TX
$20.12
$20.12
Waterworks Sales Company
Amarillo, TX
$22.84
$22.84
Morrison Supply Company
Lubbock, TX
$26.19
$26.19
K.W. Sharp, Inc.
Brownfield, TX
$40.00
$40.00
49 1
EA 8"45 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$32.98
$32.98
Waterworks Sales Company
Amarillo, TX
$36.14
$36.14
a�
Morrison Supply Company
Lubbock, TX
$41.43
$41.43
K.W. Sharp, Inc.
Brownfield, TX
$58.00
$58.00
Page 4 of 10
Prepared by Put sing Department for September 27, 2000 Council Meeting,
„advertised.
08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
rebid Meeting:
08/30/00
Water Utilities
losed:
09/12/00
Bid #00-213
�id Item Qry
U/M DescriptionNendor(s)
Vendor Location
Unit Cost
Total Amount .
50 1
EA 10" 45 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$45.74
$45.74
Waterworks Sales Company
Amarillo, TX
$49.78
$49.78
"^
Morrison Supply Company
Lubbock, TX
$57.06
$57.06
K.W. Sharp, Inc.
Brownfield, TX
$79.00
$79.00
51 1
EA 12" 45 Degree Bends, Ductile Iron
0"
Western Industrial Supply, LLC
Lubbock, TX
$62.65
562.65
Waterworks Sales Company
Amarillo, TX
$68.20
$68.20
Morrison Supply Company
Lubbock, TX
$78.17
$78.17
K.W. Sharp, Inc.
Brownfield, TX
$99.00
$99.00
52 1
EA 16" 45 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$156.41
$156.41
Waterworks Sales Company
Amarillo, TX
$173.22
$173.22
Morrison Supply Company
Lubbock, TX
$198.56
$198.56
r
K.W. Sharp, Inc.
Brownfield, TX
$259.00
$259.00
53 1
EA 6" 22.5 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$20.74
$20.74
Waterworks Sales Company
Amarillo, TX
$23.52
$23.52
Morrison Supply Company
Lubbock, TX
$26.97
$26.97
K.W. Sharp, Inc.
Brownfield, TX
$40.00
$40.00
■*a+ 54 1
EA 8" 22.5 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$34.02
$34.02
Waterworks Sales Company
Amarillo, TX
$36.82
$36.82
Morrison Supply Company
Lubbock, TX
$42.21
$42.21
MIR
K.W. Sharp, Inc.
Brownfield, TX
$58.00
$58.00
55 1
EA 10" 22.5 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$46.47
$46.47
Waterworks Sales Company
Amarillo, TX
$50.46
$50.46
Morrison Supply Company
Lubbock, TX
$57.84
$57.84
K.W. Sharp, Inc.
Brownfield, TX
$79.00
$79.00
56 1
EA 12" 22.5 Degree Bends, Ductile Iron
"^
Western Industrial Supply, LLC
Lubbock, TX
$63.06
$63.06
Waterworks Sales Company
Amarillo, TX
$68.88
$68.88
Morrison Supply Company
Lubbock, TX
$78.95
$78.95
K.W. Sharp, Inc.
Brownfield, TX
$99.00
$99.00
57 1
EA 16" 22.5 Degree Bends, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$158.07
$158.07
Waterworks Sales Company
Amarillo, TX
$173.22
$173.22
Morrison Supply Company
Lubbock, TX
$198.56
$198.56
K.W. Sharp, Inc.
Brownfield, TX
$259.00
$259.00
58 1
EA 6" Plug, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$11.20
$11.20
e�++
Waterworks Sales Company
Amarillo, TX
$11.59
$11.59
K.W. Sharp, Inc.
Brownfield, TX
$15.99
$15.99
Morrison Supply Company
Lubbock, TX
$17.25
$17.25
^� 59 1
EA 8" Plug, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$14.31
$14.31
Waterworks Sales Company
Amarillo, TX
$16.36
$16.36
K.W. Sharp, Inc.
Brownfield, TX
$19.99
$19.99
Morrison Supply Company
Lubbock, TX
$25.27
$25.27
60 7
EA 10" Plug, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$21.57
$150.99
Waterworks Sales Company
Amarillo, TX
$23.52
5164.64
�.
K.W. Sharp, Inc.
Brownfield, TX
$29.99
$209.93
Morrison Supply Company
Lubbock, TX
$34.91
$244.37
" Page 5 of 10
Ow Page 6 of 10
Prepared by F using Department for September 27, 20C.
Ay Councii Meeting
Advertised:
08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
Pp +id Meeting:
08/30/00
Water Utilities
C. sed:
09/12/00
Bid #00.213
Bid Item
Qty
U/M
Description/Vendor(s)
Vendor Location
Unit Cost
Total Amount
s�
61
2
EA
12" Plug, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$27.80
$55.60
Waterworks Sales Company
Amarillo, TX
$30.00
$60.00
K.W. Sharp, Inc.
Brownfield, TX
$39.99
$79.98
Morrison Supply Company
Lubbock, TX
$44.13
$88.26
'62
2
EA
16" Plug, Ductile Iron
Western Industrial Supply, LLC
Lubbock, TX
$94.60
$189.20
Waterworks Sales Company
Amarillo, TX
$102.98
$205.96
K.W. Sharp, Inc.
Brownfield, TX
$129.99
$259.98
Morrison Supply Company
Lubbock, TX
$140.21
$280.42
X63
124
EA
6" Joint Restraints, Ductile Iron for Ductile Iron Pipe
Western Industrial Supply, LLC
Lubbock, TX
$18.91
$2,344.84
Morrison Supply Company
Lubbock, TX
$21.11
$2,617.64
Waterworks Sales Company
Amarillo, TX
$22.84
$2,832.16
P"
K.W. Sharp, Inc.
Brownfield, TX
$24.40
$3,025.60
64
5
EA
8" Joint Restraints, Ductile Iron for Ductile Iron Pipe
Western Industrial Supply, LLC
Lubbock, TX
$26.42
$132.10
res
Morrison Supply Company
Lubbock, TX
$29.40
$147.00
K.W. Sharp, Inc.
Brownfield, TX
$29.99
$149.95
Waterworks Sales Company
Amarillo, TX
$31.82
$159.10
65
27
EA
10" Joint Restraints, Ductile Iron for Ductile Iron Pipe
Western Industrial Supply, LLC
Lubbock, TX
$38.16
$1,030.32
Morrison Supply Company
Lubbock, TX
$42.46
$1,146.42
Waterworks Sales Company
Amarillo, TX
$45.94
$1,240.38
K.W. Sharp, Inc.
Brownfield, TX
$57.77
$1,559.79
e+n
` 66
94
EA
12" Joint Restraints, Ductile Iron for Ductile Iron Pipe
Western Industrial Supply, LLC
Lubbock, TX
$56.03
$5,266.82
Morrison Supply Company
Lubbock, TX
$57.56
$5,410.64
K.W. Sharp, Inc.
Brownfield, TX
$59.97
$5,637.18
Waterworks Sales Company
Amarillo, TX
$62.28
$5,854.32
67
70
EA
16" Joint Restraints, Ductile Iron for Ductile Iron Pipe
Morrison Supply Company
Lubbock, TX
$102.98
$7,208.60
Waterworks Sales Company
Amarillo, TX
$111.44
$7,800.80
Western industrial Supply, LLC
Lubbock, TX
$117.08
$8,195.60
K.W. Sharp, Inc.
Brownfield, TX
$127.77
$8,943.90
P-68
10
EA
16" x 6" Tees, Concrete Cylinder
Deleted
69
1
EA
16" x 8" Tees, Concrete Cylinder
Deleted
X70
2
EA
16" x 10" Tees, Concrete Cylinder
Deleted
71
15
EA-
12" x 6" Tees, Concrete Cylinder
Deleted
X72
5
EA
12" x 10" Tees, Concrete Cylinder
Deleted
73
2
EA
12" x 12" Tees, Concrete Cylinder
Deleted
74
3
EA
10" x 6" Tees, Concrete Cylinder
Deleted
75
1
EA
16" x 16" Cross, Concrete Cylinder
Deleted
.76
4
EA
16" x 12" Reducers, Concrete Cylinder
Deleted
77
2
EA
6" 90 Degree Bends, Concrete Cylinder
Deleted
78
1
EA
8" 90 Degree Bends, Concrete Cylinder
Deleted
Ow Page 6 of 10
Prepared by Pu, sing Department for September 27, 2000 Council Meeting
mp'Avertised:
08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
'rebid Meeting:
08/30/00
Water Utilities
Closed:
09/12/00
Bid #00-213
t"Bid Item
Qty
U/M
Description/Vendor(s) Vendor Location
Unit Cost
Total Amount .
79
1
EA
10" 90 Degree Bends, Concrete Cylinder
Deleted
■„
80
3
EA
12" 90 Degree Bends, Concrete Cylinder
Deleted
81
2
EA
16" 90 Degree Bends, Concrete Cylinder
Deleted
82
1
EA
6" 45 Degree Bends, Concrete Cylinder
Deleted
sR,
83
1
EA
8" 45 Degree Bends, Concrete Cylinder
Deleted
84
1
EA
10" 45 Degree Bends, Concrete Cylinder
Deleted
85
1
EA
12" 45 Degree Bends, Concrete Cylinder
Deleted
n
86
1
EA
16"45 Degree Bends, Concrete Cylinder
Deleted
87
1
EA
6" 22.5 Degree Bends, Concrete Cylinder
Deleted
88
1
EA
8"22.5 Degree Bends, Concrete Cylinder
Deleted
89
1
EA
10" 22.5 Degree Bends, Concrete Cylinder
Deleted
90
1
EA
12"22.5 Degree Bends, Concrete Cylinder
Deleted
91
1
EA
12"22.5 Degree Bends, Concrete Cylinder
Deleted
92
1
EA
6" Plug, Concrete Cylinder
Deleted
93
1
EA
8" Plug, Concrete Cylinder
Deleted
94
7
EA
10" Plug, Concrete Cylinder
Deleted
P
95
2
EA
12" Plug, Concrete Cylinder
Deleted
96
2
EA
16" Plug, Concrete Cylinder
Deleted
r
97
10
EA
16"x 6" Tees, High Density Polyethylene Pipe (HDPE)
Industrial Utility Sales, Company Inc. Houston, TX
$374.18
$3,741.80
Onda-Lay Pipe & Rental, Inc. Midland, TX
$383.29
$3,832.90
98
1
EA
16" x 8" Tees, High Density Polyethylene Pipe (HDPE)
Industrial Utility Sales, Company Inc. Houston, TX
$516.79
$516.79
Onda-Lay Pipe & Rental, Inc. Midland, TX
$650.75
$650.75
99
2
EA
16"x 10" Tees, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$718.15
$1,436.30
Industrial Utility Sales, Company Inc. Houston, TX
$750.48
$1,500.96
100
15
EA
12" x 6" Tees, High Density Polyethylene Pipe (HDPE)
..,
Onda-Lay Pipe & Rental, Inc. Midland, TX
$277.99
$4,169.85
Industrial Utility Sales, Company Inc. Houston, TX
$279.58
$4,193.70
101
5
EA
12"x 10" Tees, High Density Polyethylene Pipe (HDPE_)
A
Onda-Lay Pipe & Rental, Inc. Midland, TX
$351.00
$1,755.00
Industrial Utility Sales, Company Inc. Houston, TX
$716.59
$3,582.95
102
2
EA
12"x 12"Tees, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$404.35
$808.70
Industrial Utility Sales, Company Inc. Houston, TX
$406.66
$813.32
103
3
EA
10" x 6" Tees, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$261.14
$783.42
!�+*
Industrial Utility Sales, Company Inc. Houston, TX
$262.63
$787.89
w+.
Page 7 of 10
Prepared by F iasing Department for September 27, 20L ,ity Council Meeting
Advertised: 08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
rebid Meeting: 08/30/00
Water Utilities
osed: 09/12/00
Bid #00-213
Bid Item Oty U/M
Description/Vendor(s) Vendor Location
Unit Cost
Total Amount
104 1 EA
16" x 16" Cross, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$2,363.12
$2,363.12
Industrial Utility Sales, Company Inc. Houston, TX
$2,634.46
$2,634.46
105 4 EA
16"x 12" Reducers, High Density Polyethylene Pipe (HOPE)
Onda-Lay Pipe & Rental, Inca Midland, TX
$888.03
$3,552.12
Industrial Utility Sales, Company Inc. Houston, TX
$893.09
$3,572.36
106 2 EA
6" 90 Degree Bends, High Density Polyethylene Pipe (HOPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$184.63
$369.26
Industrial Utility Sales, Company Inc. Houston, TX
$185.68
$371.36
107 1 EA
8" 90 Degree Bends, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$256.23
$256.23
Industrial Utility Sales, Company Inc. Houston, TX
$257.69
$257.69
A^ 108, 1 EA
10" 90 Degree Bends, High Density Polyethylene Pipe (HOPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$329.94
$329.94
Industrial Utility Sales, Company Inc. Houston, TX
$331.82
$331.82
109 3 EA
12" 90 Degree Bends, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inca Midland, TX
$404.35
$1,213.05
Industrial Utility Sales, Company Inc. Houston, TX
$406.66
$1,219.98
110 2 EA
16" 90 Degree Bends, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$962.44
$1,924.88
Industrial Utility Sales, Company Inc. Houston, TX
$967.93
$1,935.86
111 1 EA
6"45 Degree Bends, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$125.66
$125.66
Industrial Utility Sales, Company Inc. Houston, TX
$126.37
$126.37
112 1 EA
8" 45 Degree Bends, High Density Polyethylene Pipe (HDPE)
e�*
Onda-Lay Pipe & Rental, Inc. Midland, TX
$174.80
$174.80
Industrial Utility Sales, Company Inc. Houston, TX
$175.79
$175.79
113 1 EA
10" 45 Degree Bends, High Density Polyethylene Pipe (HOPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$205.69
$205.69
Industrial Utility Sales, Company Inc. Houston, TX
$206.86
$206.86
114 1 EA
12" 45 Degree Bends, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$277.99
$277.99
Industrial Utility Sales, Company Inc. Houston, TX
$279.58
$279.58
115 1 EA
16"45 Degree Bends, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$519.48
$519.48
^^"
Industrial Utility Sales, Company Inc. Houston, TX
$522.44
$522.44
116 1 EA
6" Plug, High Density Polyethylene Pipe (HDPE)
Industrial Utility Sales, Company Inc. Houston, TX
$137.67
$137.67
117 1 EA
8" Plug, High Density Polyethylene Pipe (HOPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$171.99
$171.99
Industrial Utility Sales, Company Inc. Houston, TX
$187.09
$187.09
as 118 7 EA
10" Plug, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. Midland, TX
$263.25
$1,842.75
Industrial Utility Sales, Company Inc. Houston, TX
$282.40
$1,976.80
P" 119 2 EA
12" Plug, High Density Polyethylene Pipe (HDPE)
Onda-Lay Pipe & Rental, Inc. . Midland, TX
$336.96
$673.92
Industrial Utility Sales, Company Inc. Houston, TX
$348.76
$697.52
Page 8 of 10
Prepared by Pui ling Department for September 27, 2000 Council Meeting
esmdvertised: 08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
rebid Meeting: 08/30/00
Water Utilities
Closed: 09/12/00
Bid #00-213
"nid Item Qty U/M
Desch ption/Vendor(s)
Vendor Location
Unit Cost
Total Amount .
120 2 EA
16" Plug, High Density Polyethylene Pipe (HOPE)
Onda-Lay Pipe & Rental, Inc.
Midland, TX
$478.53
$957.06
8-0
Industrial Utility Sales, Company Inc.
Houston, TX
$716.59
$1,433.18
121 33,200 FT
Warning Tape
Waterworks Sales Company
Amarillo, TX
$0.060
$1,992.00
K.W. Sharp, Inc.
Brownfield, TX
$0.074
$2,456.80
122 124 EA
6" Joint Restraints, Ductile Iron for PVC Pipe
Western Industrial Supply, LLC
Lubbock, TX
$21.41
$2,654.84
Morrison Supply Company
Lubbock, TX
$24.90
$3,087.60
Waterworks Sales Company
Amarillo, TX
$26.94
$3.340.56
K.W. Sharp, Inc.
Brownfield, TX
$34.95
$4,333.80
123 5 EA
8" Joint Restraints, Ductile Iron for PVC Pipe
Western Industrial Supply, LLC
Lubbock, TX
$29.84
$149.20
Morrison Supply Company
Lubbock, TX
$34.24
$171.20
Waterworks Sales Company
Amarillo, TX
$37.04
$185.20
K.W. Sharp, Inc.
Brownfield, TX
$45.95
$229.75
rA+
124 27 EA
10" Joint Restraints, Ductile Iron for PVC Pipe
Western Industrial Supply, LLC
Lubbock, TX
$52.62
$1,420.74
Morrison Supply Company
Lubbock, TX
$60.02
$1,620.54
Waterworks Sales Company
Amarillo, TX
$64.95
$1,753.65
K.W. Sharp, Inc.
Brownfield, TX
$75.95
$2,050.65
125 94 EA
12" Joint Restraints, Ductile Iron for PVC Pipe
Western Industrial Supply, LLC
Lubbock, TX
$56.03
$5,266.82
Morrison Supply Company
Lubbock, TX
$63.50
$5,969.Oo
Waterworks Sales Company
Amarillo, TX
$68.44
$6,433.36
K.W. Sharp, Inc.
Brownfield, TX
$81.95
$7,703.30
126 70 EA
16" Joint Restraints, Ductile Iron for PVC Pipe
Western industrial, Supply, LLC
Lubbock, TX
$117.08
$8,195.60
Morrison Supply Company
Lubbock, TX
$133.46
$9,342.20
Waterworks Sales Company
Amarillo, TX
$144.40
$10,108.00
K.W. Sharp, Inc.
Brownfield, TX
$151.95
$10,636.50
127 124 EA
6" Joint Restraints, Ductile Iron for PVCO Pipe
Western Industrial Supply, LLC
Lubbock, TX
$21.41
$2,654.84
Waterworks Sales Company
Amarillo, TX
$26.94
$3.340.56
�..
128 5 EA
8" Joint Restraints, Ductile Iron for PVCO Pipe
Western Industrial Supply, LLC
Lubbock, TX
$29.84
$149.20
Waterworks Sales Company
Amarillo, TX
$37.04
$185.20
129 27 EA
10" Joint Restraints, Ductile Iron for PVCO Pipe
Western Industrial Supply, LLC
Lubbock, TX
$52.62
$1,420.74
Waterworks Sales Company
Amarillo, TX
$64.95
$1,753.65
130 94 EA
12" Joint Restraints, Ductile Iron for PVCO Pipe
Western Industrial Supply, LLC
Lubbock, TX
$56.03
$5,266.82
Waterworks Sales Company
Amarillo, TX
$68.44
$6,433.36
e+++e
131 70 EA
16" Joint Restraints, Ductile Iron for PVCO Pipe
Western Industrial Supply, LLC
Lubbock, TX
$117.08
$8,195.60
Waterworks Sales Company
Amarillo, TX
$144.40
$10,108.00
sae
Page 9 of 10
No Response:
Cohn & Gregory, Inc.
Horne Pipe & Supply, Inc.
Montgomery Sales
OTool'Plastic Pipe Company
Panhandle Valve, Fabrication & Machine
Silver Star Supply Company
Sun -Belt Pump
Texas Industrial Valve & Instrument
Wallace Mechanical Supply, Inc.
Wilson Company
Note:
Pipe materials (ductile iron, PVC, PVCO and HDPE) were evaluated for the best price in combination with
the fittings and joint restraints appropriate for the pipe material. It was determined that PVC pipe material is
the most economical choice. Prices for the valves, fire hydrants, valve boxes, and warning tape were
evaluated independent from the pipe material because they are compatible with all pipe material.
Consequently, staff recommends that council reject bids for bid items 1 - 5 (ductile iron pipe), bid items
16 - 20 (HDPE pipe), bid items 21 - 24 (PVCO pipe), bid items 64 - 67 (joint restraints for ductile iron
pipe), bid items 97 - 120 (fittings for HDPE pipe), and bid items 127 - 131 (joint restraints for PVCO pipe).
.�+ Page 10 of 10
Prepared by PL_ using Department for
September 27, 200,
ty Council Meeting
Advertised:
08/20/00 & 08/27/00
PIPE, VALVES AND FITTINGS
r"nbid Meeting:
08/30/00
Water UtllIties
f )sed:
09/12/00
Bid #00-213
Bid Item Qty
U/M DescriptionNendor(s)
Vendor Location
Unit Cost Total Amount
P4
All or None, Items 6 - 10 (PVC Pipe)
Watermaster Irrigation Supply, Inc.
Lubbock, TX
$297,382.16
Western Industrial Supply, LLC
Lubbock, TX
$312,510.20
Morrison Supply Company
Lubbock, TX
$312,510.20
Waterworks Sales Company
Amarillo, TX
$315,165.00
K.W. Sharp, Inc.
Brownfield, TX
$395,060.40
All or None, Items 26 - 30 (Valves)
Jet Specialty
Odessa, TX
$36,010.00
Western Industrial Supply, LLC
Lubbock, TX
$47,051.50
Morrison Supply Company
Lubbock, TX
$48,051.56
K.W. Sharp, Inc.
Brownfield, TX
$48,130.75
Waterworks Sales Company
Amarillo, TX
$49,312.30
All or None, Items 31 - 32 (Fire Hydrants)
K.W. Sharp, Inc.
Brownfield, TX
$23,126.00
Western Industrial Supply, LLC
Lubbock, TX
$24,190.67
Morrison Supply Company
Lubbock, TX
$24,525.93
Waterworks Sales Company
Amarillo, TX
$24,768.50
e•+,
All or None, Items 34 - 63 (Fittings)
Western Industrial Supply, LLC
Lubbock, TX
$8,018.47
Waterworks Sales Company
Amarillo, TX
$8,793.34
Morrison Supply Company
Lubbock, TX
$10,209.39
K.W. Sharp, Inc.
Brownfield, TX
$13,196.87
All or None, Items 122 - 126 (Joint Restraints)
Western Industrial Supply, LLC
Lubbock, TX
$17,687.20
Waterworks Sales Company
Amarillo, TX
$21,820.77
No Bid:
Metron Technology
No Response:
Cohn & Gregory, Inc.
Horne Pipe & Supply, Inc.
Montgomery Sales
OTool'Plastic Pipe Company
Panhandle Valve, Fabrication & Machine
Silver Star Supply Company
Sun -Belt Pump
Texas Industrial Valve & Instrument
Wallace Mechanical Supply, Inc.
Wilson Company
Note:
Pipe materials (ductile iron, PVC, PVCO and HDPE) were evaluated for the best price in combination with
the fittings and joint restraints appropriate for the pipe material. It was determined that PVC pipe material is
the most economical choice. Prices for the valves, fire hydrants, valve boxes, and warning tape were
evaluated independent from the pipe material because they are compatible with all pipe material.
Consequently, staff recommends that council reject bids for bid items 1 - 5 (ductile iron pipe), bid items
16 - 20 (HDPE pipe), bid items 21 - 24 (PVCO pipe), bid items 64 - 67 (joint restraints for ductile iron
pipe), bid items 97 - 120 (fittings for HDPE pipe), and bid items 127 - 131 (joint restraints for PVCO pipe).
.�+ Page 10 of 10
City of Lubbock
PURCHASING DEPARTMENT
ROOM L04, MUNICIPAL BUILDING
1625 13" STREET
LUBBOCK, TEXAS 79401
PH: (806)775-2167 FAX: (806)775-2164
http://purchasing.ci.lubbock.tx.us
ITB #255-OO/LR, Addendum #1
ADDENDUM #1
ITB #255-00/LR
Annexation Water System
Improvements — Phase 5
MAILED TO VENDOR: October 20, 2000
OLD CLOSE DATE: October 25, 2000 @ 2:00 P.M.
NEW CLOSE DATE: November 9, 2000 @ 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 Close Date has changed:
From: October 25, 2000 @ 2:00 P.M.
To: November 9, 2000 @ 2:00 P.M.
All requests for additional information or clarification must be submitted in writing and directed to:
Laura Ritchie, Senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Questions may be faxed to: (806) 775-2164
Or Email to: Lritchie@mail.ci.lubbock.tx.us
THANK YOU,
CITY OF LUBBOCK
Laura Ritchie
Senior Buyer
PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID.
255-00/1-Radl .doc
CITY OF LUBBOCK
INVITATION TO BID
FOR
TITLE: ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 255-00/LR
PROJECT NUMBER: 223.9131.9103.20000
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
rte.
Polk
M�1
INDEX
1.
NOTICE TO BIDDERS
2.
GENERAL INSTRUCTIONS TO BIDDERS
3.
BID SUBMITTAL - BID FOR UNIT COST CONTRACTS
PON
k $,
4.
PAYMENT BOND
5.
PERFORMANCE BOND
6.
CERTIFICATE OF INSURANCE
rwik
7.
CONTRACT
8.
GENERAL CONDITIONS OF THE AGREEMENT
pwl
9.
CURRENT WAGE DETERMINATIONS
ow
10.
SPECIFICATIONS
<,-_ NOTICE TO BIDDERS
r -a
NOTICE TO BIDDERS
BID #255-00/LR
Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the
office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00
o'clock p.m. on the 25th day of October, 2000, or as changed by the issuance of formal addenda to all planholders, to
furnish all labor and materials and perform all work for the construction of the following described project:
"ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5"
After the expiration of the time and date above first written, said sealed bids will be opened in the office of the
Purchasing Manager and publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for
the City of Lubbock, before the expiration of the date above first written.
Bids are due at 2:00 o'clock p.m. on the 25th day of October, 2000, and the City of Lubbock City Council willy
consider the bids on the 14th daof November, 2000, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as
soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities.
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government
Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the
successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the
amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds
should be issued by a company carrying a current Best Rating of B or superior.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified
check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without
recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a
guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of
award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local
conditions under which the work is to be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre-bid
conference on 18th day of October, 2000 at 10:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock,
Texas
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included
in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is
specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a,
Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the
` contractor of the prevailing rates of wages as heretofore established by owner in said wage scale.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this
advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to
this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in
consideration for an award.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and
bid openings are available to all persons regardless of disability. If you would like bid information made available in a more
accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-
2281 at least 48 hours in advance of the meeting.
CITY OF LUBBOCK
VICTOR KILMAN
PURCHASING MANAGER
Bid documents may be examined at no charge in the Purchasing Department at 1625 13th Street,
Room L-04, Lubbock, Texas 79401; and may be obtained by telephone (806) 775-2167/Fax (806) 775-2164.
GENERAL INSTRUCTIONS TO BIDDERS
w
GENERAL INSTRUCTIONS TO BIDDERS
O. 1 BID DELIVERY, TIME & DATE
1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish ANNEXATION WATER
SYSTEM IMPROVEMENTS PHASE 5 per the attached specifications and contract documents. Sealed
bids will be received no later than 2:00 p.m. CST, the 25th day of October, at the office listed below. Any
bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each
bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower
left-hand corner: "ITB #255 -00I1 -R, ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5" 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 pre-bid meeting
will be held at 10.00 a m October 18th in Purchasing Conference Room L04, 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 in writing or in this ITB should be used in preparing bid responses. All contacts that a
bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives
of the City and any information that may have been read in any news media or seen or heard in any
communication facility regarding this bid should be disregarded in preparing responses.
3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders.
1
4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS
4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all
requirements before submitting a bid to ensure that their bid meets the intent of these specifications.
4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations
that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to
Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to --
comply, in every detail, with all provisions and requirements of the Invitation to Bid.
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 FIDENTIAUPROPRIETARY 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. a
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. .
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.
N
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
F•. 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
bidder's responsibility to advise the Purchasing Manager if any language requirements etc., or anX
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) business days before the bid closing date. A review of such notifications will
be made.
11.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL
INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE
SUBMITTED IN WRITING NO LATER THAN FIVE (5) BUSINESS DAYS PRIOR TO THE BID CLOSING
DATE AND ADDRESSED TO:
LAURA RITCHIE, SENIOR BUYER
City of Lubbock
1625 13" Street
Lubbock, Texas 79401
Fax: (806) 775-2164
Email: LRitchie@mail.ci.lubbock.tx.us
12 TIME AND ORDER FOR COMPLETION
12.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED
EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed
a
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
e .r
progress schedule so submitted, the City may direct the Contractor to take such action as the City deems
necessary to insure completion of the project within the time specified.
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.
;', 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.
3
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 the year 2000
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.
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 bo the Contractor's
n due cares locate
iand prevent damage t l ^
prosecute the work contemplated by the contract documents in such a
way as 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
4
22
23
the Contractor ofhis responsibilities aforementioned. All such underground lines urstructures cut or damaged by
Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by
Contractor tothe satisfaction cfthe City ofLubbock, Texas, atContractors expense.
BARRICADES AND SAFETY MEASURES
The contractor shall, sdhiamvvnexpanom.furnish and erect such banicodam.fences, lights and danger signals, and
shall take a r - oo for the protection ofpersons, ppopmdxand the vvmrkaannayba
'aceooary'The (�on'
otVrwill bheld responsible for all damage bothe work due tofailure ofbarricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and
replaced byContractor edhis 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 ofthe project.
EXPLOSIVES
22.1 The use of-explosivesvNUnotbeparnn�todun|eosvvh�enpennianiontodwooioobboinedbvUle
,�oninocto,omthe'Ciy. 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 bestored orkept st the construction site bythe Contractor.
22.3 |naUcases where exp|om�aoare hmbaused duhngthe oonmbuct|onof the project contemplatedbby 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 boprotect their property from injury. Such notice, however, shall not relieve the
Contractor of responsibility for any damage resulting from his blasting operations.
REPRESENTATIVE
' ' -' h required tohave aresponsible local representative available sdall times while the
work is inprogress under thiscuounact. The successful biddershall, be required tofurnish the name, address and
telephone number where such local representative may bereached dunnQthtime that the work contemplated b
y
this contract ioin progress.
24
INSURANCE
24.1 The Contractor shall not commencework under insurance
required in the General Conditions of the contract
authorized to do
the
Proof of
e shall be furnished to the City
- --_ �business ^' the --�State Texasoand written notice of cancellation, or any material change' `Uboprovdedhm-(1O)deyoinadvanneof
cancellation orchange. All policies contain anagreennontonthe padofthe inmumrvva�ingthe hQht
to subrogation. The Cord � rahaUppocuneandcarryothi000|mcootandexpmnmeUhnoughthe|ifamfthio
contract, -insurance `protection amhereinafter specified. Coverage inexcess ofthat specified herein also
shall be acceptable. Such insurance shall becarried with oninsurance company authorized totransact
buo|nmna in the State | | operations in connection v�ththis contract, whether
performed by theContractor ` -'ora�`
`�--ntroctor.'orseparate policies shall be provided covering the
operation ofeach subcontractor. Acertificate ofinsurance specifying each and all coverage's shall be
submitted before contract execution.
24.2 The insurance certificates furnished shall name the City msenadditional insured, mrinthe
alternative, shall beaccompanied bymstatement from the Contractor to the effect that mc*work on
this particular project shall bmsubcontracted. Ktshall bethe contractors responsibility tmprovide
to the owner all proof wfcoverage insurance documents including workers compensation
coverage for each subcontractor.
�� 5
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.
28 PREPARATION FOR BID r
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
91
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 maybe withdrawn and resubmitted at anytime before the time set for opening of the bids,
but no bid may be withdrawn or altered thereafter.
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.
Q) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered
incorporated by reference into the aforementioned contract documents.
30 QUALIFICATIONS OF BIDDERS
The bidder may be required before the award of any contract to show to the complete satisfaction of the City of
.., Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein
in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy
the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations
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
"09` discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid
Items 1 through 20.
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.
E
No Text
BID SUBMITTAL
PIN UNIT PRICE BID CONTRACT
DATE: Ko ra m 6 @. r 1 r 4,o D o
ITB #255-001R, Addendum #3
PROJECT NUMBER: #255-001LR - ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE.5
Bid of kt ikt5 u-cLs ✓. SeyyiCCJ...kir, • (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 ANNEXATION WATER SYSTEM
.-, IMPROVEMENTS PHASE 5 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 in "Exhibit A"
Bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the
., accompanying forms, for performing and completing the said work within the time stated and for the prices stated in
Exhibit "A" of this bid.
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 180 (ONE HUNDRED EIGHTY) 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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar
�* day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general
conditions of the contract documents.
Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with
instruction number 28 of the General Instructions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to
,. commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on
which he has bid; as provided in the contract documents.
255-001rad3.doc
PM
r -
ITB #255-001R, Addendum #3
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or
certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable
without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the
bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all
necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him.
or a Bid Bond in the sum 0701VQ, k--aA Mlle Ka e Dollars
($ Kj 500.00, 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 ten (10) days after the date of receipt
of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the
undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
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)
ATTEST:
Secretary
Bidder acknowledges receipt offp �the following addenda:
Addenda No. Date //ZO on
Addenda No. _�_ Date 10 o a
Addenda No. 3 Date
Addenda No. Date 'IlWoo
Date:OYa.00 0
Authorize ignature
.kip ft r oD 1, rr T00
(Printed. or Typed Name)
Rinkl5 4ctst SerJlee,_.1_hG
ompan
D - '�OX.�ddJr (o
�ress
ve, I � a,n d.. ey
mac. Coun
1 exas , gCt93(,
State Zip Code
Telephone: ?Q& - 894- q 4-1 t
Fax: to (� - t91+- 3 I
M1WBE Firm: Woman Black American Native American
�" Hispanic American Asian Pacific American Other S eci
255-00/Lrad3.doc
Ezz
1 ITB #255-001R, Addendum #3
ANNEXATION WATER SYSTEM IMPROVEMENTS — PHASE 5
EXHIBIT "A
ITEM
QTY
UNIT
DESCRIPTION
UNIT PRICE
EXTENDED
COST
1
400
LF
Installation of 6" pipe
00
2
100
LF
Installation of 8" pipe
5. ;L0
5,7,0.00
3
720
LF
Installation of 10" pipe
5". Q
600-00
4
18,200
LF
Installation of 12" pipe
�, CJD
Fq /y0.00
5
13,100
LF
Installation of 16" pipe
5 7D
? (070.00
6
4
EA
Installation of fittings for 6" pipe
5 x/. 00
, l %. 00
7
4
EA
Installation of fittings for 8" pipe
'76,00
1304. 00
8
7
EA
Installation of fittings for 10" pipe
/ 58.00
f /O(o• co
9
28
EA
Installation of fittings for 12" pipe
J&7-00
(e 74. 00
10
21
EA
Installation of fittings for 16" pipe
d 20.00
�J (O Z 0+ 0c)
11
31
EA
Installation of fire hydrants
a hl� 00
9, 8 0*. 0 0
12
32
EA
Installation of 6" valves and boxes
1�$'. 00
/, *0 00
13
1
EA
Installation of 8" valves and boxes
/00.00
O p . O D
14
7
EA
Installation of 10" valves and boxes
/'V 3.00
I/00/-00
15
19
EA
Installation of 12" valves and boxes
'Rp0. 00
�, P00.0 0
16
9
EA
Installation of 16" valves and boxes
a *5,00
4,405.00
17
200
LF
Curb and gutter repair
5.00
/1 660, o0
18
450
SY
Asphaltic concrete pavement repair
7.5'0
/4475"00
19
200
LF
Slick bore for 6" pipe.
20
200
LF
Slick bore for 8" pipe.
a 5�, 0 0
Y,800.00)
21
200
LF
Slick bore for 10" pipe.
Z6 •b0
200. p0
22
200
LF
Slick bore for 12" pipe.
ze, DD
5, 600.00
23
200
LF
Slick bore for 16" pipe.
3 (. 00
/Z00.00
24
32,520
LF
Trench protection
TOTAL BID PRICE, ITEMS 1-24
.ZJr$�%.0
•�.
TUTHOfRIZE, IGNATURE
, 2000
DATE
255-00/Lrad3.doc
ITB #255-OO/LR, Addendum #3
2.
3.
4.
5.
6.
7.
8.
9.
10.
LIST OF SUBCONTRACTORS
Minority Owned
N Yes No
/K ❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ ❑
❑ 0
P"
255-00lLrad3.doc
i
ITB #255-001R, Addendum #3
CITY OF LUBBOCK
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Bidder
And Attached to Bid Submittal
I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been
reviewed by me with the below -identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within ten (10) 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.
RC 1 P h1. rP D Lx7o�J
C trac r (Sig ature) Contractor (Print)
CONTRACTOR'S FIRM NAME: �+5 �kl.11�.5� Sr✓rVr•ee _I..:Y1L'
nt or
CONTRACTOR'S FIRM ADDRESS: P. 0 • -&x 4"51&
�PV& lan&, Tx 9g3310
Name of Agent/Broker: JaA-Pbrd, 1YIsuxo.ln CG 1 q E%
Address of Agent/Broker: P. 0 . ? ox- 6O q Cl0
City/State/Zip: "%OC ► J7 • q q 4 � � - I - q � o
Agent/Broker Telephone Number: ( 80 55&4
Ij
Date: O C1 D p
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 #255-00/1-11 - ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5
255-00/Lrad3.doc
m
7 UNIVERSAL SURETY OF AMERICA
950 Echo Lane, Sure 250
Heustan, Texas 77024
BID BOND
sand No. 0 0 0 01214 5 HD
KNOW ALL PERSONS BY THESE PRESENTS, that we, R' nk ' s Lease Service, Inc.
as F't•incipaL hereinafter called the Principal, andynivexaal Suret �r of Rmez-ica_`�_
950 9cho Lane Suite 256 Hougton 7rX 77=4
as Surety, bere:inarter called the Surety. are. hold and trmly bound unto
City of Lubbock
IWao. AiWrouk City. Stalo. ' Ur Pbwm itivaLbar
as Obligoa, herainafcere2had 6a Obligee, is thb sum of
5� Twelve Thousand Five hundred A.nd 00/100
of the amount of this bid net co excaed Dollars
Dinars f$ 12,500-00 , for the p*,=ezlt of _hk'ft cum wcU nazi truiq to be made, the Baia Principal anti the said
Surety, bind ou-aelves, our heirs, exeentors, administrators, successors and assigns Ermly by these prvamcts.
1WHERF—kS, the Principal ltar submitted a bid hr Annexatior. water S-1/stem improvements phase 5
NOW, TMMEFORE, rf the contract be timely awardtd to the principal and the Principal shall within such liuie as
apecif3ed in the bid, anter into a contract in writing or, in the event of The failure of the Principal to enter into such
contract; if the Principal shall pay to the Obligee the difference not to excaed %ho, penalty horeof between the amount
specified iu said bid and such larger amount Yea which the Obligeo may in good ra.ith contract with arati or party to
porform the work covered by said bid, thea this obligation shall bo null and void, otherwise to recur in full force and
ofrc►ct.
MVIDED. HOWEVEX neither Principal nor Surety shall be bound hereunder lasts Obligee prior to Eoacution yr the
�+ final contract shall furnish evidence of financing in a mannor and thrtn acceptsh a to Ntoip&1 and Surety that
financing has been finely committed to cover the entire cost of tho prat.
SJONED. aealod and dated this 7th day of November 2000
Rink' s Lea e Servic 1r_c.
Yrincipat
s� 13y
Title
'vtirt�al Si,rct lurtc}rioa
,.!
Form Fs_,s PIMM, r httbrrSyia•Faa
UNIVERSAL "i RSA. S RETY OF .AMERICA
GENERAL POWit OF AT'TORN.UY- CERTIFIER. CopS.7L--,
00001214 5$�
w
11now All Man by These Prekents, That UNWERSAL sL7rmTy 01' A'YiEMCA, �axgatsized rLtd oxistfatg
under the Izws, of the State of Taxes. aa.d hs ring its FrLndpal ci'fizr irs rIasLt:tail. TWW2, docs :bi, tboze pmcsoxrts m01t4
natitvt.� snd apnoiny
Joann Stewart
i`s tn'a owl lawful Atto=ey(a)-in.FzL t, with fug pmer ansI maeo..aritr bereay canfe=04' in its name Place land ykead, en
axeeuty, acknowl6dge and deliver bands for:
prin.aipaL• Rink' a Lease Service, Inc.
pbligee: City of Lubbock
Amoun . $12, 500. 0 0
rad to bind the Cmxpany thuraby As fu1l7 and to the same extent 3q if such bomie W'em ai"ed by Olt Presidebt, Ualed %iQ%
t;: firsrPorat4 9021 of the. Compauap and dUly attested by itS Seeretn�_y, laexeo3a r��tiff7�� and CAtts'irsaiesg all that the aaict
eltsxrntw±a)•�n-�'ar.ct may do within tka above stated unXItations. Said :app6inrmasa't iM made under +i.tttT B), atathnrity of the
fvllawing ro3olutiars adoptaid by t1t8 Banad Of bircctors of Ua tarsal Sur ty of ►America 1st d cneatix►� liRid an t8a 11th Dirty aE
July, I6B,
"Be It Ra salved, that the Preaidant, and any Vice President, Socrttary or «i y Auimnnt Sfjgreta , hall be Rosi is herby
&-r and Cn li Cult power a amvahw.. 40 appoint AAS one or more auituhlo por.ions as Atrnrn,eyfa)-in-Fsa:t tro repr�ear..at amd Act
l;:-:zr�d on bahaIf oY the Cossriar�}-.'
r•• "RE50LVM that thts .signature of a]*' atllaar of the coiporncen., anti the acRl of Ilse ca�iorAtiort saAy be tt!yx�ed or
primed by fr t�zaitO to aaaY power of attormy of the corparaki6c., and deet such printed .race.i mile aiplxtum snd seal shall !:e
valid And binding, upon the corporation:
,.., In Wltaese Whereof, Univarsstl Srrety of America baa cauxad thefia prveyanta, to be glggnnd by its Pregi.clo. nt,
Robert E. Aye. and its corpornte goal to be hereto affixed thi r 30th, day of Ju.no.A.il., 189Q.
yuAt \
Cft � o UNT�"F,ASriL
V
OF
✓moi l
nw Stara• bfIllinois; k �� 3inb zt .,. + Yo Praeidane
Sa
County or conic
On this 8•Oth djkT of June, in the year of 1999, bsei'are me Linda C. tlurripseY, a notary public, patmosti lyr
ariALzrad Robert E. A,yo, pers0=11.7.known. to be the person who exacutact the within instrument is pzvsidam,
on bahnlf off he corppration therein ntmed scud acknowledged to Tne that the .corpmration ex cutad' it,
ro. o
v
tsuuc 2,ell
'!
Ivry commission expires; -9=2b z2.�Z0b� c Publicask Co 1�-
r*, I, the andarsigaod Secretary of Universal Surety oftlmeriea, hersby •certij$ that tlsa above and farecoing is a full, lrue
aad carnet copy of tho Originftl Power of Attorney issued by said. Company :sad dO 112 raby farther cartify that the said
Vo'svo;� oSAttorney is still in aiiart
OZ� Onstder my hind and the toai of :isid,coeep=y, at Eoustoa, Tame, this7th day cr7F _LTOember
a�
Aa�iatnnt 4eera:esr}•
n►
r
- -
PAYMENT BOND
rte,
k
POTIM CHECK A/
REST RATING
UCEN�ED I TEXAS
r
P,
TEXAS STATUTORY PAYMENT BOND
(Public Works)
Bond No. 1OC39620
KNOW ALL MEN BY THESE PRESENTS:
THAT, Rink's Lease Service inc.
(hereinafter called the Principal), as principal, and
LTriversal Surety of America
a corporation organized and existing under the laws of the State Texas . licensed to do
business in the State of Texas and admitted to write bonds, as surety, (hereinafter called the Surety), are
held crd firmly bound atJQof Lgbbock
Two Hundred For
Thousand Five Hundred
(hereinafter called the Obligee),"in =n the amount enty-Pine and oo/loo
Dollars (.$ 245, 52.9. 00 ) for the payment whereof, the said Principal and Surety bind themselves, and
heirs, administrators, executors. successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into c certain contract with the Obligee, dated f P -2-t day of
November 2000 for did #255-00/LR- Annexation 'Watsr Sy Imnzolrements Phase
5
which contract is hereby referred to and made a port 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 null and void: otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas'
Gevernment Code and all liabilities on this bond shall be determined in accordance with the provisions,
conditions and limitations of said Chapter to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
15th day Of December 2000
witness:
Rink's Lease -T-aninc. (Seel)
(Pt 1ndlviduo! or"Firm)
Attest: / (Secl)
(Seal)
(tf Coeperotion) Principdi
Universal sureVy of America (Seal)
gFM � ver
awn Ste _t Attorney -In -Fact
P -K
PERFORMANCE BOND
CHECK
GEST PATIN(;
LICEN-ED IN TEXAS
D,4T[- 4QAO a
yid4,
TEXAS STATUTORY PERFORMANCE BOND
(Public Works)
Bond No. Ioo39620
KNOW ALL MEN BY THESE PRESENTS:
THAT, ms's Tease Serrir�P- Ing.
thereinafter called the Principal), as principal, and
Universa_ Surety of America
a corporation organized and existing under the laws of the State-nf Texaa licensed to do
business in the State of Texas and cdmitted to write bonds, as surety, (hereinafter called the Surety). are
held and firmly bounder of Lubbock
Two Hundred Forty -Five Thousand Five Hundred
(hereinafter called the Obligee), in the amountTwenty->; ine and o0/100
Dollars ($ 24_5 . 529.00 ) for the payment whereof, the said Principal and Surety bind themselves, and
heirs, administrators, executors, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered info a certain contract with the Obligee, dated the 271_h day of
November 2000 , for P=�#2c5-00/LP- An-� xa =on Wa'-Pr SllerP7r, Tr�rYMrPmPnt
�)'Ha•se c
which contract is hereby referred to and made a part hereof as fully and to the some extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then, this
obligation shall be null and void: otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas
Government Code and all liabilities on this bond shall be determined in accordance with the provisions,
conditions and limitations of said Chapter to the some extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this
15th day of Decerrher , 2000
Witness:
Rink's Leaae Sem a Inc. (Seel)
(if 1nd1vi=o1'6r Ffrril)
Attest:
('if Corporation)
e,*a
w am PESS9
(Seal)
(Seel)
Prircipel:
Universal Surety or America (Seal)
Surety
By:,�C 4
, _ n Stew Attorney-in-Fcct
UNIVERSAL SURETY OF AMERICA
GENERAL POWER OF ATTORNEY - CERTIFIED COPY sonaNumner
10039620
Know All Men by These Presents. That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing
under the lows of the State of Texas, and having its principal office in Houston, Texas, does by these presents make,
constitute and appoint.
Joann Stewart
Its true and lawfu( Attorneys) -in -Fact, with full power and authority hereby conferred in its name, picce and stead, to
execute, acknowledge and deliver bonds for:
Principal: Pink's Lease Seriice, Inc.
Obligee: City of Lubbock
Amount: $245, 529.00
and to bind the Company thereby as fully and to the some extent as if such bonds were signed by the President,
sealed with the corporate seal of the Company and duly ctiested by its Secretary, hereby raiTying and confirming all
�+* fhct the Said Attomey(s)-in-Fact may do within the above stated limitations. Sold appointment is mode under and by
outnorty of the following resolution adopted by the Board or D'rectors of Universal Surety of America at a meeting held
On the i 1 th day Of July, 1984.
"Be It Resolved. that the President, and any vice President, Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to
represent and act for and on behalf of the Company."
"RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or
printed by facsimile to any power of attorney of the corporation, and that such printed facsimile signature and seal
shall be volid and binding upon the corporation"
In Wltness Whereof, Universal Surety of Americo has caused these presents to be signed by Its President, Robert E.
Ayo. and Its corporate seal to be hereto affixed this 30th day of June, A.D., 1999,
�w beery,
UNIVERSAL SUR F AMERI A
\�B4 m �'
TEXAS yn� Robert .Ayo President
State of Illinois
ss
County of Cook f
On this 30th day of June, In the year of 1999, before me Linda C. Dempsey, a notary public, personally appeared
Robert E. Ayo, personally known to be the person who executed the within instrument as Presidenf, on behalf of the
corporation therein named and acknowledged to me that the corporation executed it.
OP'G• p c
w
NOTARY
PUBLIC
My C-Cmmission expires: Occebor 1e. 2cc2 ubllc
ok Co.
I, the undersigned Secretary of Universal Surety of America, hereby certify that the above ono foregoing is a fu 1,
true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the
-cid Power of Attorroy is still in effect.
GIVEN under my hand and the seal of said company, at Houston, Texas, this 15 th day of December
2000
A:Sistont Secretors
e
r-+
r
CERTIFICATE OF INSURANCE
r�
AGURD,, CERTIFICATE
OF LIABILITY INSURANCE DATE (MM/200
12/15/2000
PRODUCER (806) 792-5564 FAX (806) 792-9344 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Sanford Insurance Agency
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
6303 Indiana
HOLDER.. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 64790
_.
Lubbock, TX 79464
INSURERS AFFORDING COVERAGE
INSURED Rinks Lease Service, Inc.
05/24/2000
INSURER A: National American Ins. Co.
Rink Bownds
FIRE DAMAGE (Any one fire) $ 100,000
INSURER B: FICA
P 0 Box 456
INSURER C:
Level l and, TX 79336-0000
INSURER D:
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY OPRO-
JECT LOC
INSURER E:
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 WHICIH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS: EXCLIISInNS ANn rnNnITlnnrc nc ci te-u.
AUUI I,UNAL INSURED; INSURER LETTER L ANL CLLR I IUN
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 OF ANY KIND UP04 THE COMPANY, S AGE&S 2R REPRESENTATIVES.
LUBBOCK, TX 79457 AUTHORIZED REPRESWWATIVE. f Y, s
"11-111 a anvvvry IvU1T nnvc acmN KtL)UGtU UY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POALICY EFFECTIVE
(MMIDDlYY)
POLTE
AICY EXPIRATION TE (MMIDDIYYI
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE � OCCUR
OP3.148042E
05/24/2000
05/24/2001
EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE (Any one fire) $ 100,000
MED EXP (Any one person) $ 5,000
PERSONAL & ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY OPRO-
JECT LOC
PRODUCTS - COMP/OP AGG $ 2,000,000
AUTOMOBILE LIABILITY
OA1330642E
05/24/2000
05/24/2001
X ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident) $
1,000,000
ALL OWNED AUTOS
A
SCHEDULED AUTOS
X HIRED AUTOS
BODILY INJURY $
(Per person)
X NON -OWNED AUTOS
BODILY INJURY
(Per accident) $
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT $
ANY AUTO
OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY
X OCCUR CLAIMS MADE
DU1119642E
05/24/2000
A
05/24/2001
EACH OCCURRENCE $ 1,000,000
AGGREGATE $ 1,000,00
$
DEDUCTIBLE
RETENTION $
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
C-0123-00
04/21/2000
04/21/2001
TORY UMITS ER
E.L. EACH ACCIDENT $ 1,000,000
B
E.L. DISEASE - EA EMPLOYEE $ 1,000,000
E.L. DISEASE - POLICY LIMIT $ 1, 000 , 000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
_ITY OF LUBBOCK IS NAMED AS ADDITIONAL INSURED ON ON AUTO AND GENERAL LIABILITY AS REQUIRED BY WRITTEN
=ONTRACT. WAIVER OF SUBROGATION IN FAVOR OF CITY OF LUBBOCK ON AUTO, GENERAL LIABILITY AND WORKERS`
OMPENSATION AS REQUIRED BY WRITTEN CONTRACT.
OB: ANNEXATION WATER SYSTEM IMPROVEMENTS, PHASE 5 - BID #255-00/LR
AUUI I,UNAL INSURED; INSURER LETTER L ANL CLLR I IUN
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 OF ANY KIND UP04 THE COMPANY, S AGE&S 2R REPRESENTATIVES.
LUBBOCK, TX 79457 AUTHORIZED REPRESWWATIVE. f Y, s
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.
r_.
r*d+
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 $
0 Claims Made
Products-Comp/Op AGG $
D Occurrence
Personal & Adv. Injury $
0 Owner's & Contractors Protectivi
Each Occurrence $
0
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)
0 Hired Autos
Property Damage $
0 Non -Owned Autos
GARAGE LIABILITY
❑ Any Auto
Auto Only - Each Accident $
0
Other than Auto Only:
Each Accident $
Aggregate $
D BUILDER'S RISK
❑ 100% of the Total Contract Price
$
0 INSTALLATION FLOATER
$
EXCESS LIABILITY
0 Umbrella Form
Each Occurrence $
Aggregate $
0 Other Than Umbrella Form
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
The Proprietor/ 0 Included
Statutory Limits
Partners/Executive 0 Excluded
Each Accident $
Officers 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:
61
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:
P- 2
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this construction project must (see
reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering
equipment and materials, or providing labor or transportation or other service related to the project, regardless of the
identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an employer's failure to provide coverage." and
(8) contractually require each person with whom it contracts to provide services on a project, to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts and filing
of any coverage agreements for all of its employees providing services on the project, for the
duration of the project;
(B) provide a certificate of coverage to the contractor prior to that person beginning work on the
project;
n (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.
PM 3
CONTRACT
- CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this 27th day of November, 2000 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 Rink's Lease Service. Inc. of the City of Levelland, County of Hockley 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 #255-00/1-R - ANNEXATION WATER SYSTEM IMPROVEMENTS PHASE 5 - $245,529.00
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 'A`: i'NESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County,
Texas in the year and day first above written.
ATTEST: NIFUBBOG , TE OW- -R)
Secretary MAYOR
' APPROVED AS TO CONTENT:
CONTRACTOR:
Owner's Representative
i �CI5 Le D-62, S ice,
1nC.
APPROVED AS TO FORM: ,
City Attorney
PRINT NAME:�IpY,`��
TITLE: VI Cel ?re,S l Ut elnt
ATTEST: COMPLETE ADDRESS:
Corporate Secretary RINK'S LEASE SERVICE, INC.
P.O. BOX 456
LEVELLAND, TEXAS 79338
1
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 RINK'S LEASE SERVICE. 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 CHESTER CARTHEL, CHIEF ENGINEER, so designated who
will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as
may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or persons acting on behalf of the Contractor.
r
4
5.
0
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".
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.
SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no
responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated
by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due
Subcontractor.
7. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last
business address known to the party who gives the notice.
8. CONTRACTOR'S RESPONSIBILITIES
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by the contract documents. Unless
1
otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality.
The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or
work described in words which so applied have well known, technical or trade meaning shall be held to refer such --
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
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 insure the proper execution of the contract. The
Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under the contract documents, and shall determine all questions in relation to said work
and the construction thereof, and shall, in all cases, decide every question which may' -arise relative to the
execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be
conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15)
2
W
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.
3
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and _
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is
also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of
any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the
Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such
structure shall at all times be maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public --
observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be
approved by the Owner's Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at
any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any
observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the
time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any
such work found to be defective or not in accordance with the contract documents, regardless of the stage of its
completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has
previously accepted the work through oversight or otherwise. If any such work should be covered without approval
or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination
at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location
where it is not convenient for Owner or Owner's Representative to make observations of such work or require
testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish
Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to
perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests
will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
If any such work which is required to be inspected, tested, or approved is covered up without written approval or
consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative,
be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and
approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the
requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such
tests or approvals but does not meet the requirements of the contract documents shall be considered defective,
and shall be corrected at the Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by
Owner, Owner's Representative, or other persons authorized under the contract documents to make, such
inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance
with the requirements of the contract documents.
22. DEFECTS AND THEIR REMEDIES
It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in
the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written
notice thereof from the Owner's Representative, forthwith remove such material and rebuild or, otherwise remedy
such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial
action contemplated as hereinabove set forth shall be at Contractor's expense.
4
W
w
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
r,
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
O methods:
Method (A)
Method (B)
Method (C)
By agreed unit prices; or
By agreed lump sum; or
If neither Method (A) or Method (B) be agreed upon before the extra work is commenced,
then the Contractor shall be paid the lesser of the following: (1) actual field cost of the
extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by
a reasonable and prudent Contractor as a reasonable and necessary cost for
performance of the extra work.
In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph
shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for
the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred,
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
POO, 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."
r*w 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 oras 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,
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.
4� 28. CONTRACTOR'S INSURANCE
The Contractor shall not commence work under this contract untilhehas 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, Imay 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 coverall operations in connection with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance
specifying each and all coverages shall be submitted prior to contract execution.
The insurance certificates furnished shall name the City as an additional 11 insured, or in the alternative,
shall be accompanied by a statement from the Contractor to the effect that no work on this particular
project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof
of coverage insurance documents including workers compensation coverage for each subcontractor.
A. General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $1,000.000.00
Combined Single Limit in the aggregate and per occurrence to include:
Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury
Advertising Injury
B. Owner's and Contractor's Protective Liability Insurance.
For bodily injuries, including accidental death and or property damage, L0 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, $1,000,000.00 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and
Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job
and copy of the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance/Installation Floater Insurance.
7
A
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 $500,000.00.
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- v
83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's
or entity's employees providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor
Code) - includes all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -
operators, employees of any such entity, or employees of any entity which furnishes persons to
provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a
project. "Services" does not include activities unrelated -to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
2. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements of
Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on
the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
4. If the coverage period shown on the Contractor's current certificate of coverage ends during the
duration of the project, the Contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
5. The Contractor shall obtain from each person providing services on the project, and provide to the
governmental entity: "
(a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(b) no later than seven days after receipt by the Contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
69
6 The Contractor shall retain all required certificates of coverage for the duration of the project and
for one year thereafter.
7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the Contractor knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project.
8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by
the Texas Workers' Compensation Commission, informing all persons providing services on the
project that they are required to be covered, and stating how a person may verify coverage and
report lack of coverage.
9. The Contractor shall contractually require each person with whom it contracts to provide services
on the project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts
.. and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing services on the
project, for the duration of the project;
(b) provide to the Contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(c) provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project;
and
(2) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects
the provision of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by
paragraphs (a) - (g), with the certificates of coverage to be provided to the person for
whom they are providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the
Contractor is representing to the governmental entity that all employees of the Contractor who will
provide services on the project will be covered by worker's compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification codes
and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance
Regulation. Providing false or misleading information may subject the Contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
9
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;
(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; �-
10
..
VAA
(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 512/440-3789 to receive
information of the legal requirements for coverage, to verify whether your
employer has provided the required coverage, or to report an employer's failure to
provide coverage;' and
(h) contractually require each person with whom it contracts to provide services on a project,
to:
(i) provide coverage based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements for all of its employees providing
services on the project, for the duration of the project;
(ii) provide a certificate of coverage to the Contractor prior to that person beginning
work on the project;
(iii) include in all contracts to provide services on the project the following language:
"By signing this contract or providing or causing to be
provided a certificate of coverage, the person signing this
contract is representing to the governmental entity that all
employees of the person signing this contract who will
provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that
the coverage will be based on proper reprinting of
classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self-insured, with the
commission's Division of Self -Insurance Regulation.
Providing false or misleading information may subject the
Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.";
(iv) provide the Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the
Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2)
prior to the end of the coverage period, a new certificate of coverage
showing extension of the coverage period, if the coverage period shown
11
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
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
12
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
w 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 $500.00 (FIVE HUNDRED
DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set
forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially
,.., completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial
completion of the work described herein is reasonable time for the completion of the same, taking into
consideration the 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
shall be most conductive to economy of construction; provided, however, that the order and time of prosecution
H 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
& 13
direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative,
schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the
Contractor will start the several parts of the work and estimated dates of completion of the several parts.
36. TIME OF PERFORMANCE
The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and
has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that
it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been
delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors
employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public
enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all
justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days
of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the
extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial,
and final. Further, in the absence of timely written notification of such delay and request for extension, as provided
herein, any request for extension by Contractor shall be deemed waived.
37. HINDRANCE AND DELAYS
In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such
work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in
securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except
where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in
which event, such expense as in the sole judgment of the Owner's Representative that is caused by such
stoppage shall be paid by Owner to Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length,
area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the
event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the
specifications, plans and other contract documents are intended to show clearly all work to be done and material
to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated
to be estimates, for the various classes of work to be done and material to be furnished under this contract, they
are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing -�
their bids offered for the work. In the event the amount of work to be done and materials to be furnished are
expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and
agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ
somewhat from these estimates, and that where the basis for payment under this contract is the unit price method,
payment shall be for the actual amount of work done and materials furnished on the project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
encountered, which may be injured or seriously affected by any process of construction to be undertaken under
this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be
liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without
limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the
Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees,
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.
14
1�
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
,r. 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.
ry 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.
rA
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,
lo*, 15
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.
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.
16
i-'
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,
and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated
hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work,
notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and
his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual
written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such
property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the
Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said
notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived
from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public
or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery,
equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor
or his Surety, if applicable, to their proper owners.
17
The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted
by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this
paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its
exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies
available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in
paragraph 34, hereinabove set forth.
49. LIMITATION ON CONTRACTOR'S REMEDY
The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually
performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be
liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the
project which is the subject matter of this contract.
50. BONDS
The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253,
Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved --
Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be
in effect until such bonds are so furnished.
51. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions shall --
control.
52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES
Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the
work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual
obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense.
53. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to
direct, supervise, and control its own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's
work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and
vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or
effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's
Representative or to the Contractor's own employees or to any other person, firm, or corporation.
54. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at
the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus
materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition.
In case of dispute Owner may remove the debris and charge the cost to the Contractor.
55. HAZARDOUS SUBSTANCES AND ASBESTOS
Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response,
Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same
18
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.
t° w
r*1 19
CURRENT WAGE DETERMINATIONS
r
RE: RESOLUTION NO. 6262, ITEM NO. 39, APRIL 8, 1999
r
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Sheet Metal Worker -Helper 7.00
Welder -Certified 11.00
,•-s
r -s
1
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
,•-s
r -s
1
Wi
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer -General
Laborer -Utility
Mechanic
Mechanic -Helper
Power Equipment Operators
Asphalt Paving Machine
Bulldozer
Concrete Paving Machine
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grader Operator
Roller
Scraper
Tractor
Truck Driver -Light
Truck Driver -Heavy
OW 2
Hourly Rate
9.00
6.00
8.00
7.00
12.00
6.00
7.00
6.25
6.00
6.75
8.00
7.00
7.75
8.00
7.75
7.25
8.00
7.25
9.50
6.75
7.25
7.25
6.50
7.00
i
EXHIBIT C
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act.
EXHIBIT D
Prevailing Wage Rates
Legal Holiday Rate
The rate for legal holidays shall be as required by the fair Labor Standards Act.
3
SPECIFICATIONS
ANNEXATION WATER SYSTEM IMPROVEMENTS
PHASE 5
WATER LINE INSTALLATION
TECHNICAL SPECIFICATIONS
October 2000
TABLE OF CONTENTS
ANNEXATION WATER SYSTEM INSTALLATION SERVICES
Phase 5
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
01110 Summary of Work
01330 Submittal Procedures
DIVISION 2 - SITE WORK
Annex Water System — Phase 5 00010-1
3
3
6
3
Oct 2000
02514 Installation of Water System Components
02516 Disinfection of Water Mains
DIVISION 3 -
CONCRETE (NOT USED)
DIVISION 4 -
MASONARY (NOT USED)
DIVISION 5 -
METAL (NOT USED)
DIVISION 6 -
WOOD AND PLASTICS (NOT USED)
r"
DIVISION 7 -
THERMAL AND MOISTURE PROTECTION (NOT USED)
DIVISION 8 -
DOORS AND WINDOWS (NOT USED)
DIVISION 9 -
FINISHES (NOT USED)
�.
DIVISION 10
- SPECIALTIES (NOT USED) s
DIVISION 11-
HEST
EQUIPMENT (NOT USED) 'r""
x-
DIVISION 12
- FURNISHINGS (NOT USED)',
l�
DIVISION 13
- SPECIAL CONSTRUCITON (NOT USED)
DIVISION 14
- CONVEYING SYSTEMS (NOT USED) i
DIVISION 15
- MECHANICAL (NOT USED)
DIVISION 16
- ELECTRICAL (NOT USED)
Annex Water System — Phase 5 00010-1
3
3
6
3
Oct 2000
SECTION 01110
SUMMARY OF WORK
PART1 GENERAL
1.1 RELATED DOCUEMNTS
A. Drawings and General Conditions of the Agreement.
1.2 SECTION INCLUDES
A.
Work covered by Contract Documents.
B.
Products furnished by Owner.
C.
Work performed by Owner.
D.
Contractor use of site.
E.
Work sequence.
F.
Owner acceptance of work.
1.3 WORK COVERED BY CONTRACT DOCUMENTS
A.
Description: The Work involves the installation of approximately
33,220 feet of water distribution pipe and fittings in diameters
ranging from 6 to 16 inch. Installation of 31 fire hydrants and 68
gate valves from 6 to 16 inches in diameter with valve boxes.
Disinfection of water lines. Paving repair. Slick boring for
approximately 400 feet. Other Work as might be necessary to
complete the installation of the water system.
B.
Miscellaneous products as necessary to provide a complete and
functional installation.
C.
Other work items necessary for the safe and orderly completion of
the work; such as, traffic control, safety measures, trench
protection, etc.
1.4 PRODUCTS FURNISHED BY OWNER
A. The Owner will provide the following products to be installed by
the Contractor:
1. Water distribution system pipe: 6, 8, 10, 12, and 16 -inch
diameter.
2. Gate valves: 6, 8, 10, 12, and 16 -inch diameter.
3. Fittings for 6, 8, 10, 12 and 16 -inch diameter pipe.
Annex Water System — Phase 5 01110-1 Oct 2000
4. Fire hydrants.
5. Water line marking tape and tracer wire.
6. Water for hydrostatic testing and disinfection.
B. Owner's Responsibilities
1.
Deliver to Contractor all product data, manufacturer's
installation instructions and operation and maintenance data
for all products furnished by Owner.
2.
Provide construction staking of proposed system
improvements.
3.
Provide inspection services.
4.
Arrange and pay for product delivery of products to site.
5.
Upon delivery, inspect products jointly with the Contractor.
6.
Submit claims for transportation damage and replace
damaged, defective, or deficient items.
7.
Arrange for manufacturer's services.
C. Contractor's Responsibilities
1. Receive and unload products at site; inspect for
completeness or damage jointly with Owner.
2. Handle, store, and install products in accordance with the
Owner's and Manufacturer's instructions.
3. Coordinate utility notification procedures.
4. Submit necessary information to other city, county and
state departments, as necessary.
5. Repair or replace any products damaged while under the
care of the Contractor.
1.5 CONTRACTOR USE OF SITE
A. Limit construction activities to the right of way and easements
available.
1.6 WORK SEQUENCE
A. Coordinate the construction schedule with the Owner.
1.7 OWNER ACCEPTANCE '
A. Owner, at it's own discretion, may accept portions of the work
before the entire project is complete.
Annex Water System — Phase 5 01110-2 Oct 2000
PART 2 PRODUCTS
r*�
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
R
Annex Water System — Phase 5 01110-3 Oct 2000
e-•
SECTION 01330
SUBMITTAL PROCEDURES
PART1 GENERAL
1.1 SUMMARY
A. This section outlines requirements for submittal of information requested in
each section.
1.2 SECTION INCLUDES
A. Submittal Procedures
B. Proposed Products list.
C. Product Data.
D. Samples.
E. Manufacturer's instructions.
F. Manufacturer's certificates.
1.3 SUBMITTAL PROCEDURES
A. Transmit each submittal with Contractor's standard transmittal letter
including Contractor's name, address and telephone number.
B. Sequentially number the transmittal forms.
C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing
sheet and detail number(s), and Specification section number, as
appropriate.
D. Apply Contractor's stamp, signed or initialed certifying that review,
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.
E. Schedule submittals to expedite the Project, and deliver to Owner's
Representative at business address. Coordinate submission of related items.
F. Identify variations from. Contract Documents and Product or system
limitations which may be detrimental to successful performance of the
completed Work.
G. Provide space for Contractor and Owner's Representative review stamps.
H. Revise and resubmit submittals as required, identify all changes made since
previous submittal.
0"Phase 5 Annex Water System 01330-1 Oct 2000
I. Distribute copies of reviewed submittals to concerned parties. Instruct parties
to promptly report any inability to comply with provisions.
J. Submittals not requested will not be recognized or processed.
1.4 RESUBMITTAL REQUIREMENTS
A. Revise initial submittals as required and resubmit to meet requirements as
specified.
B. Mark as RESUBMITTAL.
C. Re -use original transmittal numbers and supplement with sequential
alphabetical suffix for each re -submittal.
1.5 PROPOSED PRODUCTS LIST
A. Within 7 days after date of Notice to Proceed, submit complete list of major
products proposed for use, with name of manufacturer, trade name, and
model number of each product.
B. For products specified only by reference standards, give manufacturer, trade
name, model or catalog designation, and reference standards.
1.6 SHOP DRAWINGS
A. For drawings larger than 11 x 17 inches, submit in the form of one
reproducible transparency and one opaque reproduction.
B. For drawings 11 x 17 inches and smaller, submit the number of opaque
reproductions which Contractor requires, plus four copies which will be
retained by Owner's Representative.
C. Drawing size shall be minimum 8-1/2 x 11 inches and maximum of 30 x 42
inches.
D. Details shall be drawn to a minimum size of 1-1/2 inches equal to 1 foot.
E. After review, produce copies and distribute in accordance with
SUBMITTAL PROCEDURES article above.
1.7 PRODUCT DATA
A. Submit the number of copies the Contractor requires, plus three copies that
will be retained by the Owner's Representative.
B. Mark each copy to identify applicable products, models, options, and other
data. Supplement manufacturers' standard data to provide information
specific to this Project.
C. Include recommendations for application and use, and reference to
compliance with specified standards of trade associations and use, and
Phase 5 Annex Water System 01330-2 Oct 2000
A
reference to compliance with specified standards of trade associations and
testing agencies.
D. Include notation of special coordination requirements for interfacing with
adj acent work.
E. After review distribute in accordance with Article on Procedures above and
provide copies for Record Documents.
1.8 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufactures'
printed instructions for delivery, storage, assembly, installation, start-up,
adjusting, and finishing, in quantities specified for Product Data.
B. Identify conflicts between manufacturer's instructions and Contract
Documents.
C. Indicate special procedures, conditions requiring special attention and
special environment criteria required for application or installation.
1.9 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturer's
certificate to Owner's Representative, in quantities specified for Product
Data.
B. Indicates material or product conforms to or exceeds specified
requirements. Submit supporting reference data, affidavits, and
certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product,
but must be acceptable to Owner's Representative.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION
MM Phase 5 Annex Water System 01330-3
Oct 2000
w.w
PART 1
SECTION 02514
INSTALLATION OF WATER SYSTEM COMPONENTS
1.1
1.2
1.3
1.4
1.5
GENERAL
SUMMARY
A. This section includes specifications for the installation of water system
components.
PRODUCTS INSTALLATED BUT NOT SUPPLIED IN THIS SECTION
A. Gate valves.
B. Fire hydrants.
C. Pipe fittings: joint restraints, bends, and other miscellaneous fittings.
D. Pipe.
E. Testing and sampling components.
F. Tracer wire and warning tape.
G. Cement stabilized backfill.
RELATED SECTIONS
A. 01110 Summaryof Work.
B. 01330 Submittal Procedures
C. 02616 Disinfection of Water Mains.
SUBMITTALS
A. Submit in accordance with the requirements of Section 1330 — Submittal
Procedures.
B. Submit a schedule indicating the proposed progress of construction on a
weekly basis.
STORAGE AND HANDLING
A. When loading and unloading pipe use hoists or slide or roll on skids to
avoid shock or damage to pipe.
B. Do not drop pipe or valves.
C. Do not push or roll pipe handled on skids against pipe already on the
ground.
D. Store pipe, valves, fire hydrants, fittings, and accessories on site in such
a manner as to be kept as free as possible from dirt, sand, mud or other
foreign material.
E. Use hoists or fork lifts to unload and handle valves and fire hydrants.
F. Store materials in accordance with the manufacturer's instructions.
G. Store valves in the closed position.
Annexation Water System — Phase 5
02514-1
Oct 2000
1.6 WARRANTIES
A. Contractor will warranty work for a period of one year after final
acceptance against any defects related to the Work.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.1 EXAMINATION
A. Verification. Contractor will inspect the proposed construction site and
verify that conditions are suitable for installation of the piping system.
Any irregularities or concerns will be brought to the attention of the
Owner's Representative prior to start of any work.
B. Inspection.
1. Inspect pipe, fittings, valves, fire hydrants and accessories for
damage prior to installation.
2. Notify the Owner's Representative immediately of any suspected
defective material.
3.2 PREPARATION
A. Notification.
1. Contractor is required to notify all utilities a minimum of 48
hours prior to starting any excavation work. Contractor is
responsible for notifying the state One Call system and
complying will all requirements of the State of Texas
notification rules.
2. Notify the Owner's Representative of any conflicts with other
utilities or other objects.
B. Protection. Protect existing utilities from damage.
C. Field Engineering. Owner's Representative will provide construction -
staking services for this project. Owner's Representative will approve
any revisions necessary to the plans or staking.
3.3 INSTALLATION
A. General.
1. Install pipe and components in accordance with the latest City of
Lubbock Water Utilities requirements as listed in the Design
Standards and Specifications for Water and Sewer.
Annexation Water System- Phase 5 02514-2 Oct 2000 `
N.
0
2. Install pipe and components using the manufacturer's
recommended procedures.
3. Install pipe and components in accordance with the latest version
of the following AWWA Standards:
a. For PVC pipe: C605.
b. For ductile iron pipe: C600.
4. Any discrepancies between any of these procedures shall be
brought to the attention of the Owner's Representative for
clarification.
B. Cleaning. Clean pipe, valves, fire hydrants and accessories prior to
installation. Refer to the City Of Lubbock Water Utilities Construction
Standards and the appropriate AWWA Standard for cleaning procedures.
C. Excavation and Trenching.
1. Blasting is not permitted.
2. Comply with the most recent City Of Lubbock, State of Texas
and Occupational Health and Safety Administration
requirements for proper trench safety.
3. Refer to the City Of Lubbock Water Utilities Construction
Standards and the appropriate AWWA Standard for trenching
procedures.
4. Minimum depth of cover for water lines is 36 inches. The
Owner's Representative shall approve any variation of this depth
necessary due to local conditions.
5. Minimum trench width is equal to 12 inches plus the outside
diameter of the pipe.
6. Maximum trench width is equal to 18 inches plus the outside
diameter of the pipe.
7. Provide access as necessary for the Owner's Representative.
D. Installing Pipe.
1. Install pipe in accordance to the City Of Lubbock Water Utilities
Construction Standards and the appropriate AWWA Standard.
2. Install pipe to the lines and grades as established by the Owner's
Representative.
3. Deflection of pipe shall be limited to that as approved by the
manufacturer and the Owner's Representative.
4. Install Owner provided tracer wire on top of pipe prior to backfilling
above pipe.
a. Connect tracer wire to all fire hydrants such that an electric
current may be placed through the fire hydrant and into the tracer
wire. I -
b. Bring tracer wire to the surface and connect to one of the bolts
on the breakaway section of the hydrant.
c. Connect segments of tracer wire together so an electric current
may be passed from one wire to another. Use wire nuts and
electrician's tape on each connection.
Annexation Water System— Phase 5 02514-3 Oct 2000
5. Install Owner provided warning tape at least 18 inches but no more
than 24 inched below finished grade of the trench.
6. Comply with the City of Lubbock Water Utilities Construction
Standards and the Texas Natural Resources Conservation
Commission standards for proper separation distances between
potable water pipe and sanitary sewer pipe.
E. Backfill.
1. Backfill pipe in accordance to the City of Lubbock Water Utilities
Construction Standards and the appropriate AWWA Standard.
2. Use Type 3 bedding and backfill procedures as defined in AWWA
Standard C605.
3. Use cement stabilized backfill for excavations under pavement.
Cement stabilized backfill will comply with City of Lubbock
standards and will be provided by the City of Lubbock.
F. Installing Valves and Valve Boxes.
1. Install Owner supplied valves and valve boxes at the locations
indicated on the plans and as established by the Owner's
Representative.
2. Install valves in accordance to the City of Lubbock Water
Utilities Construction Standards and the appropriate AWWA
Standard.
3. Provide a concrete pad for valves using 2000 -psi concrete.
4. Install valves and valve boxes in a vertical position.
G. Installing Fittings.
1. Install Owner supplied fittings at the locations indicated on the plans
and as established by the Owner's Representative.
2. Install fittings in accordance to the City of Lubbock Water Utilities
Construction Standards and the appropriate AWWA Standard.
3. Use joint restraints as provided by the Owner.
4. Use concrete thrust blocking as directed by the Owner's
Representative.
H. Installing Fire Hydrants.
1. Install Owner supplied fire hydrants at the locations indicated on the
plans and as established by the Owner's Representative.
2. Install fire hydrants in accordance to the City of Lubbock Water
Utilities Construction Standards and the appropriate AWWA
Standard.
3. Provide a gravel packed drain and concrete thrust and support as
directed by the Owner's Representative.
Annexation Water System— Phase 5 02514-4 Oct 2000
3.4 REPAIR/RESTORATION
•. A. Pavement Repair
1. Contact the City of Lubbock Street Department prior to
performing any paving cuts.
2. Perform paving cuts and repairs in accordance with the City of
Lubbock Water Utilities Construction Standards and the City of
Lubbock Street Department Pavement Cut Repair Specifications.
B. General Repair.
1. Contractor is responsible for repairs to any damaged property as
a result of the construction activity.
2. Repairs are to be made to the satisfaction of the property owner
and the Owner's Representative.
3.5 FIELD QUALITY CONTROL
A. General.
1. Contractor is responsible for providing necessary equipment,
flow meters, pressure gauges, fittings, valves and accessories to
test the pipe.
2. The City of Lubbock will provide water necessary for testing and
disinfection of the pipe system.
3. Contractor will test lines in accordance with the City of Lubbock
Water Utilities Construction Standards and the appropriate
AWWA Standard.
B. Pressure Testing.
1. Duration. Minimum of four (4) consecutive hours.
2. Pressure. Minimum of 150 psig.
3. Allowable leakage. Maximum allowable leakage for PVC pipe
is determined by the following formula:
L = (SD4P)/7,400
Where, L = Allowable leakage in gallons per hour.
S = Length of pipe being tested.
D = Nominal diameter of pipe in inches.
P = Test pressure.
C. Disinfection. Disinfect the piping system in accordance with Section
2516 — Disinfection of Water Mains.
Annexation Water System — Phase 5 02514-5 Oct 2000
3.6 CLEANING
A. General. Contractor will maintain work site in a presentable manner.
Immediately correct any housecleaning items pointed out by the Owner's
Representative.
B. Maintain excavation surfaces in a satisfactory manner until final
completion and acceptance of work by the Owner. This includes
regrading of the surface or placement of additional backfill material as
necessary due to trench settlement.
END OF SECTION
Annexation Water System — Phase 5 02514-6 Oct 2000
SECTION 02516
DISINFECTION OF WATER MAINS
PART1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings, General Conditions, Supplementary Conditions and
Division 1 General Requirements apply to Work of this Section.
1.2 SECTION INCLUDES
A. Disinfection of water mains.
1.3 RELATED SECTIONS
A.
Section 01330 — Administrative Requirements.
B.
Section 01110 — Summary of Work.
C.
Section 02665 — Water Systems Piping, Valves, Fitting and
Accessories.
1.4 REFERENCE STANDARDS
A.
AWWA C651 — Disinfecting Water Mains.
B.
Texas Administrative Code (TAC) Chapter 290 — Water Hygiene.
C.
Texas Department of Health Laboratory Standards.
D.
Standard Methods for the Examination of Water and Wastewater.
1.5 SUBMITTALS
A.
Submit in accordance with Section 01300 — Administrative
Requirements.
1.6 QUALITY ASSURANCE
A.
Bacteriological sampling and tests will be performed in accordance
with the latest requirements of Standard Methods for the
Examination of Water and Wastewater.
B.
The City of Lubbock laboratory will be used for bacteriological
testing.
Phase 5 - Annex Water System 02516-1
Oct 2000
PART 2 PRODUCTS
2.1 CHEMICALS
A. Acceptable disinfects are liquid and solid forms of hypochlorites.
Liquid chlorine gas is not acceptable.
1. Hypochlorites meeting the requirements of AWWA B300.
B. Acceptable chemicals for neutralizing chlorinated water are liquid
and solid forms of sodium bisulfate, sodium sulfite and sodium
thiosulfate.
PART 3 EXECUTION
3.1 METHOD OF CHLORINATION
A. Use the continuous feed chlorination method as described in
AWWA C651.
B. Include the placement of hypochlorite granules in the pipe during
construction.
3.2 TEMPORARY FACILITIES
A. Provide temporary taps or blowoffs as required. Use a minimum
of 2 -inch diameter steel pipe and fittings with isolation valves and
sampling taps.
B. Water used for the initial flushing as well as the final chlorination
shall be introduced into the pipeline through a fire hydrant
connection with an approved backflow preventor. No
connection to the existing distribution system is
allowed until the pipeline has passed all
bacteriological testing.
3.3 FINAL FLUSHING
A. Flush the water system of the highly chlorinated water within 24
hours of initial chlorination.
B. Flush water in a location and manner as approved by the Engineer.
C. Neutralize the highly' chlorinated water to a maximum free
chlorine residual of 1.0 mg/l.
3.3 SAMPLING AND ANALYSIS
A. Collect bacteriological samples at intervals of no more than 1000
feet and one sample from each end of the pipeline.
Phase 5 - Annex Water System 02516-2 Oct 2000
B. Collect samples after the initial disinfection and after facilities
have been filled with chlorinated water and a free chlorine residual
'^ of at least 0.5 mg/1 has been detected.
C. Collect samples in accordance with the latest requirements of the
Standard Methods for the Examination of Water and Wastewater
and the Texas Natural Resources Conservation Commission.
D. Submit bacteriological samples to the City of Lubbock Heath
Department or the City of Lubbock Water Treatment Laboratory
for analysis.
3.4 ACCEPTANCE
A. Facilities will be considered properly disinfected when two
consecutive sets of acceptable bacteriological samples, taken at
least 24 hours apart, have indicated the absence of coliform
organisms.
B. After acceptance by the Engineer, the facilities may be connected
to the City of Lubbock water distribution system.
C. After acceptance by the Engineer, remove all temporary facilities.
Properly plug any connections made to the facilities.
END OF SECTION
M"
r-� Phase 5 - Annex Water System 02516-3 Oct 2000