Loading...
HomeMy WebLinkAboutResolution - 1998 - Contract - Hydrostorage Inc - 2 Million Gallon Elevated Water Storage Tank - 04/11/1985Resolution #1998 April 11, 1985 Agenda Item #42 DGV:da 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 with Hydrostorage, Inc. for the construction of a 2 Million Gallon Elevated Water Storage Tank, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 11th day of April , 1985. — JZ— /'ern� ATTEST: AL9N-HENRYq4qAYOR rcanetze.jsoya, uity Secretary APPROVE AS TO CONTENT: Gene Eads Pur asing Manager APPROVED AS TO FORM: iVandiver,- ssis ant City Ati SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER IMPROVEMENTS TWO MILLION GALLON ELEVATED STORAGE TANK 22-0001-14800-840514 CITY OF LUBBOCK, TEXAS d MAYOR Alan Henry { COUNCIL MEMBERS George W. Carpenter Maggie Trejo . T. J. Patterson Bob Nash E. Jack Brown Joan Baker CITY MANAGER Larry Cunningham DIRECTOR OF WATER UTILITIES Samuel W. Wahl CHIEF ENGINEER, TIATER UTILITIES W ildord D. Watson APRIL, 1985 i THIS CONTRACT IS SUBJECT TO ARBITRATION AS PROVIDED IN THE GENERAL CONDITIONS HEREIN INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. SPECIFICATIONS NOTICE TO BIDDERS BID 4 8451 Sealed proposals addressed to Gene Eads, Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Te.xas, 79401, until 2:00 +. o'clock p.m. on the 2nd day of April, 1985, to furnish all labor and materials and perform all work for the construction of the following described project: 2 MILLION GALLON ELEVATED WATER STORAGE TANK After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 11th day of April, 1985, at Municipal Bldg., 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 and payment bond in accordance with Article 5160, . Vernon' s Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. 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 proposal 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. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of 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 i 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. CITY OF LUBBOCK BY: Gene Purchasing Manager BID PROPOSAL BID FOR LUMP SLN CON-_RACTS P1_1kCE Lubbock, Texas D_ -,TE April 2, 1985 PROJECT NO. 22-0001-14800-840514 Proposal of Hydrostorage, Inc. (hereinafter called "Bidder") To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a TWO MILLION GALLON ELEVATED WATER STORAGE TANK having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familar with all of the conditions surrounding the con- struction of the proposed project including the availability of materials and labor, hereby proposed to furnish all labor, zaterials, and supplies; and to con- struct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the • contract documents, ,of which this proposal is *to be a part, it as follows: One Million, Sixty Two Thousand, One Hundred and No/100's Dollars ($ 1,062,100.00 ) (Amount shown shall be -shown in both words ane figures. In case of discrepancy, the amount shown in words shall govern,) Bidder hereby agrees' to, commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and -to fully complete the project on or before July 1, 1986 as stipulated in the specifications and other .contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $250.00 for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder -*understands and agrees that this bid proposal shall be completed and submitted in accordance with Paragraph 20 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. Enclosed with this proposal.is a Cashier's Check or Certified Check for Dollars Q ) or a Proposal Bond in the sum of Five Pprrpnf Marim„m 4m03ink Rid Dollars Q 5% M.A.B. ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; 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. (Seal if Biddef,.is a Corporation) ATTEST: - - Secretaryf '= Hydrostorage, Inc. Contractor r M M��att Atorney-in-Fact 2020 W. Northwest Hwy. Suite 110 D Grapevine, Texas 76051 •(817) 481-5404 CONTRACT STATE OF TERAS COUNM OF LUBBOCK THIS AGREE*f=NT, made and entered into this* 11 day of April , A.D. 1985;, by and between the City of Lul bock, County of Lubbock, State of :eras, acting by and through Alan Henry ?Mayor, thereunto authorized to do so, hereinafter referrei to as OI,°NER, and of the City of Grapevine Ccunty of Tarrant and State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in cor.s'_deration of the payrents and agreements hereinafter mentioned, to be made and performed by the OS•.NER and under the conditions expressed in the.bond bearing even date herewith (if any) the CON- TRACTOR'herebv agrees with OVTNER to cor-ence and complete the construction of certain improvements described as follows: Two Million Gallon Elevated Water Storage Tank and all extra work in connection therewi=h, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish a1•1 materials, supplies, machinery, eeui_rent, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with.the contract docu-ments as defined in the General Condition of Agreement. . The CONTRACTOR hereby agrees to co=ence work within ten days after the date written notice to do so shall have :.een given to him and to substantially complete same within the time specified fn the contract documents. The OWNER agrees to pay the CONTR:'-.C=OR in current funds for the perfor- mance of the contract in accordance with the proposal submitted therefor, subject to additions and deductions, as =rovided in the contract documents and to take payment on account.hereof as provided therein. I\ WITNESS WHEREOF, the parties to these presents have executed this agreement in the year and day first'above written. CITY OF LUB .', EXAS ( E'ER) BY. MAY 'ATTEST: City Secretary Hydrostnragg. Tnr_ CONTRACTOR AT BY: TITLE:.Att'orne -in-Fact Secretary,LL -� COMTLETE S 2020 W. Northwest Hwy. APPROVED AS TO FORM: Suite 110 D Grapevine, Texas 76051 WWI W� Certlfled Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT HYDROSTORAGE, INC., Confederate Drive, Franklin, Tennessee 37064, a Tennessee Corporation, has constituted and appointed, and does hereby constitute and appoint J. M. Marlatt its true and lawful Attorney - In -Fact to execute proposals for the sale of materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in connection therewith. This appointment is made in accordance with Article IX of the By -Laws of the Corporation as amended by the Board of Directors of the Corporation: Article IX: "The Board may appoint such other officers and agents as it shall deem necessary, who shall hold their offices for such terms and shall exercise such powers and perform such duties as shall be determined from time to time by the Board." IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its President and its corporate seal to be hereunto affixed and duly attested by its Director this 1 st day of November, 1982. ATTEST ,',•• ST 0 RA R.4to,f"I.'(Seal) l/ O '•, Vtce President COSPORA SEAL 1976 FN N E SS�..•`•� STATE OF TENNESSEE ) )SS: COUNTY OF WILLIAMSON ) HYDROSTORAGE, INC. By S. S. 'E�;, 6d - President On this 1st day of November, 1982 before me personally appeared S.S. Biber, President of HYDROSTORAGE, INC., who being duly sworn, said that he is President of HYDROSTORAGE, INC. the Corporation described in and which executed the foregoing instrument; that he knows the corporate seal; that it was so affixed by order of the Board of Directors of said Corporation, and that he signed his name thereto as President of said Corporation by like authority. ••1�/t11t1 IV • NOTA Ry • .c ' •n.► • SON COJ•%•`• �''••fnnnntlllt, STATE OF TENNESSEE ) COUNTY OF WILLIAMSON)SS. I, James R. Foster, Vice President of HYDROSTORAGE, INC., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by Hydrostorage, INC., which is still in full force and effect. IN WITNESS WHEREOF, I have signed this certificate this 11th day of April, 1985 •,•,./Itf111Iff,I,, ••o SV 0 R.4 T:'OORPORAT� ;• n . Vice President SEAL •• 1976 :- . is '•. .� >f ,' • STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE -REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, that Hydrostorage, Inc. (hereinafter -called the Principal(s), as ?rincipal(s), and American Casualty Company of Reading, Pennsylvania (hereinafter called the Surety (s), as Surety (s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Sixty -Two Thousand One Hundred and no/100's Dollars ( $1,062,100.00 ) lawful money ci the United Stated for the payment whereof, the said principal and Surety bird themselves, and their heirs, _ administrators, executors, successors and assigns, jointly and severally, �firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated 11th day of April , 1985 to Construct a 2.million gallon elevated water storage tank and said.principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION C: THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants sL?plying labor and material to him or a sub -contractor in the prosecution of the :pork provided for in said contract, . then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas -as amended by Acts of the 56th Legislature, Regular Session, 1959 and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copies at length herein. IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this 11th day of April 19 85 American Casualty Company of Reading, Pennsylvania HYDROSTORAGR:,-�iNC. Surety Principal /By: Attorney- in -Fact (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Dick Lauer Insurance Agency, Inc. an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service'of process may be had in matters arising out of such suretyship. American Casualty Company of Reading, Pennsylvania Surety ✓*By : 7 Attorney -in -Fact', (Title) Approved as to form: City of Lub ock _ By: , ity A torney *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Payment Bond - Page 2 :;. STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL HEN BY THESE PRESENTS, that Hydrostorage, Inc. (Hereinafter.called the Principal (S), as Principal (s), and American Casualty Company.of Reading, Pennsylvania (hereinafter called the Surety(s), as Surety(s) are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Sixty—Two Thousand One Hundred and no/100's Dollars ( $10,062,100.00 ) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11th day of April , 19 85 to Construct a*2 million gallon elevated water storage tank and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS•OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the r 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copies at length herein. IN WITNESS WHEREOF, the said Principal(s) and Surety(s) have signed and sealed this instrument this 11th day of April 19 85 American Casualty Company of Reading, Pennsylvania HYDROSTORAGE, INC. - Surety Principal B *By Attor y -in -Fact (Title) Attorney -in -Fact (Title) By: (Title) By: (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Dick Lauer Insurance Agency, Inc. an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. American Casualty Company , of Reading, Pennsylvania Surety r.By : % Attorney -in -Fact (Title) Approved as to Form. City of ubbock Al- - By: _ , -0 n#A- �r PAa- 1AA, ity Attorney 0 r E *Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Performance Bond —Page 2 fIMFR/Gf/� Gf/SU)gLTYGOMPANY O F R E AD IN G. P E N N S Y L V A N I A EXECUTIVE OFFICES: CHICAGO, ILLINOIS A PENNSYLVANIA CORPORATION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania, and having its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute and appoint Richard T. Latter, Individually its true and lawful Attorney -in -Fact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, under- takings and other obligatory instruments of similar nature as follows: Without Limitations — and to bind AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company: "Article VI —Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney-in-fact. The President or a Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966: "Resolved, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or cer- tificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." In Witness Whereof, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed this 20th day of October , 19 1. AMERICAN CASUALTY State of Illinois 1 ss+�1/rX County of Cook ( `f+,,t, r � n OF READING, PENNSYLVANIA Vice President. On this -- 20th day of October // , 19-75-, before me personally came R. J. Wall to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Western Springs, State of Illinois; that he is a Vice -President of AMERICAN CASUALTY COMPANY OF READING, PENN- SYLVANIA, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Direc- tors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. 6�M%A Ar �! "OYMY i d) -t<3 ♦ 1 Ivsue Notary Public. Virgin a Melson My Commiss n Expires June 18, 1979 CERTIFICATE IP. F. Granahan , Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, do certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 2 of Article VI of the By -Laws of the Company and the Resolution of the Board of Directors, set forth In said Power of Attorney are still in force. In testimony, hereof I have hereunto subscribe d my name and affixed the seal of the said Company this 11TH day of 11 19 . 31P. F. Granahan Assistant Secretar!?. 8-23142-A SOCAIAlinsurance Certitled Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT HYDROSTORAGE, INC., Confederate Drive, Franklin, Tennessee 37064, a Tennessee Corporation, has constituted and appointed, and does hereby constitute and appoint J. H. Marlatt its true and lawful Attorney - In -Fact to execute proposals for the sale of materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in connection therewith. This appointment is made in accordance with Article IX of the By -Laws of the Corporation as amended by the Board of Directors of the Corporation: Article IX: "The Board may appoint such other officers and agents as it shall deem necessary, who shall hold their offices for such terms and shall exercise such powers and perform such duties as shall be determined from time to time by the Board." IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its President and its corporate seal to be hereunto affixed and duly attested by its Director this I st day of November, 1982. ATTEST ••�•�,,•....•�.....,••• • (Seal)d O 5T RAG Vice President 1 CORPORATE ••; C1 SEAL 1976 ' ,,�•,•rFNN E S ''s..••'�. STATE OF TENNESSEE ) )SS: COUNTY OF WILLIAMSON ) HYDROSTORAGE, INC. BY S. President On this 1st day of November, 1982 before me personally appeared S.S. Biber, President of HYDROSTORAGE, INC., who being duly sworn, said that he is President of HYDROSTORAGE, INC. the Corporation described in and which executed the foregoing instrument; that he knows the corporate seal; that it was so affixed by order of the Board of Directors of said Corporacion, and that he signed his name thereto as President of said Corporation by like authority. NOTARY •: f PUBLIC f`c "ski '•. A, No" SON "SON $o##lots,,,,,•• STATE OF TENNESSEE ) COUNTY OF WILLIAMSON)SS. I, James R. Foster, Vice President of HYDROSTORAGE, INC., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by Hydrostorage, INC., which is still in full force and effect. IN WITNESS WHEREOF, I have signed this certificate this 11th day of April, 1985 Si 0 RA .�, •,.••'� GF Z ' CORPORATE •. Ct Vice President SEAL * •: �• 1976 • .' CERTIFICATE OF INSU__ \CE TO: CITY OF LUBBOCK DATE: June 3, 1985 Type of Lubbock, Texas Project: 2MG Elevated Water storage tank Hydrostorage Contract #H-5535 THIS IS TO CERTIFY THAT HYDROSTORAGE, INC. (Name and Address c_ Ins --,red) is, at the date of this certificate, insured by :::is Company with respect to the business operations hereinafter described, for t= types of insurance and in accor- dance with the provisions of the standard Dclicies used by this Company, and further hereinafter described. Exceptions to standard pc_icy noted hereon. TYPE OF I' SUP.ANC= Policy No. Effective :-,spires Limits of Liability Workmen's Statutory Compensation 2216-00-035400 1/1/85 1/1/86 EL Limit - $i,000,000 Owner's Protec- $ 500,000 xi tive or Contingent 2236-94-035400 7/1/85 1/1/86 $ 100,000 PI Liability ccaurr n�celff $ 100,000 PI M.rm gg . Contractor's Protec- Per Person $1.000,000 tive or Contingent 2226-00-035400 1/1/85 1/1/86 Per Occurence $}000,000 Liability Property Damage $1,000,000 Automobile 2226-31-035400 1/1/85 1/1/86 Per Person $ 1.000,000 Per Occurence $ 1,000,000 Property Damage $ 1,000,000 The foregoing Policies (do) (do not) ccver a:l sub -contractors. Locations Covered: City of Lubbock, Texas DESCRIPTION of Operations Covered Construction of 2MG Elevated Water Storage Tank, Hydrostorage Contract #H-5535 The above policies either in the body the=ec: or .-y appropriate endorsement provide that they may not be changed or cancelled by the _usurer in -less than. the legal time required after the insured has received written _:tice of such change or cancellation, or in case there is no legal requirement, in less than five days. in advance of cancel- lation. SEE REVERSE SIDE FIVE COPIES OF THIS CERTIFICATE Employers Insurance'of Wausau MUST BE SENT TO THE OWNER. (Nazie of Insurer) y za,� pxll_e_� :itle Regional Casualty Underwriting.Mgr Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the term(s) thereof. GENERAL INSTRU,6TIONS TO 'BIDDERS 1. SCOPE OF WORK The cork to be done under the contiact documents shall consist of the followings 2 MILLION GALLON ELEVATED WATER STORAGE TANK jThe contractor shall furnish all 1 borfi superintendence, machinery, equipment and all materials recess:ry to complete this project in accor- dance with contract documents. i i2. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with con- i � . tract document s' described in theeneral Conditions. P ' All bidders hail be thoroughly familiar with all of the requirements set a forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completiaa of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS <all bo parties with an interest z It is the intent of the City of Lub c�C that in submitting a hid on the project covred by the contract documents be given a reasonable opportunity tojexamine 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. 4. TIME AND ORDER FOR COMPLETION Final completion date for the tank ',to be, completely operational shall be July 1, 1986 Work shall be.substantionallyl,'completed by June 1,;1986 including I erecting, painting, and all equipment installation. The month of June 1986 may, be for the testing, cleaning, and sterilization. , e permitted to r'osecute the work in the order of The Contractor will b p P his own chadsing, provided howeveik, the City reserves the right to require the Contractor to submit a progre�s schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule El�to be submitted and it is determined y the City that the progr:fless of. the !'ril work is not is accordance with the progress schedule so submitted, the City may direct the Contractor tojtake such action as the City deers K �!! necessary to insure completion of theproject within the time specified. • PAYMENT a11: paymeZts due to Contractor shll be made in accordance with the t provisions of the General Conditions of the contract documents. _ , I _ 6.F i ,.� F"IDAVITS OF .BILLS PAID The City of Lubbock reserves the �I�r�ic: t, prior to final acceptance of this � project;to require the Contractor ,c execute an affidavit that all bib s for labor, materials and incidentals incurred in'the construction of tl�4 itaprovements contemplated t by, the c' paid _ract documents have been in full ar[d that here are no Clanks �eding, of which' the Contractor has been notified. i 7. MATERIALS AND WORKMANSHIP Ili ;vent of these contract docaner :.s is that only, materials and work 1.y,l� manship jaf the; best qualit i nd r d hill be fu fished. The fact that the sp cifications may fail to be st:_ficiently ,cb�ipl'ete in some detail Iwiil nbt relieve the Contractor of;f:ll responsibdity for providing ma111Hterials of high quality `and fo!r, 'protecting thein ,adequately until incor- porated into the project. The p�rljeseace cr absen�6 �of'a representative ok Ithe City ;on the construction!site' wi_1 not reli'ev the Contractor of fuel r s�ponsi iility` of complying ilraith� I, his provision i, The specifications for•. materials and methods set 'forth �Lh ,'t .e contract .documents provide minimum „ I standards ofquality which the O %er believes necessary to arocure a �s t'sfactory' project. :I s 8. �iGUA' NiEES Al.l'ie ui ment and materials' inco drated in then project q; P �p pr j t and all construc- „ tio'z shall be guaranteed against j def_cti�'a materials and workmanship. Prior to final acceptance,i the C6' �r_ctor shall 'furnish to the Owner, a when genual guarantee wh -i ch sal'_ provide thst the Contractor shall' remedy any defects in the w k, i' .ay for any and'all damages of any "t, elwhatsoever resulting:0 suclb 'efec.s, when such defects appear within one year from date of'final;a:cep�ance of the work as a result of �defoctive materials or workmanshp,�, at no cost to 'the Owner (Cityof Lubbock) 9. PLANS FOR THE CONTRACTOR 'f"I e,IlContractar will be furnished Imo= se, of dtiwings, specifications I - la d �eluted contract documen s f, lh: s use during ,00nstruction. Plans lii,i ,.. ,J, , !i ii and, lspecifications for use dilrin ctc truction wild. only be furnished r4tiy lto the Contractor.: I1h+e' on_ra�ztor shall then, distribute copies ofars sand specificationsd sui, _-rs subcontractors , or others, as req irad ,fors proper prosecution a �t :e wc_k contemplated by the Contractor. 10. PRO LCTION OF THE WORK ye ctor Contra.shall be rescnsi � e,:or the care, ipreservation, censer V t on,l and protection of all Mater s--Is,,supplies,l;�uiachiner.:, equipment'; doll, ,apparatus, accessories, fail'_;_:as, 'and a1ll�means of construction;, land any and all parts of thel ;4prk1 =t:ner the Can Tactor has been paid. Ip�rt ally pard,; or not; paid for suc vcrk, untiljthe date t e City issu6s lit$ q,ertificate of completion' to i�ot.racror. The' 16ity reserves the III i Ir,tC,' after -,the -bids have�re c���.s rc neforelh.e contr=ct has been E a� �4E!d, IIto require of a b$a, r 6 11, -. :�__c ..•ing information: �- �� i i I I i' 13. (a) The experience record of the bidder showing completed jobs of a similar, nature to the one covered by the proposed 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. TEXAS STATESALESTAX This -contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit - which shall enable him to buy the materials to be incorporated into the work withoutpaying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work con- templated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish -Contractor the location of all such underground lines and utilities of which it has knowledge..- However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired.immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. RARRT( A71FC ANTI gAFRTV MRAMIRF.0 .The Contractor shall, at his own expense, furnish and erect such barri- cades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility formaintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the, project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to'endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be'stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the cori- tract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to'the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, 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. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as abovementioned. 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 obrligations thereunder. The inclusion of the schedule of general pre- vailing 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 con- ditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to ',provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor.The 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. Before construction work requiring an inspector is to be performed on weekends or 'holidays, the Contractor must notify the Owner's Representa- tive 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. In any event, if a condition should occur or arise at the site of this project or fromthe work being done under this contract which is hazardous or dangerous to ,property or life, the Contractor shall immediately com- mence 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. A. 18. 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 classi- fication, the number -of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is 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 classi- fications 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. r 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Proposals 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. 20. PREPARATION OR PROPOSAL The bidder shall submit his proposal 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 proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink; distinctly and legibly, or typewritten. _In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, associa- tion, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partner- ship, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business ad- dress must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as speci- fied in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name. (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. 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 Proposal. (d) Statutory Bond (if required).. (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any)-. (h) Specifications. (i) Insurance Certificates. (j) 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. 22 PAYMENT OF COST BREAKDOWN Prior to beginning of any work on the project, the successful bidder shall submit a project breakdown outliniAg costs of various phases of the project. This breakdown will be used to calculate monthly estimates for payment to the contractor.. Unbalanced breakdown will not be considered and the Owner and :Contractor shall agree upon a reasonable cost structure.before the start of the project. GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, 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 the expression Party of the Second Part, or Second Party, is used, it shall be understood to mean the person, persons, co -partnership -or corporation, to -wit: Hydrostorage, Inc. , who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. 0WNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in ' this contract, it shall be understood as referring to Samuel W. Wahl Director of Water Utilities , City Hall, Lubbock, Texas, under chose supervision these contract documents, including the plans and specif- ications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but ,- shall not directly supervise the Contractor or men acting in behalf of the �-' Contractor. The Owner's Representative shall have authority to approve change orders involving a decrease or increase in cost of five thousand dollars or - less. 4. CONTRACT DOCUMENTS The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if re- quired), General Conditions of the Agreement, Special Conditions of the Agree- ment (if any), Specifications,.Plans, Insurance'Certificate, and all other documents made available to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted;" "Designated," "Required," "Considered Necessary," "Prescribed," or cords of- like import are used, it shall be understood that the direction, requirement, permission, order, designa- tion 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 Representa- tive. Whenever in the Specifications or dra:rings accompanying this agreement, the terms -of description of various qualities relative to finish, workmanship, ( or other qualities of similar kind which cannot, from their nature, be specifi- cally and•clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those havinga 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 him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies,'machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by. the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Con- tractor 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 recog- nized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed".is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT OF WORK 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 with 2 copies of all Plans, Pro- files and Specifications without expense to him and he 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 and quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contrdct documents. He will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work, nor will he be responsible for the construc- tion means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements .of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on-site observations, he will keep the Owner informed of the pro- gress of the work and.will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever 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 his 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 him, his Subcontractors, or his 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 shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that 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 this contract. He 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 Owner's Representative's estimates and findings shall be conditions pre- cedent to -the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give -any direction,*which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction -so rendered, and by such action may reserve the right to submit the question so raised.to arbitration as hereinafter provided. It is the intent of this Agreement that there shall be no. delay in the execution of the work, therefore, written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjustedto arbitration as hereinafter provided. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties her and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 therefor. 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 six (6) days make written appeal to the 0-.rner's Representative for his decision. 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 his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representa- tives 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 exclu- sive charge and control of the Contractor and all risk -in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his 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 examina- tion, satisfied himself as to the nature and location of the work, the confir- mation 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 effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. 18. CHARACTER OF WORKMEN The Contractor agrees'to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do.the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, un- faithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the :-sousing of men or equipment will be permitted only at such places as the Owner's Representative shall 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 at 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 reasonable 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 work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give am:le notice as to the time"each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective cr not in accordance with the'con- tract documents, regardless*of the stage of its completion or the time or place of discovery of such errors, and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any 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 manu- factured at a location where it is not convenient for Owner or Owner's Representa- tive go make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to fur- nish 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 work which is required to be inspected, tested, or approved, is covered up without written approval or consent of the Owner or Owner's Repre- sentative, 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspec- tions, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals, shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further 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 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 this contract. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or antici- pated 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 any actual loss occasioned by such change, due to actual expenses in- curred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Repre- sentative 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 proposal, 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 one or more of the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent.' In the event said extra work be performed and paid for under Method (C), 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, time- keepers, mechanics and laborers, and 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 Lia- bility and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances cr directed by the Owner or Owner's Representative, or by them agreed to. O; --per'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 tc� 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 equip- ment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the '�sociated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen per cent (15%) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence, and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be ;maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by the Owner's Representative. In case any orders or instructions appear to the.Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefor, and the Owner's Repre- sentative 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). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that itis the intent of this contract that all work described in'the.proposal, the specifications, plans and other contract docu- ments, 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 ac- cordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract docufients, he should notify the Owner's Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully under- stands the work to be included and has provided sufficient sums in his pro- posal to complete the work in accordance with these plans and specifications. Itis further understood that any request for clarification must be submitted no later than five 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 re- quired 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 his 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 The Contractor shall take out and procure a policy or policies of Work- men's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's 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, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs, and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole -responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraphin the Agreement, as well as any notice which may be given by the Owner, the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense throughout the life of this contract., insurance protection as hereinafter specified. Such insurance shall be carried with an insurance company licensed to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a sub- contractor, or separate policies shall be provided covering the operation of each subcontractor. (A) 'Workmen's Compensation and Employer's Liability Insurance As required by State statute covering all employees employed on a work whether employed by the Contractor or any Subcontractor on the job. (B) Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as an additional insurance and the amount of such policy shall be as follows: $ 500,000 for bodily injuries, including accidental death, to any one person, but limited to $ 500.000per occurence, and $ 100,000 for property damage. The Contractor shall obtain a Contractor's Protective (Contingent) Liability Insurance policy and the amount of said policy shall be as .follows : In an amount not less than $ 100,000 for bodily injuries in- cluding accidental death, to any one person, but not less than $ 300,000 per occurence and in the amount of not less than $_100,000 per property damage. (C) Automobile Insurance The Contractor shall procure automobile insurance providing coverage as follows: In an amount not less than $ 100,000 for injuries, including accidental death, to any one person, but not less than $ 300,000 per occurence, and in the amount of not less than ,$ 100,000 for property damage. (D) Proof of Coverage Before work.on this contract is commenced, each Contractor and sub- contractor shall submit'to the Owner for approval Five (5) certi- ficates of insurance covering each insurance policy carried and . offered as evidence of compliance with the above insurance require- ments, signed by an authorized representative of the insurance com pany 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 dateborneby.such certificate. (5) A statement that the insurance of the type afforded by the policy applies to all of the operations of whatever character, which are undertaken by the insured during the performance of this contract, provided such operations are required in the performance of the contract. (6) A provision that the policy may be cancelled only by mailing written notice to the named insured at the address shown in the policy stating when, not less than ten (10) days thereafter, cancellation of such policy shall be effective, with a copy to the Owner of said letter of intent. 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIP14ENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, work- men, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. Whan 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 indebted- ness 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, 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. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall pro- vide 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. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner 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 harmless from any loss on account thereof. If the material or process speci- fied or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Con- tractor observes that the plans and specifications are at variance -therewith, he shall promptly notify the Owner's Representative in writing and any neces- sary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to.the Owner's Representative, he 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 O•..•ner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 32. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his 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 his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR 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 of work to be done hereunder are essential conditions of this. contract; and it is further mutually -understood and agreed that the work em- braced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, 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 Two Hundred Fifty Dollars Dollars ($ 250.00 )� not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for com- pleting the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is rea- sonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions pre— vailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would, sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is 'further agreed and understood between the.Contractor and Owner that time is of the essence of this contract. 34. 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 his work at such time and sessions, in such order of precedence, and in such, manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work - shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representa- tive may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carryon 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. 35. EXTENSION OF TIME The Contractor agrees that he has submitted his proposal in full_recog- nition 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his 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, walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then submit such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in under- taking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. 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 of Owner's Representative for the Owner's convenience in which event such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. 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 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 proposals offered for the work. 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. 38. 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 he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to "r4 indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall npt apply to any claim of any kind arising out of the existence or character of the work. 39. 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 specifi- cations and stipulations herein contained, the Owner agrees to pay the Conractor the price set forth in the,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 him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. 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 Ouner, 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 which have not theretofore been timely filed as provided in this contract. 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representa- tive shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certi- ficate 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; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. 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 this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the • Contractor, the Owner may upon written recommendation of Owner's Representative pay reasonable and equitable portion of the retained percentage due Contractor. ..42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially com- pleted in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within.thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Repre- sentative shall proceed to make final measurement and prepare a final state- ment of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said per- formance by the Contractor. Neither the certificate of acceptance 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 special conditions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owner's premises all materials con- demned by the Owner's Representative on account of failure to conform to the -contract, whether actually incorporated in the work or not, and ContrLctor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. 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 aind replace it at Con- tractor's expense. 45. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he 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 substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 46. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to suea extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for material or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will. protect the Otaner'in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS 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) days after the Owner's Repre- sentative has given any directions, order or instruction to which the Contractor desires to take exception. The Owner's Representative shall reply to such . written exceptions by the Contractor and :ender his final decision in writing. In case the Contractor should appeal fro= the decision of the Owner's Repre- sentative, any demand for arbitration shall be filed with the Owner's Repre- sentative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptancz- of the work by the Owner and the acceptance by the Contractor of the fina'_ payment shall be a bar to any claim by either party, except where noted other..ise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbi- tration at the request of either party tc the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected; or if the arbiters fail to select a third within ten (10) da::s, he shall be chosen by the.District Judge, 72nd Judicial District of Texas. =ach arbiter shall be a resident of the City of Lubbock. Should the party de=anding arbitration fail to name an arbiter within ten (10) days of the demar.f, his right to arbitrate shall lapse, and the decision of the Owner's Re:resentative shall be final and binding on him. Should the other part- fail to choose an arbiter within ten *. (10) days, the Owner's Representative shall appoint such arbiter. Should. either party refuse or neglect to supply :he arbiters with any papers or information demanded in writing, the arbi:ers are empowered by both parties to take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, -:nless either or both parties shall appeal within ten (10) days from date .f :he award by the arbiters, and it is hereby agreed that each party shall have :he right of appeal and all proceedings shall be according to and governed by Arc_tration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO r?,BITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. The arbiters, if they deem the case :errands it, are authorized to award the party whose contention is sustained, _uch sums as they deem proper for the time, expense and trouble incident to :he appeal, and if the appeal. was taken without reasonable cause, they may award iamages for any delay occasioned thereby. The arbiters shall fix their cry compensation, unless otherwise pro- vided by agreement, and shall assess the _osts and charges of the arbitration upon either or both parties. The awar= the arbiters must be made in writing and shall not be open to objection on acc_unt of the form of proceedings or award. 49. ABANDONTNIENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the 'bond shall be notified in writing and directed to complete the work and a ccpy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then onthejob, 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 case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10),days after service of such notice, then the Owner may provide 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 theContractorand/or his 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. However, 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 Con- tractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Con- tractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to be the Owner's Representative as being correct'shall then be prepared and delivered to Contractor and his Surety, 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 31 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to com- plete 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 shall pay the balance shown to be due by them to the Owner, then all machinery, equip- ment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety -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 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 subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) 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. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Con-' tractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER. In case the Owner shall fail, to comply with the terms of this contract, and should fail or refuse -to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached proposal, the value of all partially completed work at a fair'and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. 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. And it is further agreed that this contract shall not be in effect until such bonds are so fur- nished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the con- tract 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. 53. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or dawage 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 and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, -an independent contractor, with full, complete and exclusive power and authority to direct, supervise, and control his 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 his performance and to carry out the other prerogatives which are expressl,Y 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. 55. 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 he shall remove all such debris and also his tools, scaffolding, and surplus materials, SPECIFICATIONS FOR 2 MILLION GALLON ELEVATED WATER STORAGE TANK SPECIFICATIONS ' SPHERODIAL ELEVATED WATER TANK 1.0 SCOPE 1.1 There shall be constructed under this specification, a 2,000,000 U.S.-. gallon capacity elevated steel water storage tank. 1.2 Included with the elevated tank shall be cleaning and painting, testing, sterilization and accessories as herein specified. In addi- tion, the contractor shall furnish and install all foundations, pipes, valves, -cathodic protection, wiring and lights, pressure sensing ins- truments, grading, fencing, driveway and all appurtenances necessary for a complete job. 2.0 INFORMATION TO BE SUBMITTED WITH PROPOSAL 2.1 Each bidder shall submit a design drawing of the structure he pro- poses to furnish. The drawing shall show all major dimensions and the sizes of all main structural members. No proposal will be considered unless the bidder can show satisfactory experience in the fabrication and erection of similar structures. 3.0 DETAIL DRAWING 3.1 After award of a contract, the contractor shall prepare and submit to the Purchaser or Engineer for approval, detail drawings in accordance with • Section 1.4 of the AWWA D-100 Specifications. 4.0 DESIGN AND MATERIALS 4.1 Materials, design, shop fabrication, welding erection, inspection, and testing•of the elevated tank structures and appurtenances shall con- form with all applicable requirements of the American Water Works Assoc- iation, Standard Specification AWWA D100-79 for "Welded Steel Elevated Tanks, Standpipes and Reservoirs for Water Storage". The thickness of the plates need not be increased for corrosion allowance. The tank shall withstand safely the loads and forces of the weight of water in the struc- ture,.and a wind load'.caused by a wind velocity of 100 mph in any direction, with the tank empty or full. The elevated tank structure is located in Zone 0 as defined by Section 3.1 .5 of AWWA D100-79. The completed structure shall also comply to the latest requirements of the Occupational Safety and Health Act of 1971 as amended. 5.0 ELEVATED STEEL TANK 5.1 The net capacity shall be 2,000,000 gallons. The distance between the lower capacity level and the overflow shall not exceed 35 feet. The tower supporting the tank shall consist bf a circle of peripheral tubular steel columns and a fluted central support pillar, minimum 30 feet in diameter. The tower shall be void of ladders, rods, struts, and similar wind bracing, except as approved by the engineer. The entire interior floor of the fluted column shall be concreted as shown herein. The over- flow shall be set at elevation 3405 feet U.S.C. & G.S. 6.0 TANK ACCESSORIES 6.1 At the base of the support pillar shall be a 40" x 80" hollow metal access door, complete with hinges and a tumbler type lock. All openings in the fluted support pillar shall be properly reinforced to carry the loads of support pillar. 6.2 Provide a"4 -foot minimum diameter drywell for access from inside the fluted support pillar to the tank roof. Provide access from dry - well to a balcony (Qith safety rail) inside tank above high water ( 3405 el.). 6.3 Provide a 24 -inch diameter combination manhole and vent for access to the tank roof from inside the drywell and to ventilate the drywell _ and the fluted support pillar. 6.4 Provide a 24 inch diameter manhole in the base of the drywell for access into the tank proper. 6.5 Provide a 24 -inch diameter roof hatch in the tank roof adjacent to the drywell. The hatch shall be provided with suitable hinges and a hasp to permit locking. The hatch opening shall have a curb at least 4 inches high, and the cover shall have a downward overlap of at least 2 inches. 6.6 Provide a minimum 24 -inch diameter flanged vent in the center of the tank roof to permit passage of air when the tank is being filled or emptied. It shall have sufficient capacity to pass air at a rate which will prevent dangerous pressures or vacuum. It shall also be so constructed that an exhaust fan may be bolted to the vent, if required; for ventilation during painting. Provisions shall be made to prevent ingress of birds or insects and such provisions shall meet requirements of the Texas State Department of Health. 6.7 Provide a platform and railing at the inside top of the fluted support pillar below the tank bottom. The platform shall be located to provide access to.the drywell. 6.8, Provide a 24 -inch diameter inanhole for access from the top plat- form to the outside of the fluted support pillar. 6.9 Provide a suitable and adequate-painter's.ring near the top of the fluted pillar. 6.10 Provide a 4 -foot minimum diameter wet•riser, complete with a 24 -inch diameter manhole approximately 2'6" above the riser base. plate. 6.11 Provide a 24 -inch diameter steel inlet-outlet, complete with a flanged base elbow. 6.12 Provide a 24 -inch diameter. upper inlet assembly to furnish water from the wet riser into the tank proper. t 6.13 Provide a 16 -inch diameter ,steel overflow pipe, fitted with a weir box capable of discharging at the rate of 2100 gpm. The overflow pipe =: shall be attached to. the outside of the drywell and shall descend through the tank bottom and inside the support pillar. The overflow pipe shall exit through the support pillar and spill onto a splash pad. The end of r . the overflow pipe shall be furnished with a flap valve. x 6.14 Ladders A. Provide a ladder on the inside of the support pillar up the painter's manhole. B. Provide ladders on the inside and outside of the drywell. :. C. All ladders shall be provided with OSHA approved safety climing devices where so required. 6.15 Where steel laps occur, or in cases where structural members are constructed so that moisture can penetrate between the members, the seams shall be either• sealed by welding or by filling with an epoxy compound approved for potable water use and be compatable with the .spec i- fied paint system. 7.0 FOUNDATIONS 7.1 The elevated tank contractor shall design and prepare construction plans and details for the foundations in accordance with AWWA foundation design criteria and submit the designs and construction plans to the Owner for approval. The foundation shall be designed for a maximum soil bearing value contained in these specifications. If additional soils information should be required it shall be the. responsibility of the bidder to inform himself of the information needed prior to submitting bid and shall be in- cluded in unit price bid. The tank contractor shall furnish the necessary anchor bolts for installation in the foundation by the builder of the foundation. 7.2 Top of foundations shall be set at 3292 elevation U.S.C. & G.S. 7.3 The design of the concrete -foundation, the specifications for cement .and aggregate, and the mixing of the aggregate shall be in accordance with the latest revision of Standard No. 318 of the American Concrete Institute. .The concrete shall develop a minimum compressive strength of 3,000 lbs. per square inch at 28 days. Reinforcing steel shall comply with the latest revision of ASTM A615 Grade 40 Billet Steel Bars of Concrete Reinforcement (structural or intermediate grade). Deformations of reinforcing steel bars shall comply with the latest revision of ASTM A305. 8.0 CATHODIC PROTECTION 8.1 The tanks shall be provided with an automatic cathodic protections system, the purpose of which shall be to automatically control corrosion of the interior water contact surfaces. The water to be stored has the following average range: Total Dissolved Solids ----=------------------------900-1100 mg/l Total Hardness as CaCo---------------------185-220 mg/l pH --------------------3-- ---- --- -------- --------- 7.5 - 7.8 The bidder shall have a minimum of five years of successful experience in the manufacture, installation and servicing of automatic cathodic -protea - tion systems for water storage tanks and have.a permanent service organi- zation available. 8.2 The power unit shall consist of the necessary rectifiers, transformers, control circuitry, meters, wiring and appurtenances of adequate capacity to meet the protection requirements of the structure as established by the Engineering Survey. The power unit shall be designed for single phase, 60 Hertz, 110-120 Volt A.C. There shall be included, as part of the power unit, a circuit breaker for the A.C. supply and an overload relay for the rectifier in the D.C. circuit. The entire power unit shall be fully field serviceable. 8.3 The overall efficiency ofthe power unit shall exceed 65%, and the. power factor shall exceed 90% at full load and rated voltage of the power unit, in the conversion of A.C. to D.C. The power factor shall be greater than 85% at outputs exceeding 25% of the rated capacity. 8.4 The isolation transformer shall be air-cooled housed so that an adequate cooling environment is provided. The transformer shall be covered with at least three coats of moisture and atmosphere -resistant electric varnish. The motor -driven variable transformer shall -be con- tinuously adjustable voltage auto transformer having a movable brush tap riding on a commutator. Rotation of the brush tap by the motor drive,.shall deliver any output voltage from 0 to 110% of the input voltage. 8.5 The rectifier stacks shall be of the approved selenium type, as manufactured by International Rectifier Corporation, or equal. The rectifier stacks shall have adequate cooling fins so that their:normal temperature rise at rated capacity will not exceed that specified by N.E.M.A. 8.6 The cathodic protection system control unit shall have the ability to regulate its direct current output in the following three ways: A. Manual operation shall permit uniform adjustment over the full rectifier capacity, from 0 to 100% without transformer taps. B. Automatic operation using a potentiostat control wherein the current output is automatically adjusted to maintain the structure at a pre -selected potential (in accordance with NACE Standard - RP -01-69) with reference to a standard reference electrode posi- tioned contiguous to the structure.. C. Automatic operation, using potentiostat control wherein the current output is automatically adjusted to maintain the struc- ture polarized potential, free of I.R. Drop, at a pre -selected value utilizing standard reference electrodes positioned at a con- siderable distance from the structure. The polarized potential is continuously monitored with no interruption of the applied current (in accordance with NACE Standard RP -01-69). 8.7 The standard reference electrodes shall have a reproducible potential and shall remain stable.for a minimum of two years. 8.8 The panel board shall be of an electrical insulating material having suitable thickness and mechanical strength. Accurate D.C. meters shall be mounted on the panel board for indicating output of rectifier. There shall be one D.C. voltmeter. Each D.C. circuit shall have a separate ammeter. The panel board shall include a potential indicating voltmeter as part of the sensing circuit and shall continuously indicate the structure po- tential value which the control system is maintaining. 8.9 The entire power unit shall be mounted in a metal cabinet suitable for outdoor use, adequately ventilated and with provision for looking. 8.10 The anodes shall be expanded metal platinum hiobium anodes or an approved equal. The anodes shall be designed for vertical installation within the tank and spaced at intervals which will provide proper current distribution to all interior water contact surfaces. 8.11 Insulated copper wire in rigid conduit, shall be used for the positive wires from the power unit to the anode circuits. The size used shall be as established by the National Electrical Code for the allowable current - carrying capacity. The conduit shall be secured to the structure at intervals of not more than ten feet. 8.12 The negative lead from the power unit shall be securely grounded to the structure and sized in accordance with the National Electrical Code. 8.13 The Contractor shall provide primary service line to power input terminals on the power unit. The Contractor shall also run D.C. and control circuit wiring from power unit to the structure, in accordance with manufacturer's recommendations. 8.14 Upon completion. of the installation,and testing, maintenance and operating instructions, in duplicate, shall be furnished to the owner.. 9.0 CLEANING AND PAINTING 9.1 All steel surfaces shall be properly cleaned in the fabricator's shop in accordance with Steel Structures Painting Council Specifications SSPC-SP-10 "White Blast Cleaning" , SSPC-SP-6 "Commercial Blast Cleaning" or SSPC-SP-8 "Pickling", latest editions. After cleaning, all surfaces' shall be thoroughly and completely cleaned of any residue or dust. All steel surfaces shall then receive one (1) coat -of primer paint, leaving unpainted margins along all edges to be'field welded. 9.2 After the structure has been erected and welded, the welded seams, . adjacent unprimed areas, and all abraded areas shall be blast cleaned. These areas shall then be spot primed with the same brand and type of primer paint as was applied in the fabricator's shop. Shop paint shall .. be compatable with interior prime coat. 9.3 All interior wet surfaces (inside th6-tank and outside the drywell) shall be painted in accordance with AWWA D102-78, Inside Paint System . No. 1 as modified herein. 9.4 For interior painting, remove all oil and grease from the metal surface prior to blast cleaning. All rough edges, weld seams and sharp corners to be ground to a curve., Field Application 1st Coat: After spot prime on all welds, etc., as above, apply 4.0 Dry Mils minimum in selected color before rust bloom forms. 2nd Coat: Apply a finish coat at 5.0 Dry Mils minimum in selected color. 9.5 Exterior Tank Coating System. For all exterior surfaces, remove all.oil and grease from the metal surface prior to blast cleaning. All rough edges, weld seams and sharp corners to be ground to a curve. Field Application 1st Coat: After spot prime on all welds, etc., as above apply one coat prime paint to 4.0 dry mils to blast cleaned surface before any rust bloom forms. Four dry mils in one coat can only be achieved by spray application. If roller application is required, apply two coats at 2 dry mils per coat. 2nd Coat: Apply one coat to 1.5 dry mils. The total applied coating system shall be a minimum of 5.5 dry mils.' 9.6 Paint type and color shall be: A. Interior surfaces - primer coat shall be Pota-Pox 20-1255, finish coat shall be Pota-Pox 20-2000 white as manufactured by Tnemec Co., or an approved equal. Prime coat shall be tinted to contrast slightly with finish coat. B. Exterior surfaces — primer coat shall be Pota-Pox 20-1255 white. Second coat shall be Endura -Shield 71-2049 (Oyster shell) as manufactured by Tnemec Co., or an approved equal. 10.0 TESTING 10.1 After the tank is completely erected and painted it shall be filled with water furnished by the Owner at the base elbow,.at proper pressure to fill the tank to the maximum working level$' Any leaks that are dis- closed shall be repaired by chipping and melting any defective welds and the rewelding. No repair work shall be done on any joints unless the water in the tank is at least two feet below the point being repaired. After repairs, the interior and exterior paint shall also be repaired with the same paint systems as herein specified. , 11.0 DISINFECTION OF TANK 11.1 The sterilization procedure shall conform to spray or brush sterili- zation procedure conforming to-AWWA D102 specifications, Method 2 and should be performed not less than five (5) days after the interior paint has been applied. a _ Personnel working inside the tank during sterilization shall be equipped =t with suitable air masks and safety lines leading through a manhole to personnel working outside the tank. All safety precautions shall be observed. 12.0 24 INCH -PIPE 12.1 Cast iron or ductile iron pipe to be furnished for this project shall conform to one of the following standard specifications: AWWA C-102-53 (A.S.A. A21.2) AWWA C-106-62 (A.S.A. A21.6) AWWA C-108-62 (A.S.A. A21.8) AWWA C-151-70 =- Iron pipe furnished shall meet requirements of "Laying Condition A" = (flat bottom trench, untamped backfill) for sizes through 24 inches and "Laying Condition B" (flat bottom trench, tamped backfill) for larger sizes. Iron with greater strength that that permitted by AWA Specifica- tions C106-62 and C108-62 may be used provided the wall thickness is • determined in accordance with ASA A21.1'specifications and the pipe is constructed and tested in accordance with A.S.A. specifications. 12.2 Pretensioned Concrete Cylinder pipe shall be manufactured in •. accordance with the latest revision of Federal Specifications SS -P -381A for pretensioned Concrete Cylinder Pipe or AWWA 303-78 or its latest revision. The joints of pretensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303-78. A portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pretensioned concrete cylinder pipe. ' Portland cement used in the mortar shall conform to "Standard Specifica- tions and Tests for Portland Cement", A.S.T.M. serial designations C150 and'C77. Sand for the mortar shall conform to A.S.T.M. designation C33 -52T. for fine aggregate. The exterior joints on pretensioned concrete cylinder pipe shall be poured with a 9 -inch Heavy Duty Diaper attached with 3/8 inch steel straps as furnished by MAR -Mac Manufacturing Company or approved • equal. ' 13.0 24INCH VALVE & COUPLING 1,3.1 Butterfly valves shall conform to AWt+tA Specifications C504-80 for Class 150-B. Valve bodies shall be cast iron rubber seated short body pattern. The butterfly valves are for vault installation and shall be equipped with a hand wheel, a 2 -inch, operating nut, and position indicator. - The.valves shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. The valve shall open by turning to the left (counterclockwise). The design water pressure differential shall be 150 psi upstream -and 0 psi downstream. All valves shall be equipped with a positive adustable mechanical stop -limiting device to prevent over -travel of the valve disc in .both open and closed positions. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Engineer. 13.2 Coupling adaptor shall be combination flanged - compression joint with ANSI B16.1 Class 125 flange. Adaptor shall. be Dresser style 128 or an approved equal. 14.0 ELECTRICAL 14.1 Main circuit breaker panel shall be Bryant B -12-205M or approved equal. Meter base shall be 100 amp rated. Conduit shall be 1/2 inch steel with 412 THHN copper wire. Receptacles shall be 125V double grounded corrosive resistant 2 pole, 3 wire, 15 amp mounted in box. Lights shall be 72 inch two tube florescent with reflective strips mounted no more than twelve feet on centers. The contractor will.be responsible for laying underground service for power and for meter, • meter base and all incidentals necessary. 14.2 120V/240V 1 0 power will be available for construction at -the alley - along the north side of the.tract. The contractor shall be responsible for arrangements for the power and for payment for power consumed during construction. 15.0 PRESSURE TRANSMITTER 15.1 Elevation of water in the tank shall be monitored by direct pressure actuated transmitter using bronze Bourdon tube or berilium copper bellows. The motion of the sensing device shall actuate input linkage to the pulse duration mechanism. .The transmitter shall operate on 117V, 60HZ through an internal switch and The module. The output shall be a pulse duration -.signal directly proportional to pressure. Accuracy shall be + 1% of span on the element over a 10:1 range. The transmitter shall be furnished with a mounting flange for floor stand mounting (including floor stand). Components shall be contained in a moulded high impact plastic case forming a'NEMA-4 enclosure. The unit shall. be furnished and installed for adaption to the City's system by others.' The transmitter shall be BIF Model 231-20 or an approved equal. 16.0 FENCE The entire tract shall be enclosed in a 6 foot red cedar fence with 2 inch galvanized heavy duty metal post on 8 feet centers. Cedar shall be #1 clear tapered top with 2" x 3" back runners bolted and bracketed to post with all galvanized material. Gate shall be double 8 feet (16 feet total width) to swing on 4 inch metal posts. All posts shall be concreted a minimum of 2 feet into the ground. 17.0 INSPECTION 17.1 During construction, the Contractor shall furnish qualified inspectors to assure quality construction at no -additional expense to the Owner. In- spection shall be according to AWWA-D-100, Section II. At the conclusion of the work, the Contractor shall submit a written report as outlined in Section 11.2.1 of the AWWA specifications. Type of inspection shall be agreed upon prior to construction. 18.0 GUARANTEE 18.1 The tank contractor shall guarantee the structure against any defect in materials or workmanship for a period of one (1) year from the date of acceptance. In case any such defect shall appear and is reported in writing to the contractor during the guarantee period, the contractor shall make necessary repairs without charge to the Purchaser. 18.2 The contractor shall also furnish the Owner a certification that the tank was designdd and constructed according to AWWA Specifications D-100-79 and according to the specifications contained herein. WAGE RATES Classification Hourly Rate • Laborer, Common 3.50 . Laborer, Utility Man 4.05 Mechanic 5.36 Pipelayer 4.50 Pipelayer Helper 3.50 Bulldoze=, 350 HP & Less .4.50 Bulldozer, -Over 150 HP 5.65 Crane, Clamshell, Backhoe, Derrick, 5.50 Dragline, Shovel (Less than 11/2 CY) Crane, Clamshell, Backhoe, Derrick, 6.00 Dragline, Shovel (11/2 CY b Over) ' Front End Loader (21/2. UY & Less) 4.50 ' Front End Loader (Over.21/2 CY) 4.88 Trenching -Machine, Light 4.20 TRUCK DRIVERS Single Axel; Light 4.05 Single Axel, Heavy 4.08 Lowboy -Float 4.75 . Welder 5.40 Welder Helper 3.50 No Text SOIL INVESTIGATION PROPOSED CITY WATER TANK 74TH. STREET AND FRANKFORD AVENUE LUBBOCK, TEXAS INTRODUCTIOIN This report contains the results of the soils investigation recently made at the site for the pro- posed City Water Tank, 74th. Street and Frankford Avenue, Lubbock, Texas. The investigation was con- ducted according to the instructions from Mr. Guy Wilson, P.E. , City of Lubbock, Lubbock, Texas. The investigation consisted of sub -surface exploration, laboratory testing and engineering analysis leading to recommendations for foundation' design for the pro- posed construction. TEs{ TESTDG INC. Tw EXPLORATION, SAMPLING AND FIELD TESTING -" Nine test holes were made, eight of them to a depth of 25 feet and one to a depth of 35 feet, as " . shown in the Boring Location Plan ( Figure No. 1) . The drilling was made using a Mobile B-40 H Drilling Machine with compressed air in order to secure reliable data on the natural moisture content of the soil and on ground water, if any. In all holes standard penetration tests were made at depths of 21, 5, 10, 15, 20, 25, 30, and 35 feet respectively, as applicable. The number of blo%�'s per foot of pen- etration of the split spoon sampler (in 6 inch incre- ments) as shown in the boring logs and in Figure No. 2. The change in soil strata as can be observed during drilling operations is carefully determined and shown in the boring togs. All soil samples were kept in moisture proof plastic bags to keep the in-situ moisture content, identified to hole number and depth _... of the hole, and transported to the laboratory for additional tests and evaluation. No water table was observed in .any of the holes. LABORATORY TESTING All samples were visually classified and their in-situ moisture contents were determined. Boil samples which indicated maximum plasticity •characteristics were selected for Atterberg limit tests. Also, the percent- ages by weight passing sieve #200 were determined for selected samples. The resets are presented in the boring logs. All samples are classified according to the Unified Soil Classification systerr.. APPROXIMATE BORING LOCATION PLAN PROPOSED CITY WATER TANK LUBBOCK, TEXAS . FIGURE NO. l DO 7. ul C2 C4 cat 250' a 30 O 1152 P 269 JST Li ICE FR A NKFORD'Y. 20 19.90' 1.1 142, 56' PROPERTY LAY OUT SUBMITTED BY CITY OF LUBBOCK PROPOSED CITY WATER TANK NUMBER OF BLOWS. PER FOOT (N) 10 20 30 40 50 5 w w 10 u - z w 15 -i 0 u- 0 20 a. w 25 30 ID Hole No. I x Hole No. 2 17- Hole No. 3 Hole No. 4 Hole No. 5 V Hole No. 6 ® Hole No. 7 ts Hole No. 8 4 Hole No. 9 FIGURE NO. 2 STANDARD PENETRATION TEST RESULTS. (NOTE.- ARROWS IF MARKED INDICATE THAT N IS GREATER THAN 50.) 1h,.KA,ft ltbilrqU DESCRIPTION OF THE SOIL The top soil is a reddish brown low plastic sandy silt with traces of clay. Below the top soil, there are layers of sandy clay, some' with caliche pockets and some without. The plasticity index of these sandy clay layers vary between -,.6 to 13. These plasticity index values are considered to be very low; and indicate that the swelling of the soil due to changes in its moisture content will be very small. At deeper levels, the soil contains caliche rock and in some instances, the soil becomes even nonplastic. The standard penetration tests show that the relative density of the soil varies between medium to high, except in some pockets such as indicated in test holes #2 and #6 at a depth of 15 feet. From the top layers to 12 feet below, the standard penetration N -values were increasing from an average of 22 to 45; while further below, the N -values drop and give values in a scattered pattern. BEARING CAPACITY OF THE SOIL .Since the top 12 feet of soil has relatively high density, large tank structures with uniform loads can be placed on the surface. The bearing values of the soil for continuous type of footings at a depth of .21 feet .is 3000 psf with a factor of safety of two against ultimate bearing. These values are for the existing soil moisture content, and the bearing values of the soil will be reduced considerably, if the soil gets flooded in a local region. If drilled piers (caissons) are used, they should be taken to a depth o--"10 feet below the existing ground level. The allowable bearing value of the soil at 10 feet depth is 6000 psf . The selection of the foundation depends on the type of 'water tank proposed. It is necessary that the foundation design shall be done by a geo- technical engineer, who has to consider the soil strength, settlement etc. The recommended bearing values .given in this report are for a maximum of one inch settlement for footing or pier type of foundation when subjected to the above recommended bearing pressure. If the water tank is placed on the ground at least 16" of the top soil shall be removed and replaced in 8" layers, each layer compacted to a density such that its dry density is not less than 95% of the maximum dry density obtained by the com- paction test designated as AS7M D-1557 (Modified). It is of utmost importance that each layer shall be placed and compacted only after the preceding layer has been compacted and tested for the required density. If the level of the ground has to be elevated by a soil fill, the fill has to be placed in 81' layers and each layer be compacted as specified above. The plasticity index of the transported soil fill shall not exceed 12. TE — = S; T -1N G � C. The above recommendations are based on the soil samples collected from the nine test holes as directed. If, in any case, during excavation, any weak spot or possible fill is located, please call us. C. V. 04 VAL BH Sincerely, C.V.G. Vallabhan, Ph.D. , P.E. Geotechnical Consulting Engineer In April the American Society for Testing and Materials published extensive revisions to their soil classification system. One result: the term lean clay (CL) will be more commonly used to describe soils which are predominantly clay. The updated system is reproduced on the attached sheet. For more information on the recent changes we suggest you contact the chairman of ASTM Subcommittee D18.07, Charles W. Britzius, PE, chairman of the board of Soil Exploration Company and Twin City Testing and Engineering Laboratory, Inc. •••- CLASSIFICATION OF SOILS FOR ENGINEERING PURPOSES I SCREEN -IN I SIEVE 110. 1 ASTM Designation: D 2487 - 83 on Int-grolne racoon. coarse-gr0tri / SOIL ENGINEERING - (Based on Unified Soil Classification System) Equotion of A-line ' Soil Classification H 50 Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Group Group Names o: then PI -0.73 (LL -20) •�/ Symbol Coarse Grained Soils Gravels Clean Gravels More than 50% retained on More than 50% coarse Less than 5% finest Cu. -4 and /SCcs3E GW Well graded gravelF X r ... No. 200 sieve fraction retained on Cu -4 and/or 1>Cc>3E GP Poorly graded gravel` W = No. 4 sieve Vertical of LL%16 to PI=7 �= = Gravels with Fines Fines classify as ML or MH GM Silty gravelF•a•" I 2 More than 12% fines° is Fines classify as CL or CH GC Clayey gravelFa-" ` SandsClean Sands Cua6 and 1SCcs3E SW Well -graded sand' 50% or more of coarse Less than 5% fines° I W 10 fractionasses No. p Cu -c6 and/or 1>Cc>3E SP Poorly graded sand` ' 4 sieve V r.-.. Sands with Fines Fines classify as ML or MH SM Silty sande."-1 / dr MH More than 12% fines° ' so IL < 20 Fines classify as CL or CH SC Clayey sands-'-' Fine -Grained Soils Silts and Clays inorganic 50% or more passes the Liquid limit less than 50 PI>7 and plots on or above CL Lean clay/ L.M "A" line' 6 No. 2D0 sieve o ' Ioo PI<4 or plots below "A" ML Silt t -M line'` organic Liquid limit - oven dried OL Organic clayt.l.M." PARTICLE SIZE IN MILLIMETERS <0 75 Liquid limit • not dried Organic siltlt.L.M.0 { 4 Silts and Clays inorganic 1 PI plots on or above "A" line CH Fat clay,, -Lu 0 1s D e' (:.se Liquid limit 50 or more 0 PI plots below "A" line MH Elastic si1tKE•M r organic Liquid limit - oven dried OH Organic cfa L.M.P <0.75 g � Liquid limit - not dried Organic sitt'"..M.o ' Highly organic soils Primarily organic matter, dark in color, and organic odor PT Peat ABased on The material passing the 3 -in, (75 -mm) sieve.E (D30)2 elf 'll AtterberQ limits plot in hatched area, soil is a CL ML. field sample contained cobbles or boulders, or both, add Cu .Dao Iv10 Ce . 0ro v o Silty clay. "with cobbles or boulders, or both' to group name. Gravels with 5 to 12% fines require dual symbols: Flt soil contains—>15% "with "'if Soil contains 15 to 29% plus No. 200, add "with sand" or "with sand. add sand" GW -GM well -graded gravel with silt name. to group gravel," whichever is predominant.' LIf &oil contains 3096 Z plus no. 200, predominantly sand. GW -GC well -graded gravel with Nay alf fines classify as CL -ML, use dual symbol GC GM, or add "sandy" to to group name. GP -GM poorly graded gravel with silt SC -SM. Ulf soil containsL,30% plus No. 200, predominantly GP -GC poorly graded gravel with clay "It fines are organic, add "%rth organic fines" to group gravel, add "gravelly' to group name. DSands "PI&4 with 5 to 12% fines require dual symbols. name. and plots on or above "A" line. SW -SM well -graded tiand with sih 'If sal contains>15% gravel, add "with gravel" to group 0PI`4 or plots below "A" fine. SW -SC well -graded sand with clay name. PPI plots on or above "A" fine. SP -SM poorly graded sand with silt OPI plots below "A" ins. SP -SC poorly graded sand with clay SIEVE ANALYSIS 60 •••- I SCREEN -IN I SIEVE 110. 1 on Int-grolne racoon. coarse-gr0tri / 100 S ?IV. I M. % 4 10 20 40 60 Iso 200 0 Equotion of A-line H 50 `aj Horizontal of PI -4 to LL -25.5 w o: then PI -0.73 (LL -20) •�/ w = tc o X r ... W = W C 40 Vertical of LL%16 to PI=7 f0 Dw-tSrnm a 40 N 2 // G then PI * 0.9 (LL -8) is r ` V b0 1 W 10 60 = t..: V Ow-L.2TT W U) / dr MH Lu d zo ' so IL < 20 -0„-O.OrS 6 . • ..... o .11 L...I 1, .. I I Ioo 10 ao Io' s I.o o.s o. o' 7 ,+ PARTICLE SIZE IN MILLIMETERS . 4 0 1s D e' (:.se 0 For class ification of •fine- rained soils on Int-grolne racoon. coarse-gr0tri / Equotion of A-line `aj Horizontal of PI -4 to LL -25.5 w then PI -0.73 (LL -20) •�/ +Pv Equation of V- line Vertical of LL%16 to PI=7 // G then PI * 0.9 (LL -8) / 1 / dr MH OH ' - c I r', IM OLI I T_.__ Cv---t00 Cr --�-- p --;3-s.& 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) TERRA TESTING INC. oc C% CL LL LL 0 ZZ, N Ln Iry ci z co Ln C> C%3 z w z WW Z 0: Z ooz— % Ln Ln 00 CL W cn a Nr4 w C, IN31N00 C) en 3unisioN ivunlVN osn U) U) U u UO LO z 0 U. 00 0 (n EO W 0 0 0 ge, L) 133:1 NI LO Hld3G Ln CD Ln CD I I I I I T T I V vi Y a W I I � t U- 0-,. M N i 3 a N ci0 Z Jj iD p N O O C3 O Z O wN 4 Z W a v 22 = O U M ooz— % p �n C) w a i W cn W- J - W2 d � J Q J N I 1N31NOJ 00 Ln 3bn1SI0W 00 co n�anlvN osfi U LO cn a a U ,U a U a ate: U � U u, O S' ,O '� cd cd U U id U • Li 0 N d Jcn ro >, F u 'C c U U ti �O0 5� d c c co U 3 3 U U x o o 3 W O Utv QO �. t� 7— N m U .0 N .0 L ' � .� •p "� CD .0 O C 'O y (� cd a C4 p CA cz U1 E-+ U 1334 NI Hld3a ": Ln o U-1 o ►n M 0 Z W J O F— I CD O J 0 Z cr bid N Y Q W CL S 0 .^c - %0 Id. LLG- LnN ► 3 z 1p CY � t11 Lf) N 00 Z -j 00 if) � Z O zyU-co 0m IL Z0 � C. N M OOZ— % � C cr. a o W Cn CD F - w m CL �° N J J N N Q J 1N31N00 Ln minisI0W Ln co ,o ,o 1vaf11dN ' osn • u O Z O to r 3 3 U U > b VOO y N o 3 U U cd U U v] cA to to to Ln U U U U y O Gr G ai � � Or . � :✓ 133d NI H H ld 3 a N Ul) [l- p Ln N n c WO sr a� V3 Y Q W i i CL U. OUS. 4 Ol N N y y 0 Z 000 a` Q` O` N w zN W W oa O S =O U .O D OOZ- % �r cn Ln (9 U 00 a o ol V W _ o N C c z Z 1N31N00 o 00 o M 3NrnlSIOV w co oc co iaanldN osn a a a a a a >. +' o ._ z U >. 3 3 >. a U y �- U. J '� t1� U U c!1 x � r) moo Cd cn ,, ,, ° X"D W 3 to v; p 'ti ca m N N U o a HU HU 133-4 NI Hid30 Ei N Ln O Ln N N 0 0 ct: C W - x. 0 L• N 3 00 z so Ln O k -j ® N oo O Ln W z zN aN W a V x M d' { ? OOZ - % i � a o W to w� a f- J Q J N 1N31N00 M� ^: O M M O 3HUSION CO `o ivanlvN OSn a x u y U G � i� U Z o r1 U C cC y U i Q' ti -� c� U U U 3 r- 10 c� U 3 u110 3 P 0 '0 U U) '0 3 � � ^0 >>. 4 P= m N .� y ,� �, i o U) M , x N U Q 3 a � EiU HU HF, HH 3 NI 13. 1� 3 3 D `n H Ln N Ln o Ln I I I o IN I �n N q' 00 9, J C Y) Ll E is .O •O 3r 7 + Y Q � � LU - - Ix t11 M 0 0 w c� 8� LL CL tD � Q Z O N 0 CF O -40 LnN G O Z N �w W 0 a z0 �o V M OOZ- % N N c� w cn m H W ro a. CL F- J -� Z • 1N31N00 38n1SIOVI °O l iinldN osn U x u c� u ro Z O uU rd ro U U F- U 3 3 a. J moo V (/) ro 'o ro w .0 Cd C C C • H H F r+ 1333 NI u, Hld3a N M M J C Y) Ll E is to N: W CL o Ln 00 LL ci cli On CD r1l Ln ("I Ln Ln Z 0 CY, nco 25 to 0 CL zo Do ooz- % ti Cm -a.J W= — IN31NOO C; U^ r 00 UnISION Ln r- lw W c. 00 r - tv L) u 2 I.- -C O > UJ Z LLJ -W W L) 0- U- -J >1 �U 0 L) IX 0 m 9L cin V) to N: W CL o Ln 00 LL ci cli On CD r1l Ln ("I Ln Ln Z 0 CY, nco 0 CL zo Do ooz- % Cm -a.J W= — IN31NOO C; U^ r 00 UnISION Ln r- c. 00 r - L) u Z Io 0- U- -J >1 �U 0 L) Nco w im 0 ;4 0 $4 L. u cc . 0 ca . E$w 0 0U 4) m E rn 0 U ctz LC E 1334 NI HLd3G NLn Ln N 0 z Lli O S LAJ F— O C.7 Z N/ iL O m x x v H 'a E a� > .c 0x z o H w - x _ o O p H 'o {tJ J p x v _ o M •� ua J O w = O O s U W H b N L N � o J � 0 0 s F' F z a W W J C U H 'O o L x O •Z U o O C) W s J `W W bj F- V W W O U .11 z Q o s cr s o � CL m co M IN O ° Co cz a� � a W Iry in o tzcL Sd MID o M ( )ci- O Z"40 N Q` Oo O L M Z O is m 0 00 N Ln N N N z� W co W 0a no U 00 OOZ— % Q; in EL N W N W2 a F- J 1N31N0O M Ln v, N c ti 38niSIOW co`` `' "' 00 ivNn1dN osn x u O Z o Ucn N W O O cA ca m tv N v;U 4�U NU y U o, Q � �4 H c� 3 ca a �3 � �3 t� •3 1333 N( Ln "' N L Hld3Q O N LM NO Ln N M IN 10, co E o 4 z ox aJ J x 0 0 0 .Ci F- ,o C1 w :s O < J O x v _ .0 .0 w 0 z "" 0 O +1 U w w to � w a b o, N 3 w 0 J � 0 w � 0 Z a � Lu J. G C7 �. H -0 0 x E z 0 o � O W = J W W W V � W W O .Q i i LL. o cr m = o :D CL W u) 0 4-. 4-4 Q a w Ln0 w CL LL 0 -.,Lo= O 4 Z N tf1 O y N N Z 0 O N p t[1 N N m O zN U. v a z� C N OOZ- % ``• c Ln � LnLn C9 a M W N •-- f - COcr Q. co LM W J Q J J M N 1N31N00 Ln 00 3unlsI0W 1d�lf1ldN osn ✓+ 'b .0 0 v p to y U U 9: 3 3 a LL V O O to U o yr Q U >, c 3 m LO E C v U ; 133.1 NI Hid 3 a H N Ln ti o ,n 00 C, w m K �. .O U E O m U O X Z U � � x _ � v O p O Q W o < a .1 p x _ O M .n W O J ".a = O z U W H W a � b a C N 3 0 uj v 0 x o z W J p V x � C �~ cts ¢ C m o m x 3 �' o E z U o U F" 0 > O W = J W W v g W W O Q., z o z 2: o r- m N d W s 8 O N N N N. N N Z 0m i� Ip 00 M po zc LLN W 0 . a z� �o v OOZ- % N �`• Ln Q. 0 WM N F- W CL # H J 1N31N00 M N Un d 3NUSIOW '1�t2�f11dN osri 0 �. >• Z U U ro O o U J to ', •c ^� �• �. 4: LL o to V2 rCJ a Ca N N Lo to LO 10 X CD r+ CD �. 0 o x H a 3 :3 3 1334 NI HLd30 H N C Ln N N Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT HYDROSTORAGE, INC., Confederate Drive, Franklin, Tennessee 37064, a Tennessee Corporation, has constituted and appointed, and does hereby constitute and appoint J • 11. Mar 1 a t t its true and lawful Attorney - In -Fact to execute proposals for the sale of materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in connection therewith. This appointment is made in accordance with Article IX of the By -Laws of the Corporation as amended by the Board of Directors of the Corporation: Article IX: "The Board may appoint such other officers and agents as it shall deem necessary, who shall hold their offices for such terms and shall exercise such powers and perform such duties as shall be determined from time to time by the Board." IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its President and its corporate seal to be hereunto affixed and duly attested by its Director this 1 st day of November, 1982. ATTEST --e HYDROSTORAGE, INC. ►►.►►► (Seal) ST 0R,4 •, •�•• O (� .,� Vice President • R5W E; �• •• OBy �. • `; �2 President lowCORPORATEC) t SEAL = 10 06 1976 00 66 0--.96080 •4W NES STATE OF TENNESSEE ) )SS: COUNTY OF WILLIAMSON ) On this 1st day of November, 1982 before me personally appeared S.S. Biber, President of HYDROSTORAGE, INC., who being duly sworn, said that he is President of HYDROSTORAGE, INC. the Corporation described in and which executed the foregoing instrument; that he knows the corporate seal; that it was so affixed by order of the Board of Directors of said Corporacion, and that he signed his name thereto as President of said Corporation by like authority. H. ��. `, •......• F ',. fib/ ��..•• ••. F` NOTAR ), < = •o♦ : STATE OF TENNESSEE ) COUNTY OF WILLIAMSON)SS' I, James R. Foster, Vice President of HYDROSTORAGE, INC., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by Hydrostorage, INC., which is still in full force and effect. IN WITNESS WHEREOF, I have signed this certificate this 11th day of April 19 8 5 .•' Si ORA '•. Z' CORPORATE 1% n . Vice President ._ • SEAL : • ' 1976 .' •` N ESS •���. ��,►eeeee•ee•••• Certified copy of POWER OF ATTORNEY KNOW ALL LL MEN BY THESE PRESENTS, THAT HYDROSTORAGE, INC., Confederate Drive, Franklin, Tennessee 37064, a Tennessee Corporation, has constituted and appointed, and does hereby constitute and appoint J • M. Marlatt its true and lawful Attorney - In -Fact to execute proposals for the sale of materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in connection therewith. This appointment is made in accordance with Article IX of the By -Laws of the Corporation as amended by the Board of Directors of the Corporation: Article IX: "The Board may appoint such other officers and agents as it shall deem necessary, who shall hold their offices for such terms and shall exercise such powers and perform such duties as shall be determined from time to time by the Board." IN WITNESS WHEREOF, HYDROSTORAGE, INC. has caused these presents to be signed by its President and its corporate seal tobe hereunto affixed and duly attested by its Director this 1st day of November. 1982. ATTEST �d�✓ .. SS OR �F •,, Vice President O cA. . .. n GORPORA,rF SEAL r ' 1976 HYDROSTORAGE, INC. S S.E;11�wBy S President STATE OF TENNESSEE ) )SS: COUNTY OF WILLIAMSON ) On this 1st day of November, 1982 before me personally appeared* S.S. Biber, President of HYDROSTORAGE, INC., who being duly sworn, said that he is President of HYDROSTORAGE, INC. the Corporation described in and which executed the foregoing instrument; that he knows the corporate seal; that it was so affixed by order of the Board of Directors of said Corporation, and that he signed his name thereto as President of said Corporation by like authority. .04 00 NOTARY '°UBL\G � •, ,� .,4fSON Cp �'•00q,n311�i��• STATE OF TENNESSEE ) COUNTY OF WILLIAMSON)SS. I, James R. Foster, Vice President of HYDROSTORAGE, INC., do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by Hydrostorage, INC., which is still in full force and effect. IN WITNESS WHEREOF, I have signed this certificate this 11th day of April, 1985 q ••, gT O R •, •�' Z :� CORPORA00 SEAL . 1976 lop * ••; •,,,� FN N E SS�.,,��.• e�Q� I Vice President MAP IloT FILE SEE RESOLUTION LUBBOCK POWER AND LIGHT MATERIAL PURCHASE SPECIFICATIONS FOR 230/115 KV TRANSMISSION STEEL POLES LUBBOCK, TEXAS Prepared -by: LUBBOCK POWER AND LIGHT Distribution, Box 2000 Lubbock, Texas 79457 Resolution #1998 April 11, 1985 Agenda Item #36 DGV:da 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 by and between the City of Lubbock and I.T.T. Meyer Industries for 37 steel 230/115 KV transmission poles, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 11th day of April , 1985. AL HENRY, MA ATTEST: Kanet%e uoyd, clty Secretary — APPROVED AS TO CONTENT: c Carroll Mc onal , Director of Electric Utilities APPROVED AS TO FORM: Don-ald U. Vandiver, Assts City Attorney Advertisement for 230/115 KV Transmission Steel Poles .Instruction to Bidders General Conditions Contract Agreement (Equipment) _ Statement of Terms and Intent 1.0 Scope 2.0 Codes and Standards 3.0 General Requirements 4.0 Special Conditions TABLE OF CONTENTS Advertisement for 230/115 KV Transmission Steel Poles Instruction to Bidders General Conditions Contract Agreement (Equipment) Statement of Terms and Intent 1.0 Scope 2.0 Codes and Standards 3.0 General Requirements 4.0 Special Conditions 5.0 Physical Requirements 6.0 Design Requirements and Considerations 7.0 Fabrication 8.0 Finishes 9.0 Information to be Supplied by the Manufacturer 10.0 Drawings 11.0 Other Information. to be Furnished by the Manufacturer 12.0 Shipping and Delivery Schedule 13.0 Inspection and Acceptance Upon Receipt 14.0 Rejection of -Material 15.0 Warranty 16.0 Inspection and Testing 17.0 Approval, Acceptance and Ownership 18.0 Proposal Submittal I r� BID# 8408 Sealed proposals addressed to Gene Eads, Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 4:0() O'clock p.m. on the 28th of February, 1985 all and materials and perform all work for the constructionoofuthesfollowingor described project: 230/115 KV STEEL TRANSMISSION POLES After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. TY:en Eads, C P. M Purchasing Manager E NOTICE TO BIDDERS BID #8408 Sealed proposals addressed to Gene Eads, Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, -until 4:00 o' clock p. m. on the 28th day of February, 1985, to furnish -all labor and materials and perform all work for the construction of the following described project: 230/115 KV STEEL TRANSMISSION POLES After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 1,th day of March,': 1985, at Municipal Bldg., 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 and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price i'n the event that said contract price exceeds $25;000.00. If the contract price does not exceed $25,000.06 the said statutory bonds will not be required. Bidders are required, whether or not 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 proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5p 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. PA17.ME \'T B0j,!D (Applicable on all contracts in.excess of $25,000) (To be used in Texas under V.A.T.S. 5160) THE STATE OF- COUNTY OF KNOW ALL MEN BY THESE PRESENT: That we (1) (2) of hereinafter called Principal and (3) = of State of - hereinafter called the Surety, are held and firmly bound unto (4) of hereinafter called _ Owners and unto all persons, firms., and corporations who may furnish materials for, or perform labor upon the';building.or improvements'hereinafter'referred to in the penal sum of {$ ) dollars in. lawful.mgney..of the'United States, to be paid in (5) of which sum well and truly to be made, we bind ourselves, o.uroheirs,pexecut tors, administrators and successors, Jointly and severally, firmly by these. presents. THE-CONDITION OF THIS OBLIGATION'is such that ,[,'hereas, the Principal. entered into a certain contract with 6 ( ) The City of Lubbock -T'ne Eimer, dated the day of • A.D.. 19 a copy of which is hereto attached and-,.made-'a part hereof .fot the construction of: certain 230/115 KV steel poles as described within the"^attached material _ specification. TOW, THEREFORE, the 'condition.. of this obligation is such that, if the Principal shall promptly make.payment to all claimants as defined in Article 5160 Revised Civil Statutes of Texas, 1925, as amended.by House Bill 344, Acts 56th Legislature, Regular Session,: 1959, effective-April 27, 1959, and as, further amended by Acts 1969, 61st'Legislature,p:,•1390, ch. 422, Sect. 1 effective June 2, 1969,. supplying labor and materials , in the the work provided for in said contract, .then this obligation shall cbelnullfand void, otherwise'it shall remain-in .full _force and effect. This_''bond is made and entered into solely foi'the protection of all claimants supplying labor and materials in the prosecution of, the work. for in said contract, and-all such claimants shall have a direct right .ofovided action under.the -bond as provided in Article 5160', Revised Civil Statutes 1925, as amended by House Bill 344, Acts 56th Legislature,-' Regular Session,._ 1959; and-as further amended-by-Acts 1969-, 61st Legislature, p. 1390, ch. 422, Sect. 1, effective June.2-; 1969. PROVIDED FURTHER, that if any 3e a3 action'be'filed upon this bond, venue shall lie County, State of Texas, and that the said surety, for value received hereby stipulates and agrees that no change, a>:ten- sion of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifi.eatibns accompanying the same 'shall in any wise affect its obligation on this bond, and it does hereby waive "notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or, to the specifications. PROVIDED FURTHER, that no final settlement between-the Owner-and the- Contractor shall abridge the right of any beneficiary. hereunder, whose claim may be unsatisfied. IN W17NESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this the A.D.,19 __ day of ATTEST: Principal (Principal)-Secretary ------------ (SEAL) . -V'itness as to Principal (Address) Address) ATTEST _ ;Surety (Surety) Secretary BY (SEAL) . ----------------- (Address) - t:itness as to Surety NOTE: If Contractor is Partnership, all partner should execute bond. (Address) These footnotes refer to the numbers in body' of 'contract above: Date of Bond must not be prior.- to date _.of contract M. Correct' name of Contractor (2) A 'Corporation, a Partnership or an (4) Correct Dame of awner Individual, as case maybe (S) County_and State Correct Tame of Surety (6) Owner PERFOR ANCE BOND (Applicable on all contracts in excess of $25,000) (To be used in Texas under V.A.T.S. 5160) THE STATE OF COUNTY OF 134OW ALL MEN BY THESE PRESENT: that we (1) a (2) of - hereinafter called Principal and (3) of State of , hereinafter called the Surety, are held and firmly bound into (4) of ' ' hereinafter called Owner, in the penal•sum of ($ ).Dollars in _ lawful money of the United States, to be paid in -(5). for the payment of which sum well and truly to be made, we bind ourselves,..our heirs, -executors, administrators and successors. jointly and severally, firmly by these presents. •=.-THE-CONDITION"OF-THIS- OBLIGATIOr= such that Whereas; the :Principal .entered `into .2 certain contract:. with 6 _ O — The City of Lubbock - the Owner, dated the- day of A.D. 19 copy of which is hereto attached- and- made' a .part -hereof for -.the construction of certain 23DM5 KV Steel nc�lec ne [iPSrrTF,cd within the attnrhPrL..--I specification. (herein .called the ."work). These footnotes refer to the numbers in body of'contract-above: Date of bond must not be prior to date of 'Contract (1) Correct name of Contractor. (2) A Corporation, a Partnership or an!Individual,.as case may be. (3) Correct name, of Surety (4) . Correct name of Owner (5) County and State. (6) Owner - (Texas Performance Bond) - 2 TO10 THEREFORE, if the Principal shall well, truly and faithfully perfor= the work in accordance with the plans, specifications and contract documents during the original term thereof, and ani* extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully idemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie County, State of Texas, and that change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the'same shall in any wise affect its obligation on this bond, and it does .hereby waive -notice -of any such change, extension of. time, alteration or = addition to the terms of the contract or to thework onto the specifications. Ir WITNESS WHEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this the day of - A.D. 19 - , Principal ATTEST: BY (Principal). Secretary (SEAL) - . (Address) t'itness-- as to Principal (Address) ATTEST: Surety. (Surety): Secretary BY Attorney-in-fact (SEAT.) ' . - Witness as to Surety (Address) (Address) -" NOTE: If Contractor is Partnership, all partners should execute bond. ADVERTISEMENT (^, FOR 230/115 KV TRANSMISSION STEEL POLES ; Sealed bids will be received in the office of Gene Eads, City Purchasing Director, Lubbock, Texas, prior to 4:00 P.M. on February 28 =, 1985, and publicly opened immediately thereafter on the same date for: 230/115 KV Transmission Steel Poles complete in accordance with specifications and the Instructions to Bidders attached hereto. It is the sole responsibility of the Bidder -to -insure that his bid is actually in the office of -Gene Eads prior to -the above described closing time. 1. The advertisement for bids is by the City of Lubbock, Texas, for its municipally owned electric utility, Lubbock Power and Light. Any -reference to Lubbock Power and Light shall be construed to .mean the City of Lubbock, Texas. INSTRUCTIONS TO BIDDERS A. All bids must be quoted on the document entitled "Formal Proposal Sheet". Such -document must be signed by the Bidder. B. These specifications must accompany and be attached to all bids.. Such specifications will form a part of the contract entered into between the City of Lubbock and the successful Bidder. C. Each bid shall be enclosed in a sealed envelope, addressed to Gene Eads, City Purchasing Director, Lubbock, Texas, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for: -230/115 KV -Transmission Steel Poles D. Proposals may: be withdrawn and resubmitted at any time prior to the time set for -the opening .of the bids, but no.proposal maybe withdrawn or altered thereafter. E. The City of Lubbock reserves the right to:reject any -and all bids, or parts of bids, and:to waive irregular.ities_and _informal ities in any -bid ' submitted. The City of Lubbock also -reserves the -right to use its dis- cretion in deciding' the effects of.any technical bid exceptions in de- ciding the suitability and acceptability *of any bid. F. Each- bidder-sha11. thoroughly - -and - f a 1.1y..inform..himself of-all'factors-which- would affect the-pr-osecution and%completion.of the -work and cost thereof. ' It shall be understood and agreed that all such -factors have been inves- tigated and considered in the preparation of every proposal submitted. There shall"be no subsequent financ.ial adjustment to any contract awarded which is based on -the. lack of such prior information or its effect on the a cost of, the work. G. All sheets of the Instructions to -Bidders, Proposal Forms, Contract Agree- ment, General Conditions, and Specifications shall be bound and contained together when submitted and filed with the City of`Lubbock, Texas. .Such sheets shall.be-part of'the contract awarded. H. Exceptions to the specifications shall be kept to a minimum; however, if exceptions are taken by the Bidder to the specifications, they shall be clearly and completely noted on a separate attachment. Exceptions taken elsewhere shall. not be considered as a part of -the bid or subsequent con- tracts. If any.conflict arises between the specifications and the Bidder's T proposal (other than.exception,s duly. -noted), the specifications shall govern. -2- GENERAL,. CONDITIONS - A. The contract awarded to the successful Bidder shall be construed by and governed by the laws of the State of Texas. B. 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 construed as acceptance of defective materials, parts, systems, or work. Neither the final payment norcer- tificate nor any provision in the Contract shall relieve the Bidder of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to�other materials or wor resulting therefrom, which shall appear within a period of one year from the date the system is placed in commercial operation. C. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and any failure by Seller to meet the time specifications of this agreement will cause Seller to be in de- fault of this agreement. The evaluation of this bid will consider delivery times of anchor bolts and templates and of steel poles. Factors may vary but a maximum of 2% per month may be -used in the evaluation of delivery differences. - D. Title and Risk of Loss. The title and 'risk of loss of -the -goods shall not pass to the Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. D. Seller shall not limit or exclude any implied warranties and any attempt to do so shall .render this contract voidable at the option of Buyer. Seller warrants that the goods furnished will -conform to the specifications, ' t�r•., drawings and descriptions listed in the bid invitation, and -to the samples furnished by Seller, if any. F. Buyer shat l ' have the r i ght , to- cancel for default -a l l or any part of the undelivered portion of this contract if Seller breaches any of the terms hereof including -warranties of Seller or if -the Seller -becomes insolvent or commits acts of bankruptcy.' Such right of cancellation is. in addition to and not in lieu of any other remedies which Buyer may have in law -or in equity, G. Neither -party shall be held responsible. for losses resulting if the ful- fillment -of any terms or provisions of'this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. H. No right or interest in this-contractshall be assigned or delegation'of any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or -delegation' by Se ller shall be wholly void and totally -ineffective-or att purposes -unless -made i.n conformi-ty with this paragraph.' f I. This wri-ting Is intended. by the parties as..a final expression of their agree - ment=and-it is .intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between -the parties and no s usage of trade shall be-relevant-to-supplement,or-explain--any-term--used-in this - agreement. -3- CONTRACT AGREEMENT (EQUIPN.ENT) THIS AGREEMENT; made and entered into this 19 by and between The City ofday of Lubbock, Texas gac through its Mayor and City Council thereunto duly authorized so to do, Party of the First Part, and hereinafter called the Purchaser, and -- n;�,M�;�� of JJ Meyer Industries a otation , Party of the Sec hereinafter called the Contractor.ond Part, and WITNESSETH: THAT WHEREAS, the Purchaser has caused to be prepared, in accordance with law, specifications, plans, and other contract documents for the work herein described, and has approved and.adopted said documents, and has caused to be published, in the manner and for the time required by law, an advertisement for and in connection with the purchase of 230/115 KV Transmission Steel Poles in ; accordance with the terms of this Contract; and -' -- - WHEREAS, the said Contractor, in response to such advertisement, has submitted to the Purchaser, in the manner and -at the time specified, a sealed proposal in accordance with the terms of said advertisement; and WHEREAS, the Purchaser, in the manner prescribed by law, has publicly opened, examined, and canvassed the proposals submitted in response to the published invitation therefor, and as a result of such canvass has determined r and declared the aforesaid Contractor to be the best bidder for the said work and has duly awarded to the said Contractor a contract therefor, for the sum or sums named in the Contractor'sro - p posal, a copy thereof being attached to and made a part of this Contract. . NOW THEREFORE, in consideration of the compensation to be paid to the Contractor and of the mutual agreements herein contained, the Parties to these presents have agreed and hereby agree, the Purchaser for itself and its suc- cessors, and the Contractor for itself, himself, or themselves, or its, his, or their successors and assigns, -or its, his, or their executors and its, as follows: ARTICLE I. That the Contractor shall rnish all supplies and equipment specified and required to)beuinco poratedtinland�form a permanent part of the completed work; (b) provide and perform all necessary work; and, in a good, substantial, and workmanlike manner and in accordance, with the provisions of. the General Conditions, and the Instructions to Bidders, (which are attached hereto and made a_ part hereof). and in conformity with the andxecute Specifications attached hereto;': (c) eand complete all -work included in , covered by the Purchaser's official award of thi-s Contract to the said Contractor, such award being based on the acceptance by the Purchaser of the Contractor's proposal, or part thereof, as follows:," 230/11S -KV Transmission Steel Poles ARTICLE II. That the Purchaser shall pay_to the Contractor for the_ performance of ,the work embraced in this -Contract, and:the Contractor will -4- I L accept as full compensation therefor, the sum (subject to adjustment as pro- vided by the Contract) of seven hundred seventy-two thousand seven hundred nine and no/100 dollars all work covered by and included in the Cont acta0wa d0 and desi na for foregoing Article I. 9 ted in the ARTICLE III. The Contractor shall proceed with the work to be performed under the provisions of this Contract on, or within ten (10) days following, the date of public acceptance of the Contractor's proposal by the Purc}►aser. Contractor shall not delay the start of thew ork to be performed under the Provisions of this Contract except by written order from the Purchaser. Contractor shall complete said work by October 31, .1985 IN WITNESS WHEREOF, the Parties hereto have executed this Contract as of . day and year first written. CITY OF LUBBOCK BY: ATTEST: ALAN HENRY, MAYOR Ranette Boyd -;City Secretary -Treasurer . APPROVED AS TO CONTENT: ' APPROVED AS TO FORM:. A55.t. G,f� A�oru� PARTY OF.THE SECOND PART (CONTRACTOR) BY: t' t Signature of Officer ATTEST: � - Secretary Title NOTE: This Contract must be signedlby.the President or Vice President of the Contractor's firm and attested -by-the Secretary of the firm. If the Contract is to be signed by any person other than the President -or Vice President, then a Board Resolution authorizing said person to sign.and bind the firm must be included with each copy of the* Contract. STATEMENT OF TERMS AND INTENT To enable the reader of these specifications to gain the best understanding of the intent of the contents herein, the following definitions will apply: I. OWNER OR PURCHASER: Lubbock Power & Light P. O. Box 2000 Lubbock, Texas 79408 2. -ENGINEER: Lubbock Power & Light P. O. Box 2000 Lubbock, Texas 79408 3. WILL, MUST, OR SHALL: are always used herein in the imperative sense. 4. SUPPLIER OR MANUFACTURER: one who bids and'is subsequently awarded a contract to deliver specified material and/or services. Design Specifications for Fabrication and Delivery of Steel Pole Structures for 230/115 KV Transmission Line 1.0 Scope This Specification covers the design, material, welding, inspection, protective coatings, drawings and delivery of steel transmission single pole structures. The proposal shall include .field bolts, locknuts, .vangs, attachment provisions for arms and/or'insulators, anchor bolts, base plates, and other necessary items to make a complete structure. This specification was prepared for the purchase of seventeen (17) tangent poles, six (6) angle poles, and fourteen -(14) deadend poles. 2.0 Codes and Standards Any specification or document referred to in this Specification is -to be considered as part of, this Specification..'In the event of conflict between this Specification and referenced documents, or between several referenced documents, the requirements of this Specification shall take precedence or the more stringent requirement shall -be followed. If clarification is necessary, contact the Owner. The following codes and standards are referenced:. -. a. American Institute of Steel Construction (AISC), Specification for the Design, Fabrication and Erection of Structural Steel for Buildings, latest edition. b:- National•.Electrical Manufacturer's Association (NEMA), Tapered Tubular Steel Structures, Standards Publication TT -1, latest edition. c. American -Society for Testing and Materials.(ASTM), Various Standards, latest revisions. . d. American Concrete Inst.itute (ACI), Building.Code Requirements for Reinforced Concrete, ACI 318 -latest edition. e. American Welding Society (AWS), Structural Welding Code, AWS DI.I, latest edition. f.. American National Standards Institute (ANSI). i t g. American Society of Mechanical Engineers (ASME). h. American Society -of -Civil Engineers (ASCE). Vii. National.Electrical Safety -Code (NESC)... j. Steel Structures Painting.Council (SSPC)..:_ -7- 3.0 General Requirements The design, fabrication, workmanship, finish, packaging and shipping methods shall conform to the latest and most acceptable practices within the tubular steel pole industry. These specifications describe the principal components for the fabrication of the tubular steel poles, as shown on the accompanying drawings. The required loadings for each type steel pole are shown thereon, and the over- load factors as shown shall apply. Each structure has been assigned a size, type, height, and number. This line will be composed of single and double circuit structures. 4.0 Special Conditions 4.1 The steel supplied for the fabrication of these structures shall be of sufficient strength to carry the required loadings and the overload factors. The loadings are shown on the various structure drawings and were determined from the following considerations: a. Loading Zone Modified heavy loading conditions as prescribed by the -Seventh Edition of the National Electric Safety Code have been used as the basis for the conductor design calculations. - b. Wind and Ice Loading (.t Steel Structure strength calculations are to be based on an initial tension for a wind load of 6 lb/sq. ft. on the conductor and overhead ground wire, loaded with Y' of_radial_ice.at-150 and other loading conditions as herein expressed.. c. Overhead Transmission Ground Wire (Design Tension) (1) 3/8" high strength steel 3945#_ d. Transmission Conductor (Design Tension) (1) 795 MCM ACSR, 26/7.(Drake)� 10,500# e. Everyday Transmission Loading (600 F., 10 mph wind speed or .25 pound pressure) (1) 795 MCM ACSR, 26/7 (Drake) 6052# (2) 3/8" HSS 2116# f. Distribution Neutral Conductor (Design Tension):._ (1) . 4/0 ACSR .(Penguin') . : 2105# g. Distribution Conductor (Design Tension) M' 477 .MCM ACSR (Pelican) 2960# h. Everyday Loading `(600 F. ,= 10:mph .wind speed or .2.5, pound. pressure) (1) 477 MCM ACSR.-(Pelican) - » : •.1716#• `. (2) 4/0 ACSR (Penguin) 1220# i. Wind pressures shown in the loading criteria shall be multiplied by the appropriate shape factor applied to the poles. Pressures in lb./ft.2 shall be computed as follows: p=Wx Cd Where p = pressure on projected area of the pole normal to wind, W = wind pressure, and Cd = shape (or drag) factor. Shape factors for computing wind on poles shall be as follows: (Doe 1.0 1.71.3 1.0 4.2 All structures which are not'to be direct embedded are to have a� base plate welded to the main 'shaft and are to include a bolted on template which is permanently identified. 4.3 The pole height shown on the drawings is measured from the bottom of the base plate to the pole top. 4.4 Design of anchor bolts shall be•in.accordance with the ACI -318 {•� Latest Edition, Building Code Requirements for Reinforced Concrete, assuming a concrete strength as specified by the owner. When anchor bolts are specified, they shall have the top 24 inches galvanized. Anchor bolts shallobe threaded at the top 12 inches to provide a distance, sufficient to provide for leveling or raking of the structure. Each anchor bolt shall* inc* two heavy hex nuts. Welding on anchor bolts will only be allowed -in the bottom 12 inches. Only one length of anchor bolt shall be used on each pole. Anchor bolts/clusters shall be plainly.marked to indicate the structure type, number, etc. 4.5 Minimum plate thickness for all pole components above the ground - line shall be 3/16". ;t 4.6 Each pole shall be permanently marked on the pole shaft at approximately eye level and on the bottom of. baseplate or bearing plate•with the following identifying information: structure type, height, number; and ultimate groundline moment. The method of identification shall be approved by the Owner. 4.7 A two hole, NEMA drilled,'copper clad grounding pad shall be welded to the structure at or. near the base :plate, or, -In - cases of direct embedded -poles, at or-slightly.above the...groundline._ Grounding *pad face shall not be painted'. -9- 4.8 Provisions for climbing, such as climbing ladder clips for attaching a climbing device, will be included on all poles as shown on the attached drawings. Working ladder clips shall also be provided as ` shown on the detailed drawings for each structure. Clips for re- movable ladders shall begin not closer than 50 ft. above the base plate or 50 ft. above ground for a direct embedded pole and extend to the top of the pole. Permanent clips shall be designed to support a 350 -pound man and equipment and be welded to the pole surface. LPL has ladders available and will not require additional ladders. 4.9 Structures which are to be direct embedded shall have bearing plates and ground sleeves. Bearing plates and all steel below the groundline shall be a minimum of 4" thick. Bearing plates shall have a diameter not more than 2" greater than the maximum pole diameter.' Poles shall be hermetically sealed. Ground sleeves shall have a minimum length of two feet and minimum thickness of 4" centered at the groundline. 4.10 Poles with elliptical cross sections shall have a minor axis_ equal to at least 75 percent of the major axis. 4.11 Crossarms shall be designed such that the end of the crossarm is at the specified height under a loading of 600 F., no wind, and no overload factors. Crossarms shall be upswept or straight tapered steel tubular members, iof any cross-sectional type, which meet the dimensions shown on the attached drawings.' Arms shall be field bolted to connection plates factory welded on the pole shaft. Arm end plate connection details for hardware attachment shall be typical of those shown on the attached drawings. The arms shal•1 be hermetically sealed. 4.12 Each pole shall have -at least two lifting lugs appropriately placed on each side of the pole around and above the center of gravity. 4.13 In the design of connections for vangs, brackets, or stiffeners attached to the pole shaft, care shall be taken to distribute the loads sufficiently to protect -the wall of the pole from local buckling. 4'.14 Crossarms'and their connections to the poles shall be capable of withstanding wind induced vibrations with the structure completely or partially -erected, but.without:insulators, conductors, or shield wires installed (no load condition). 4.15 On direct embedded structures, the maximum -diameter shall not exceed two and one-half feet _(2J ft.). On structures requiring foundations the.maximum diameter of the case shall not exceed six feet (6 ft.), Unless otherwise specified on the.structure drawings. -10- C"` 5.0 Physical Requirements 5.1 Material a. All material used in the structures shall have a minimum yield strength equal to or greater than the value used in the design calculations. All materials shall comply with the applicable requirements of ASTM specifications. Any modifications to ASTM specifications must be approved by the engineer prior to bidding. - b. AU primary structural plate material will -be supplied to ASTM - A67789 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use: unless herein modified. _ c. Rolled shapes and plate shall comply with ASTM -A572, modified to provide a minimum yield strength of 60 ksi. Special steel to specification other than the above, if proposed - by the manufacturer, shall be quoted with -specific reference to the appropriate sped fication `Substitutions are*not to be made under any .c -i rcumstanceswithout approval from the -Engineer. All steel is to be of domestic manufacture. d. All manufac'turers.of multi -sided poles must use 60 ksi steelor higher, for all base plate, arm .plate, pole shaft plate, arm and .pole vangs assembly. Steel wi—h higher strength may be supplied" with the engineer's approval. = e. The' -.same'. .strength .steel, (ksiT-ati ng) 'shalI be used throughout --6n z entire pole shaft section. this is 'not meant to include base; - plates.) . - Al 1�`steel used meet a lr shat l 'ar " r" o N. PY u: notch value of 15 f t-gio�iiids at -20 F.• This.testing .shall=be carried -out' in -accordance wi ,h ASTM -6A370.• The location of t�}e test sample will be as pres.crilid . ~ :- iri _A';TM A673-77. For subsized .spec'imens, :the dimensions and v lues be used shall be•.in accordance with ASTM A673=77.• Test resu-1is are to be submitted to the Engineer.as soon after fabrication as . i results are available and. .th;e-manufacturer- wi 11 . indicate what" true- tures were constructed from e.'ixher•-th -'.heat lot'•. -or mill plate -;3o _g. .The' thickness of any member .sial l_ be hot less than 3/16",.(or.,.1875) 1. Material used in anchor bol.t"tizsha11 conform to ASTM A615-78 modified Standard.Specification for Deformed`Billet Steel'Bars for Concrete = =- Reinforcement:', with a minimuiix yield "strength of 75 ksi. Reinfarcing . bars shall -bei normal ized . ho4ing' at-- temperature long enough to -ensure uniform 'heat. distribution throughout_ i ts._mass, and. then cooling _ i n still air in:a.uniform manner- Material shall -have a-corrosiori -resistance:a-t'least four times that of carbon •steel... The thread area l pus -•12inches of the bolts. shall 'be.hot. di _ pped galvanized according. to -ASTM A123-78, or metallized according.to AWS C2.267T. - . i. Formed pol gon tubular members for which the compressive stress P/A + Mc/1 on the extreme fiber equals the yield stress Fy should be proportioned so that: f w/t = 240/ where w is the flat width on a side and t is its thickness. In determining w, the actual, inside bend radius should be used unless it exceeds 4t, in which case it should be taken equal to 4t. The values of w/t above may be exceeded if the compressive stress P/A + Mc/1 on the extreme fiber does not exceed the value F given by a Fa=1.45 Fy 0 - 0.00129. y L where 240 t = 3$5 Fa=108,000 , where 385w w/ t) 2 �_ "C t F Y For members of circular, smooth elliptical or regular polygon cross section of more than twelve sides shall be proportioned for the following allowable stresses Fand a b: 1. Members subjected to uniform compression Fa= Fy when D 3800 Y Fa 0.75 Fy.+ D/0' 3800 3F00 D t 1F000. y y 2. Member's -subjected to pure bending Fb Fy . when t c 6F00 Y� F 7 0. O F +. 1800 6000 r D c 12000 b y D/t when Ft — F y y 3• Members subjected to axial compression and bending ;j fa f _ 1 + Fa Fb -12- j. All bolts shall conform to ASTM A354.Grade BC. Bolt material shall have corrosion and atmospheric resistant -properties comparable to ASTM A588 -77a. Bolts shall be coated with zinc - rich primer, or be mechanically galvanized to ASTM 8454 -76. - Alternate bolting material will be considered but in no instance will hot -dipped galvanizing be an approved finish for any material with a -yield -strength greater than 100 ksi. Nuts shall conform to ASTM A194-78 Grade 2 galvanized.and tapped .020 in. oversizefor pitch and major diameter -only. _ k. The bidders shall indicate the material used in each part of the structure and the specification covering the material. I. Poles, arms and conductor brackets shall conform with ASTM AS72 modified to provide -a minimum yield strength of 60 ksi. M. Base plate shall conform with ASTM AS72 or ASTM A633 modified to provide a minimum yield strength of 60 ksi. 6.0 Design Requirements and Considerations 6.1 Loads Upon Supporting Structures In establishing the maximum loads upon the.supporting�structures, several::.Ioad-ing conditi�on•s-are, cons idered. Case A is -a modifi ' high wind loading condition -of 16 pounds on bare conductor at 60 F. -- Case -II is a modified heavy NESC loading requirement which .includes a•6.pound wind on + inch of radial ice at 15• F, -The wind loading { on the_pole shall be assumed to be 20 )_tis/ft2 with -no overload factors being used on the pole. .The structures are to be capable of -supporting.- the maximum: Goading comb i nat-i ons' for -the various situations, whichever-is.greatest. Certain other conditions are imposiWF h i.ch ,are to -'be .included - i n the: ties i gns and may e.equ i're - - addi't bnal strength for certain components of the structures, = such -:as differential -ice loads and broker conductor. _ The- les shall be designed to -withstand one broken conductor (that condud=tor,attached farthest from the groundline - not the overhead - ground wire).' -The arms and brackets in -'any -phase designEd to withstand -a broken conductor:Position are to be 44 - - - -13- a. Vertical Loads - The vertical loads on supporting structures and foundations are to be their own weight plus the super -imposed weight which they support, including all wires, ice coated as specified. The radial thickness of ice in inches on wires for modified heavy loading conditions is .50". The weight of ice is to be based on 57 pounds per cubic foot. The weight of ice upon supports can be ignored. Vertical loads in excess of those specified above may be produced on the structure during construction or maintenance. Construction loads should be considered in establishing the final designs. The arms are to be capable of sustaining.a minimum additional vertical load of a 350 pound man and equipment in the ice loaded condition.plus a single span of bare conductor a;d longitudinal load of -6000 pounds without permanent deformation. b. Transverse Loads - The transverse loads on supporting structures and foundations should be determined from the following conditions: NESC Loads'. - Transverse loads for.the modified heavy loading conditions which includes a ice at 150 F. 6,pound.wind on l%2`inch of radial Wind Loads - Wind speeds are to be based on conditions known to _ exist in the.Lubbock-area and from.the National Summary of clima- tological data for the Lubbock weather reporting station. .:The - transverse loads are to be determined using constant wind pressure as per section 4.1, item I. c. Loads Due to Line Ar'igles ' Where a change in directi(Si of wires - - . -•--. _ _ __ occurA,, the__transYerse_. load upon. the.. supporting structures is i. the resultant -load equal to the..vector sum -of the transverse ` T• = wind -load and tht-re_aultant.load imposed by the wiresue to their changejh direction. 'In obtaining these loading, a wind ._ - direction is-!to-be?uPred-which gives.the maximum-resulc2Lnt load, Proper reduction :be-ijg made in loading , to reflect the 2reduced- - wind. theirzaires resulting from 'the .angularity of .the -pressure �n �- application of the" -wind "to the wires. d. Wind on Structure--Wi-thout Wires - All structures are .tv have sufficient strength; before stringing', to withstand t%e-wind z velocity-specified'under Wind Loading. The structure_shall be '----- ,-- ;� -•--. capable.pf_saithstanding this -load from any direction._- - _ e. Longitudinal Loads 1. Dead. - Dead -:Ends ongitudinal.loads upon -supporting` structures at dead -ends for.=.Hne terminations.. are =to be . dete — ined as • -equal ..the -longitudinal component. of :.tensions.::of -. all wires under modified heavy loading conditions: �. .2. Unbalanced Loadsr Wherelongitudinal loads can be created` ,.. _ by the difference in tensions in the wires in adjacent. spans caused .by unequal vertical loading -or by unbalanced ice loads in adjacent spans, the structures are to be capable of supporting this longitudinal loading. 3• Stringing and Construction Loads - Proper allowance is to be considered for longitudinal loads which may be'produced on the structures by wire stringing operations and construction. Techniques will be adopted which will minimize these effects. 4. Broken Conductor Considerations - In addition to the longi- tudinal loads already given for the various cases, we require that no permanent deflection will occur on structural com ponents including the pole shafts in the case of a broken conductor during conditions of low temperatures and/or wind and ice. A statement to the fact that the shaft, arms and other com- ponents will perform as required, is required with the proposal. To.assist the bidder -in determining the correct value of the longi-tudinal -load ;=;-t�he=following informationis-provided: a. Conductor tensions under the conditions most probable for broken conductor`at the instant-immediatel'y prior to the break: P ice, 6 pounds wind, --100 F Tension = 10,500 Abs. - b;Y ­Span--leng-th'varaes but is approximately 600 feet. -. c. Sag approximately 13 feet. 6.2. Simultaneous Application of Loads The ver.tital,. transverse, and longitudinal loadings previously,specified-relate to loadings on the .wires and :structures. .The._vertica);-transverse and longitudinal load components on the supporting structures are to.be considered'as acting simultaneously. ` 6.3Overload "Factors. - Inorder'to arrive at, the maximum design 'loads or ultimate loads, -the loads: -specified are to-be..mult.iplied by.,an appro- _ _. : priate...overload factor... The overload factors are shown.in the attached Design _Load Section in -the .append i:x. z 6.4 Deflections :. - - -- - _--- ---a.- - General. -.Transmission.-structures constructed of stee] _poles_ re_-. to be analyzed -for deflection to provide adequate strength :requirements. The large deflections usually resulting from hors zontal° loads cause addi'-tional stress "due to the ver_tice.l=loads ..bein -�a 1 ied. •in the":f.'inal deflected position.., -,This`adaitional _ -- stress.,is'to be ,.considered -in the simultaneousapplicat ion of loads.*.- -15- b. Appearance - Deflections play an important part in the appearance of a structure. At line angles, deadends, or where all vertical conductors are on one side of a pole structure, the constant load In one direction will cause the structure to bow and appear out of plumb. Cambering of the poles so they will appear straight and plumb will be required for these cases. In cases where structures will be initially loaded eccentrically and deflections will cause the pole to be out of plumb until final installations can be made, the manufacturer.is to recommend the amount of rake necessary, . under everyday conditions, to make the structure appear closer to plumb until the final loads are installed. -_ 6.5 Design Calculations and Data The design calculations shall be the responsibility of the supplier in accordance with the guidelines set forth above. A load tree and basic design loads are included in the appendix to assist in these calculations. The design calculations and data shall be submitted to the purchaser with the quotations and shall include: a. General dimensions of all structural components and anchor bolts. b. The total actual moments, moment of inertia furnished, and the w/t for polygonal cross sections at all splices and at least every 20 feet along the. pole. c. Secondary Bending - The poles shall be designed -to resist, in addition to all other loads and their appropriate �,- effect of deflections on all vertical loads includingrthe ddead he �. load of the pole. d. Structure and anchor bolt weight. e. Torsional stresses on structure leg members, including shear forces. 6.6 Final Design Calculations Final design calculations shall be submitted to the purchaser before fabrication commences, and shall include, in addition to the previously mentioned items: a. The total actual moments, moment of inertia, and stress at the connections of the arms. .{ b. Computations of stresses in base plates, connections, attachments and anchor'bo.lts. ~ c. 'Maximum deflectionat top of the structure and all load points - - for specified loading cases d. Recommended rake over and above design camber to provide plumb pole structures under initial loading everyday conditions. -16- 7.0 Fabrication 7.1 Welding a. All welding shall be in accordance with the American Welding Society Code AWS D1.1, latest edition. Welders shall be AWS/ qualified. b. One -hundred percent penetration we -Ids shall be" required in, but not limited to the following areas: 1. Circumferential welds joining structural members 2. Longitudinal welds within the slip joint area and for at least one foot on.either side of circumferential seams and slip joints. 3. Base plate to shaft weld 4. Arm -to -arm base, arm box joints and all other major 'load carrying penetration welds. 5.:. Flange plate to shaft weld 6. Circumferentia).welds' 'sisal"I be .100% -full penetration welds:' -.The longitudinal welds'of.the male and female ends of slip joints shall be '100% full penetration.welds.toa.point at e. least one foot outside each -end of•the.jointed section after ' y the joint*-is.completed, Partial penetration groove welds in compression normal to-the•throat.shalI.be designed for the = same stresses as the.base metal. Partial penetration groove welds in shear or inctens.ion normal•to-.the throat, and .all fillet welds sha.11•.be equal .to the corresponding stress for the base metal. c. QuaIi'ty and.acceptabIIIty of*every "inch of the full penetration welds shall be determined by•visual_and--ultrasonic or -radio- -graphic --inspection. -.Cer.tified inspection reports wilt be made_ available when requested -by the Engineer. F d.. All other penetration welds.shall ;have eighty' :(80) -percent - minimum penetration.'"Qua Iity and acceptability :of all.w' elds other than -full-.penetration-we.lds shall`be determined by visual inspection,- supplemented -by magnetic.particle'or dye penetrant inspection. --Certified inspection reports will be made available when requested by the Engineer. e. Ali weld back-up str-ips shall -'be continuous '.the'fulV-Aength `t of the welds.—Care shall wbe exercised in the -design of welded connections•.to-avoid areas..of high. -stress concentration which could be csubject.-to 'fatigue or brittle fractures:. .. ' f: No:field welding will -be permitted, except on slip:join'ted poles - exceeding 100 ft.� .in .height. '..'This'exception applies oniy..if '-the bidder chooses -to -join -two sl.1P.joint,ed pole sections at the-_ job site. In this case, the bidder must use'a- minimum 80$. - penetration circumferential weld. to-join.the pole` sect -ions. -in any case,: -th i s must -be performed before a, pol a using slip joints will be accepted'by'Lubbock Power and -Light. - 7.2 Material Preparation a. All parts of the structure shall be neatly finished and free from kinks or twists. All holes, blocks and clips shall be made with sharp tools and shall be clean-cut without torn or ragged edges. b. Straightening Material - Before being laid out or worked in any manner, structural material shall be straight and clean. If straightening is necessary, it shall be done by methods that will not injure the metal. c. Shearing and Cutting - Shearing and cutting shall be performed carefully and all portions of the work shall be finished neatly. Copes and re-entrant cuts shall be filleted before cutting. d. Bending - All forming or bending during fabrication shall be done by methods that-will prevent embrittlement or loss of ''strength in the•material being worked.'--- orked:-:7.3 7.3Holes , a. Holes for connection bolts shall be 1/8" larger than the nominal diameter of the bolts. Holes in baseplates for andhor- bolts shall be 3/8" 'lar5dr than the nominal diameter of the - anchor bolts. The details of all connections and splices shall- be subject to the approval of the Engineer.,'Connections shall be-detailed in a avoid manner to eccentricity"as far-as possible. All splices shall develop the stress indicated for the members being spliced. b. -All holes in structural steel are'to be drilled .not punched. All burrs resulting from reaming or drilling shall be removed with.a tool making a 1/16" bevel. Where necessary to avoid distortion of the holes, holes close to the points of bends shall ` be made after bending. The*use of a burning torch for cutting holes. will not be permitted - c. Reaming and Drilling = Where holes are reamed or drilled,-the-• diameter of the finished hole shall not be greater than the nomi- nal diameter of the bolt plus 1/8 of an inch "for-connection bolts and 3/8 of an inch for anchor bolts. . d. All dril-ling . shall be. done -with sharp drills. -Finished edges shall be clean-cut'-and free _from burrs -and chips. e... All holes shall:be cylindrical and_perpendicular.to the principal surface. f. Plugging and welding mass-drilled holes will not-be allowed.' g." Connections shall be arranged to minimize the eccentricity of loading on the member." 7.4 Miscellaneous a. Assembly bolts are to be sized with the allowances for lock nuts which are to be furnished with the structures. All bolts -shall pass entirely through the nuts and have a minimum of 1/8" projection beyond the nuts after assembling the parts indicated in the design. A 10 percent overage of bolts and nuts, and a 5 percent overage on anchor nuts, is to be included. b. Provisions for climbing, such as climbing -ladder slips for attach- ing a climbing device, will be included on all poles as shown on the attached drawings. Working ladder clips shall also be provided as shown on the detailed drawings for each structure. LP&L has ladders available and will not -require additional ladders. c. One piece poles are preferred. On poles with a total length exceeding 100 feet, two-piece poles are permitted. Two-piece poles over 100 ft. may include flange type or slip joint.type poles. The shaft sections for flange connected poles.shall"be prefitted for - -- __ _flange_ type of._assembl.y....,-Structure sections shall be .numbered to relate to the -structure'identificat.ions'in-the-Bid proposal; and at the flanges,- both -sections..shai 1 be marked so that related faces can be -correctly matched in field assembly.. Assembly instructions for joining pole sections to insure structure orientation are to be supplied by the manufacturer. - J _if slip .jointed poles are quoted to meet the two-piece requirements, the shaft 'sections shall be prefitted -for telescoping type of. assembly, The upper section at a joint shall telescope over the lower section by:not less than.l} times the maximum distance: between the outside.edges of the.opposite_flats for Polygonal ygonal poles, "- - - --or.b.y.:not.less than Ak. times_ -the maximum outside .diameter for - round_or eliptical.shaped poles. -The manufacturer is responsible for all:jacking equipment land all .jacking of -the pole sections.• Poles with slip joints must be assembled -and welded before they will be accepted by Lubbock Power and Light.: - - --The.above•quoted preferences -.will. be evaluated at -1% -of" the pole - price. A 1% evaluation will be discounted for a one piece pole over two-piece poles. - d. .Anchor bolts are to have 2 hex nuts for each bolt. The embedded length shall be determined by the supplier from -the design load. - .-.•Thl_s:embedded length is--for--comparison purposes -only. -_ The andhor---.--- - bolts lengths specified in the'drawings_shalI be supplied.' If the required embedded:_ length is greater than the specified length, the - Engineer. is ..to:be.-notified:-immediately .:The_th�r-ead area plus 12 inches.of.the-bol.t-s_-and nuts shall.be hot dipped :galvanized. Bolts for the : anchor` cages - wi 11. be. des i gned:.assum`_i ng an ultimate bond +r:_ rtres3_.rf:ors 3500_psi-"concrete::�(_ fc'• ) .-as :specified=: in the Amer•1cam-_:. . - Concrete Institute-Building•Code;(AC1 318-77),' e. Structures are to be fabricated in accordance with detailed drawings furnished' by the manufacturer for approval by the Engineer. Any modifications must be approved by the Engineer and shown on the final drawings as a modification.. f. Pole Shafts - The pole shafts used in the structures shall have a round, eliptical,'or regular polygonal cross section and shall be tapered to meet design requirements. (A variable taper is accept- able.) The maximum difference in tapers between two measured by the diameters shall be 0.300"/ft. for pole sections variable taper. poles with g. Anchor Base Plates 1. The structures shall'be supplied with circular or square anchor base plates made of fabricated steel selected in regard to its size and yield strength to develop the full strength of the structural member -to which it is attached. 2. Anchor bolt holes in base plates shall -be of a diameter 3/8" .larger than the anchor.bolts'with-which -they are used. . 3•_ Anchor bolts shall consist of reinforcing bar, deformed - straight ASTM Specification -A-615, Grade 75 weld quality, with the top 12 inches of the bolt threaded according to ANSI -UMC -2A classification. The bolts, shall be capable of resisting the design load of the structure at the yield point of the bolts. - Bolt lengths which are calculated shall be in accordance with Section 12.5 of ACI 313-71, using -a -28 -day compressive strength of 3500 pounds.per square inch concrete: The threaded ends plus..12.inches of the bolts shall be hot dippedgalvanized-in accordance with ASTM A-123.' Each bolt is to be furnished -with two standard-heavy.galvanized hex nuts. k. Anchor bolts shall be shi � - .bolt setting templates (fopetopnandebottom of boltselshall.�be furnished.for_ each base plate. -:`For foundationsexceeding 15 feet, - --•three templates (top, middle, -and bottom of bolts):shall be - provided'. .Templates shall be permanently:identified with a . mark number.-.The:number,of.bolt-holes•i.n 8 -template shall not exceed the number of anchor bolts required for that structure. LP L will require f u I I A ength anchor bolts in all foundations. -- 5.: When rrequired., the ..middle -template. -shall no' texceed a width of more than one foot ;.(1 -ft;)'. The ' steel sha 11.. be of sufficient thickness. -to handle. the"forces the.anchor.cage is normally ex- pected to eicperience during normal`.const-ruction and installation. �A width :of. more.-than.one°foot introduces -_sheer points within the concrete and hinders -_'the concrete pouring. h. 'Arms and 0"ther-Structure Attachments_. A11 pole attachments applicable.'to particular -structures are shown on the reference drawings.' 2. Arms, when required, shall be designed so that the arm will fail before the failure of the structure and/or the arm attachment. All arms are to be attached by bolted means. No attachments. will be permitted with U bolts wrapping the pole. 3. All through vangs for the attachment of shield wire, swing angle and dead-end insulators, and guys _shall be welded to both walls of poles. Vang doublers are permissible. Centers of attachment holes (1 inch diameter) in vangs shall be located on longitudinal center lines of the vangs and It *inches from the ends of insulator and guy vangs, and 14 inches from the ends of the shield wire vangs. 4. All pole shafts shall include provisions for use of removable ladders. Pole ladders are a standard Lubbock Power and Light inventory item and are not to be furnished with these struc- tures. Pole ladder..attachments shall be as shown on the attached. draw i n 5. Grounding -bugs are required at the top of the poles as per the details shown on the attached drawings -for each structure. 6. Each anchor base plate shall have:provis'ion for attaching a ground -clamp -.--;This is to be provided by.welding two recessed _ nuts, that will accommodate 1/2 inch bolts, to the anchor base plates as shown on the attached grounding detail drawing. 8.0 Finishes 8.1 Zinc Primer and Painting a. The.stru'ctures are to be prime -coated and finish -painted as per the following: 1. The surface isto be cleaned and adequately prepared to receive and hold a minimum 2.0 mil coating of a zinc -rich primer over which a finish coat of Dupont Lucite -latex .base house paint is to. be applied. The color 1s to be Antique Whi-te Number 249C.. This finish is preferred and a warranty Iis requested to insure proper'appli.cation. .2. lf,the manufacturer Aakes exception 'to the finish preference or.to.providing:a warranty.for the preferred.finish,'an alter- nate -is to.be.provided. .':All particulars, -including the warranty are to be-provi-ded with the bid. The color will be.the same as Dupont Antique White Number 249C, as stated above. b. Primer and paint will be of such quality and 'thi-ckness as to warrant a written guarantee (requested from. manufacturers) against chipping or flaking. This guarantee shall be submitted with the proposal. c. Any alternative to the above painting'requ,irements are to be fully described and warrantied. -21- d. Touch up paint is to be shipped with the poles in appropriate containers. 8.2 Coal Tar Epoxy -When poles are to be directly embedded, a uniform coating of 16 mils thick shall be applied on exposed surface of the embedded. portion of the pole. The coating shall extend from the butt to .12 inches above the groundline. Touch-up coal tar epoxy is to be shipped with the = poles in appropriate containers. 8.3 Compliance to coating thickness requirements shall be checked with a magnetic thickness gauge. 8.A Structures shall be sealed. 9.0 Information to be Supplied by.•the Manufacturer 9.1 Information and Drawings to be Supplied with the Proposal a. Calculated --shipping weight of -each, structure-_excl-udi%ng.Anchor bolts. Separate weights -shall be given -for arms and.poles. Calculated weights shall be based on AISC. b. Calculated shipping weight.of anchor bolts. -•- c.--Ultimate-,groundl ine reactions . - (including - d. Anchor bolt size, length and locations (bolt circle diameters). e. Type of material of major components (ASTM number).' `f. Description of pole shaft including thickness,= 9.2 Documentation to be Supplied to the Owner for his Approval Final design calculations for pole shaft, base plate, anchor bolts, crossarms, and other appurtenances, including their connections for all structures. The following shall be applied: . a. Design calculations shall be submitted with each bid and shall consider deflected unbalance (secondary bending). The calculations will show the plate thickness for each structure, the safety factor produced by such plate thickness, for pole shaft, crossarms, and crossarm brackets. The calculations will also show the resistive base moment required, and the resistive base moment produced. b. For each loading case, the total shear and axial forces and moments, stresses, section moduli, cross-sectional areas, deflections, w/t's for polygonal and D/t's for round cross sections at all. joints;'at the top and bottom; at arm attachment points, and at least ,every ten (10) feet along the pole. c. For the critical loading case, including foundation movement, total shear and axial forces and moments, stresses, section moduli, cross-sectional areas, and deflections for all arms. (Also, the bolt stresses in arm connections.) s d. Anticipated deflections shall be indicated for each pole for the normal, everyday loading condition of 600F, no wind, no overload factors. e. For the base design loading case,.(that having the largest groundline moment) .the groundline•reactions computed by removing the overload factors from the applied loads. f. Detail drawings.for each structure type showing dimensions and weights of'all structure components. g. Assembly instructions and erection drawings. 9.3 Final documents shall be supplied to the Owner for the items -in Section 9.2.f, after erection of all structures. 9.4 Test Reports (as requested) a. Certified mill test reports for all material. b. Certified welding reports for each structure. c. Impact property.test"reports showing that the material used in the structures meets the Impact properties. Ni -23_ 10.0 Drawings 10.1 Three copies of shop-detail:drawings applicable to design and/or detail are _to be forwarded for approval prior to fabrication directly to the Engineer. These drawings shall be complete in every respect permitting the Engineer to determine all dimensions of pieces, assemblies, and major components of the structures. The approval of these drawings by the Engineer shall not be construed as a complete check but will indicate only that the general method of fabrication and detailing is satisfactory. Any manufacture performed by the manufacturer prior to receipt of approval of these drawings will be at his•own expense should changes be required by the Engineer.with his submittal of comments on these. drawings. 10.2 - -Approval of drawings by the Engineer does not.relieve the manufacturer from respons,ihi llty-for= t,he cor-rectness of details -on the drawings.: 10.3 One set of reproduc•ibl'e final shop -fabrication detail drawings shall be submitted prior -to the delivery of the structures. 10.4 Any -errors in the detail drawings shallbe corrected*by the manufacturer at his expense.' - 10.5 r The manufacturer shall be.respons.ible for all accuracy of all drawings a made by him -and shall -also be responsible for notifying the'Engineer ofany .revisions made after the original drawings have been finished. 11.0 Other Information to be Furnished by the Manufacturer. Il.l' The manufacturer"shallmaintain permanent records of all. information on component parts. This Will -generally contain pertinent information -on items such as materials, welding procedures,- welders.identification, 'inspectors type of inspection,test result, records of all visual and nondestructive testing... This information shall be made available to the-P.urchaser,-or any person. 'designated to- independently inspect the manufacturing facility., processes or:materials.' .The Manufacturer shall. permit -such inspection and sha l.1 cooperate by.providing any and all items pertaining.to the design, fabrication and delivery of these materials and services upon notification of the necessity of such inspection by the Engineer. 11.2 Mill - plate test reports -are -to be 'furnished upon complete fabrication -of- a1.1 structure. components,.. (pole shaft, crossarms,- crossarm bracket, base plate, a-nd any other plate in fabrication). ' used 12.0 Shipping and -Delivery Schedule 12.1 All poles and other structure components are to be quoted as delivered FOB rail siding in-Lubbock,''Texas. Rail delivery of -the poles is pre- ferred. Delivery truck is allowed .by upon prior approval of the engineer. -24- 12.2 preferred that the anchor bolts and templates be shipped in advance of the structures at the earliest possible date. 12.3 All bolts are to be shipped in solid wood, nailed boxes, with the purchase order and inventory on the box. All anchor bolt nuts are to be shipped in boxes except for those shipped with the anchor bolts attached to the templates. 12.4 All poles will be properly prepared for shipment and handling. Materials selected for banding or protection should not adhere to the finish. Handling wet finishes shall not be done. 12.5 These poles are needed in the near future and a reasonable schedule of delivery should be quoted by the bidder. _ 13.0 Inspection and Acceptance Upon Receipt The materials, upon receipt will be inspected by the owner or his authorized representative. If -any defects are noted either as a result of manufacture or shipping, the manufacturer will be required to provide a representative to inspect the damage or defect and to make recommendations as to procedures to be used in order to correct the defects. This representative must be available as soon as notification is given by the -Owner to the manufacturer. If after inspection no apparent defects are noted, the material shall be accepted for use. This does not relieve the manufacturer -of .his obligation and responsibility for having met all the -conditions, of the specifications. and insuring the performance of his product'. 14.0 Rejection of Mater-ial Any material delivered under these specifications which, in the opinion of the Owner or the Engineer, does not meet the requirements set forth { herein with regard to material, fabrication, _galvanizing, delivery, shipment or any other condition, will be so noted and the manufacturer will be _notified as per paragraph P. If the manufacturer does not make suitable timely- arrangements to correct* the discrepancy so noted to the satisfaction of the purchaser,, the purchaser may reject the material and return it to the manufacturer or charge the manufacturer for storage and handling until the rejected. -material -can be properly relocated: All. expense incurred, including handling, transportation, and any and all other charges connected with said incorrect compliance with these specifications shall be charged to or shall beat the expense of the manufacturer. -Any-and'all of these expenses -which may have been paid by the Owner shall be reimbursed to the Owner in full by the manufacturer. 15.0 Warranty The bidders warranty statement Is to be clearly -set forth. An unpatis.factory warranty statement in the opinion of the engineer will be sufficient to reject the bid solely on that basis. .16.0 Inspection and Testing 16:1 Inspection ^ a. The owner and.his designated agents shall have free entry"at all times while work is 'being carried on, to all parts of the Manufacturei plant to inspect any .part of the production of the poles covered by this Specification: -�5- b. members which are bent or warped or otherwise improperly fabricated shall be properly repaired or scrapped. c. The cost of tests made by the Manufacturer (except full-scale load tests on poles), including cost of the certified test reports shall be considered included in the price. d. The Manufacturer shall make tests in accordance with ASTM A370 and ASTM A673 to verify that the material used in the structures meets the impact properties. e. Mill test reports showing chemical and physical properties of_ all material furnished under this Specification shall be maintained by the Manufacturer for a period of five years and shall be traceable to the structure. f. All plates over 1-1/2 inches thick shall be ultrasonically tested to assure against defects which could lead to laminar tearing. g. Welders or welding operators shall be qualified in accordance with the provisions of AWS D1.1. h. The Manufacturer shall make'certified welding reports for each structure. The reports covering welding shall include all welds of a structure. Each weld shall'be clearly identified; and the report shall consist of the method of testing, whether _ the weldis acceptable, the identification of the structure, the date, and the name and signature of the inspector. These reports shall be maintained by the ?.anufacturer for a period of five years and shall j 17.0 A royal, be tpriaceablego the structure. t .p Acceptance an Ownership 17..1 Final designs must be -approved by the Owner or Owner's Representative ' before fabrication and material ordering...Fabrication and material ordering prior to approval will be at Supplier's risk. It is under- stood that award of this contract does not constitute acceptance of design calculations submitted with the bid and that if corrections are required in the final structure designs due to Manufacturer's errors, omissions, or misinterpretations of the Specifications, the quoted price shall not change. Approval of the drawings and calculations by the Owner or his Representative does not relieve the Supplier of responsibility for the adequacy of the design, correctness of dimen- sions, details on the drawings, and the proper fit of parts. 17.2 All final.drawings shall become the property of the Owner, who shall have full rights to reproduce drawings and use them as he sees fit, including submitting them to other.vendors for the purpose of obtaining bids on future. -steel pole purchases. 17.3. After delivery, the poles will be inspected and .shall be free of -dirt, oil blisters, flux, black spots, -dross, tear -drop edges, .flaking paint.or zinc, and in general,.shall be smooth, attractive,* and unscarred. Poles not meeting this requirement shall be repaired or replaced by the Fabricator at no additional cost to the Owner. -26- i 18.0 Proposal Submittal The proposal from each supplier is to be submitted on the attached bid sheet with all information furnished thereon, and all other information requested in these specifications attached to the proposal. Any proposal not complete, may be rejected as non- responsive. After acceptance and evaluation of all proposals by the Purchaser, _ the successful Bidder shall be notified and become the Manufacturer- - and all references in the Proposal to Bidder shall apply to the Manufacturer. The proposal must be signed with the full name of the Bidder. If the Bidder is a partnership, the proposal is to be signed in the partner- ship name by a partner. If the Bidder is a corporation, the proposal must be signed in the corporate name -by a duly authorized officer and the corporate seal affixed and attested to by the.secretary of the Corporation. Reference attached "EXCEPTIONS". ITT MEYER INDUSTRIES (Bidder) By (President) George I. Roberts P. O. Box 114 Red Wing, MN .55066 (Address) STRUCTURE TABULATION POLE S TYPE ABO ( A s 1 E 1 E 1 E I B-1 1 B-1 B-) 8 9 F 1 G 8 D .9 F 8 F 8 A 8 H 8 F 8 G 7 C 9 A 11 D 11 0 F 10 F. . _. 9 F 9 F 90 F. 90 F 90 -28- TRUCTURE HEIGHT 20 15 00 0 0 S 0 1 KU61 UKL NUMBER SMUCTUR E TYPE TOTAL PRICE VE GROUND IN FEET) DESCRIPTION WEIGHT ( WITHOUT IB H -Frame (Deadend) 900 FIA Deadend (90o 05 1 Deadend (950) $ 36,741 10 Angle (Small) (2°) 32,384 11 Tangent (0 0) 2 12 Tangent (0 0) 10 13 S) -P Deadend (90 0) _16,398 14 Deadend (90°) 23 Deadend .(880) 2 24 Tangent (20) 30 Tangent (0°) 31 Angle (Large) (50°) 19,039 32 Angle (Small) (12 0) 33 Tangent (00) 59,939 34 Deadend (29 0) 45,845 35 Tangent (00) 1 36 Tangent (0°) 38 Tangent (00) ` 14,141 43 Deadend (00) 13,258 45 Deadend (79 0) 1 46 Angle (Small) (120) 0 47 v Tangent (0°) ------------- 48 Tangent (2°) 10,418 49 Tangent -.(20) 1 50 Tangent (00) •51 - - Tangent . (0°) • . 7,214 52 Tangent (00) STRUCTURE TABULATION POLE S TYPE ABO ( A s 1 E 1 E 1 E I B-1 1 B-1 B-) 8 9 F 1 G 8 D .9 F 8 F 8 A 8 H 8 F 8 G 7 C 9 A 11 D 11 0 F 10 F. . _. 9 F 9 F 90 F. 90 F 90 -28- TRUCTURE HEIGHT 20 15 00 0 0 S 0 NUMBER OF TOTAL TOTAL PRICE VE GROUND IN FEET) SECTIONS WEIGHT ( WITHOUT ( INCLUDING ANCHOR BOLTS, ANCHOR CAGE) ARMS, ETC.) 05 1 44,087# $ 36,741 99 1 32,384 27,204 15 2 55,974 50,459 10 1• 16,212 _16,398 15 2 18,063 17,732 2 19,039 18,289 2 69,910 59,939 8 1 45,845 42,941 5 1 55,103 49,605 2 19,134 14,141 0 1 13,258 11,974 0 1 15,602 14,340 0 1 12,319 8,770 0 1 10,418 - 7,950 5 1 11,461 10,141 5 1 10,647 7,214 0 1 10,908 8,153 5 1 19,164 15,435 0 1 16,042 11,050 1 36,144 30,134 1 13,600 12,203 2 18,255 13,153 - 2 18,243 13,266 1 14,833 10,847 1 14,461 10,695 1 14,461 10,695 1 14,,716 11,407 STRUCTURE TABULATION (Cont'd) POLE TYPE F H A F A F A 0 B B-1 aj rru, l urtt NUMBER OF SECTIONS STRUCTURE TOTAL PRICE ( INCLUDING ANCHOR BOLTS, ARMS, ETC. ) NUMBER 12,961 TYPE 1 12,305 8,115 DESCRIPTION 14,012 12,588 1 12,961 9,488 53 Tangent (00) 1 54 Tangent (20) 27,943 55 Deadend (35 0) 13,749 56 Tangent (0 0) 1 57 Deadend (540) 58 Tangent (0 0) 59 Deadend (97 0) 60 Angle (Large) (43 0) 61Tdend (85062dend POLE TYPE F H A F A F A 0 B B-1 STRUCTURE HEIGHT ABOVE GROUND IN FEET) 90 90 90 90 90 90 95 90 105 100 NUMBER OF SECTIONS TOTAL WEIGHT ( WITHOUT ANCHOR CAGE) TOTAL PRICE ( INCLUDING ANCHOR BOLTS, ARMS, ETC. ) 1 12,961 $ 9,510 1 12,305 8,115 1 14,012 12,588 1 12,961 9,488 1 17,917 15,826 1 12,961 9,510 1 27,943 23,059 1 14,256 13,749 1 42,123 v 34,471 1 53,430 Vf 45,517 TOTAL PROPOSAL $ 722,709 1. Prices are F.O.B. Destination, with freight included to rail siding in Lubbock, Texas. 2.. Delivery will be by rail car. r: c -29- PERFOP21ANCE BOND (Applicable on all contracts in excess of $25,000) (To be used in Texas under V.A.T.S. 5160) Bond No. 942833-85 THE STATE OF COUNTY OF KNOW ALL MEN BY THESE PRESENT: that we (1) ITT MEYER INDUSTRIES,. DIVISION OF ITT CORPORATION a (2) Corporation of Minnesota' hereinafter called Principal and (3) Seaboard Surety Company of New York State of New York . hereinafter called the Surety, are held and firmly bound into (4) City of Lubbock of Teas hereinafter called Owner, in the penal' sum of Seven Hundred Twenty "Two Thousand- Seven Hundred Nine and No/100($ 722,709'.00 ) Dollars in lawful money of the United States, to be paid in (5). for the payment of which sum well and truly to be made, we bind ourselves, .our heirs, executors, administrators and .successors, jointly and severally, firmly by these presents. : � _ -.THE CONDITION OF THIS OBLIGATI0X-_is such that Whereas- the .Principal entered into a certain contract with..(6) = The City `of Lubbock The Owner, dated the- 29th day of -April A.D. 19 a copy of which is hereto attached and made'apart-hereof for --'the construction of: certain ?In/115 KV StPPI Dn1Pc ac described with Ln th +t h J matPrtal specification. (herein called the "work) . - These footnotes refer to the numbers in body of contract above: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor. (2) A Corporation, a Partnership or an Individual, as case ray be (3) Correct name.of Surety (4) Correct name of Owner (5) County and State (6) Owner . (Texas Performance Bond) - 2 ' TOS+' THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specifications and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully idemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie County, State of Texas, and that change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the'same shall in any wise affect its obligation on this bond, and it does .hereby waive -notice -of any such change, extension of time, alteration or - addition to the terms of the contract or to the work or to the specifications. Ir WITNESS WHEREOF, this instrument is _executed in six counterparts, each one of which shall be deemed an original, this the 29th day of April. A.D. 19 85 ITT MEYER INDUSTRIES, DIVISION OF ITT CORPORATION Principal ATTEST: (P incipal) Secretary Geo3je I. Roberts, -President (SE+4h) _ - - -- • -Red :WBing, 114 .. nnesota JU -(Address) j'itness_ as to Principal (Address) ATTEST: Surety Surety XXX Witness BY Att ney-in- a t {S�11L R. L. Domler P.O. Box 6401.6 St. Paul, Mi nnesotaa 55164 Z.itness as Surety (Address) �T 530 N. Robert, St.. Paul, MN _ COQ.! ITLSIGD (Address) At NOTE: -If Contractor is Partnership, all partneRy �. es: ent nt ewhll P/ -X? ATT BOND _ (Applicable on all contracts in excess of $25,000) (To be used in Texas under V.A.T.S. 5160) THE STATE OF COUNTY OF KNOW ALL MEN BY THESE PRESENT: That we (1) RIVISION OF ITT CORPORATIOV7) Corporation hereinafter called Principal and (3) Bond No. 942833-85 ITT MEYER INDUSTRIES, of Minnesota Seaboard Surety Company of New York State of New York called the Surety, are held and firmly bound unto (4) Lubbock -Of Texas , hereinafter City of hereinafter called Owner, and unto all persons, firms., and corporations'.who may furnish materials for, or perform labor upon the building or improvementshereinafter ref ereed to in the penal sum of Seven Hundred -Twenty -Two.. -Thousand Seven -Hundred Nine ($722,709.00 ) dollars in I lulful.mgney..of the United States, Nto bo/100 paid in (5) of which sum well and truly to be made, we bind ourselves, ouroheirs,pexecut .tors, administrators and successors, jointly and severally, firmly by these. presents. THE .CONDITION OF THIS OBLIGATION 'is such that ifiereas, the Principal entered into a certain contract with(6) ' ( ) The Citv of Lubbock Tine Owner, dated' the 29th' day of April A.D. 19 of _S a copy �.•hidi =is hereto attached and.-made..a part hereof .fdr the construction of: C ertain 230/115 KV steel poles as described within the attached material J specification. NOW, THEREFORE, the condition of this obligation is such that,.if the .Principal shall promptly make. payment to all claimants as defined in Article 5160 Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session, 1959, effective -April 27, 1959, and as{ further amended by .Acts 1969, 61st Legislature,p:.•1390,.ch. 422, Sect. 1, effective June 2, 1969, supplying labor and materials in the prosecution of the work provided for in said contract, .then this obligation shall be null and void, othera=ise_it shall remain in full -force and effect. This+'bond is made and entered into solely for the protection of all claimants supplying labor and`materials in the.prosecution of the work provided for in said contract, and -all such claimants shall have a direct right of action under. the .bond as provided in Article 5160, 'Revised Civil Statutes ^^� 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session,. 1959, and as further amended by Acts 1969, 61st Legislature, p. 1390, ch. 422, Sect. 1, effective June 2-; 1969. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie County, State of Texas, and that the said surety, for value received hereby stipulates and agrees that no change, exten- sion of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same �shall in any wise affect its obligation on this bond, and it does hereby waive lnotice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. , IN WITNESS k'HEREOF, this instrument is executed in six counterparts, each one of which shall be deemed an original, this the 29th day of April A.D. 19 85 ITT MEYER INDUSTRIES, DIVISION OF ITT CORPORATION ATTEST: Principal - ' (P incipal)-Secretary B :(SEAL) George' .I.. -Roberts, President P.O. Box 114 — A0 Red Wing, Minnesota 55066 Witness as to Principal (Address) '(Address) ATTEST: SEABOARD SURETY COMPANY Surety (Suret3') X Witness BY (S - - R L'. .Dom y- E�L - , � orne - -_ P.O. Box 64016,St. Paul; MN (Address) t;itness as o_Surety NOTE: If Contractor is Partnership, all partner should execute 530 N. Robert Street, St. Paul, MN bond. (Addr.ess) t These footnotes refer to the numbers in body of'contract above: Date of Bond must not be prior. to -date of contract (1). Correct name of Contractor (4) Correct Name of O••*ner (2) A Corporation, a Partnership or an (5) County and State Individual, as case may be (6) Owner Correct Name of Surety COUNTERSIGNED At 2 . Residcnt Aunt ACKNOWLEDGMENT OF PRINCIPAL For Individual or Co -Partnership STATE OF COUNTY OF On this day 19—_, came before me personally to me well known to be the same person who executed the foregoing bond, and each severally acknowledged the same to be his own free act and deed. Notary Public, _County, SURETY ACKNOWLEDGMENT STATE OF Minnesota ss. COUNTY OF_ Ramsey On this 29th ___—day of April , 19 85 _, before me appeared R. L. Domler i _____ to me personally known, who, being duly sworn, did say that he is the Attorney-in-fact of the Seaboard Surety Company that the seal affixed to the foregoing instrument is the corporate seal of said corporation; that said �. instrument was signed and: sealed on behalf of said corporation by authority of its Board of Directors, and said R. L. Domler acknowledged &aid instrument to be the free act and deed of said corporaUo.]DA AAAAAAAAUAaA..,,A4AAAAAAAAA&AX JOAN K LEHMANN NOTARY PUBLIC • MINNESOTA RAMSEY ` COUNTY Notary Public, MY Commission Expires Oct 2, 1987 a ACKNOWLEDGMENT OF PRINCIPAL STATE OF Minnesota For Corporation ss. COUNTY OF Goodhue On this 29th day of April , 19 8 5 , before me personally came George I. Roberts to me known, who, being by me duly sworn, did depose and say; that he resides in Red Wing, Minnesota that he is the President of the ITT Meyer Industries, Division of ITT Corporation _ the corporation described in and which executed the above instrument; that he knows the seal of said (000 1 , corporation; that the seal affixed to said instrument is such corporate . seal ; that it was so affixed by • order of the Board of Directors of said corporation, ,and he signed his na thereto by like order. ow 3 Q:11NGHAN$ Notary Public NOt . ,PUBLIC - MINNESOTA Form Ar -t -. TGOODHUECOUNTY My Commission Expires Feb. 18, 1987 No Text e LUBBOCK POWER AND LIGHT MATERIAL PURCHASE SPECIFICATIONS FOR 230/115 KV TRANSMISSION STEEL POLES LUBBOCK, TEXAS Prepared -by: LUBBOCK POWER AND LIGHT Distribution,'Box 2000 Lubbock, Texas 79457 �i TABLE OF CONTENTS Advertisement for 230/115 KV Transmission Steel Poles •Instruction to Bidders General Conditions Contract Agreement (Equipment) Statement of Terms and Intent - 1.0 Scope 2.0 Codes and Standards 3.0 General Requirements 4.0 Special Conditions 5.0 Physical Requirements 6.0 Design Requirements -and Considerations 7.0 Fabrication 8.0 Finishes 9.0 Information to be Supplied by the Manufacturer 10.0 Drawings 11.0 Other Information to be Furnished by the Manufacturer_ + 12.0 Shipping and Delivery Schedule 13.0 Inspection and Acceptance Upon Receipt 14.0 Rejection of -Material 15.0 Warranty 16.0 Inspection and Testing 17.0 Approval, Acceptance and Ownership , 18.0 Proposal Submittal U NOTICE TO BIDDERS BID 48408 Sealed proposals addressed to Gene Eads, Purchasing Manager, City or - Lubbock, Texas, will be received at the office of the Purchasing Manager, 1625 13th St., Room L-04, Lubbock, Texas, 79401, -until 4:00 O'clock p.m. on the 28th day of February, 1985, to furnish -all labor and materials and perform all work for the construction of the following described project: 230/115 KV STEEL TRANSMISSION POLES After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City Council will consider the bids on the 14th day of March,- 1985, at Municipal Bldg., 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 and payment bond in accordance with Article 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price fn the event that said contract price exceeds $25;000.00. If the contract price does not exceed $25,000.06 the said statutory bonds will not be required. 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 proposal 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 C,. after notice of award of the contract to him. AD_VE_RT aE-MEXT--F .OR_aI_ BID# 8408 Sealed proposals addressed to Gene Eads, Purchasing Manager, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 4:00 o, clock p.m. on the 28th of February, 1985 to furnish all labor and materials and perform all work for the construction or the following described project: 230/115 KY STEEL TRANSMISSION POLES After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. 7BYEads, C P. M Purchasing Manager ADVERTISEMENT FOR 230/115 KV TRANSMISSION STEEL POLES Sealed bids will be received in the office of Gene Eads, City Purchasing Director, Lubbock, Texas, prior to 4:00 P.M. on February 28 1985, and publicly opened immediately thereafter on the same date for: 230/115 KV Transmission Steel Poles complete in accordance with specifications and the Instructions to Bidders attached hereto. It is the sole responsibility of the Bidder'to.insure that his bid is actually in the office of -Gene Eads prior to -the above described closing time. The advertisement for bids is by the City of Lubbock, Texas, for its municipally owned electric utility, Lubbock Power and Light. Any reference to Lubbock Power and Light shall be construed to mean the City of Lubbock, Texas. W INSTRUCTIONS.TO BIDDERS A. All bids must be quoted on the document entitled "Formal Proposal Sheet". Such -document must be signed by the Bidder. B. These specifications must accompany and be attached to all bids. Such specifications will form a part of the contract entered into between the City of Lubbock and the successful Bidder. C. Each bid shall be enclosed in a .sealed envelope, addressed to Gene Eads, City Purchasing Director, Lubbock, Texas, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for: -230/115 KV -Transmission Steel Poles D. Proposalsmay.be.withdrawn and resubmitted at any time prior to the time set for -the opening.of the bids, but no -proposal may be withdrawn or altered thereafter. E. The City of Lubbock reserves the right to:reject any -and all bids, or parts of bids, and to waive irregularities and informalities in any -bid submitted. The City of Lubbock also -reserves the -right to use its dis- cretion in deciding. the effects of.any technical bid exceptions in de- ciding the suitability and acceptability of any bid. F. Each bidder shall. thoroughly and ful.ly.-inform himself of all factors which would affect the prosecution and-.completion-of'the'-work and cost thereof. It shall be understood and agreed that all such -factors have been inves- tigated and considered in the preparation of every proposal submitted. There shall be no subsequent financ.ial adjustment to any contract awarded which is based.on 'the. lack of such prior information or its effect on the cost of the work. G. All sheets of the Instructions to Bidders, Proposal Forms, Contract Agree- ment, General Conditions, and Specifications shall be bound and contained together when submitted and filed with the City of Lubbock, Texas. Such sheets shall be -part of'the contract awarded. H. Exceptions to the specifications shall be kept to a minimum; however, if exceptions are taken by the Bidder to the specifications, they shall be clearly and completely noted on a separate attachment. Exceptions taken elsewhere shall not be considered as a.part of the bid or subsequent con- tracts. If any.conflict arises between the specifications and the Bidder's __proposal (other than.exceptions duly noted), the specifications shall govern. -2- 1 GENERAL CONDITIONS A. The contract awarded to the successful Bidder shall be construed by and governed by the laws of the State of Texas. B. 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 construed as acceptance of defective materials, parts, systems, or work. Neither the final payment nor cer- tificate nor any provision in the Contract shall relieve the Bidder of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other materials or wor resulting therefrom, which shall appear within a period of one year from the date the system is placed in commercial operation. C. It is hereby expressly agreed and understood that time is of the essence for the performance of this contract, and any failure by Seller to meet the time specifications of this agreement will cause Seller to be in de- fault of this agreement. The evaluation of this bid will consider delivery times of anchor bolts and templates and of steel poles. Factors may vary but a maximum of 2% per month may be used in the evaluation of delivery differences. D. Title and Risk of Loss. The title and risk of loss of -the -goods shall not pass to the Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. D. Seller shall not limit or exclude any implied warranties and any attempt to do so shall .render this contract voidable at the option of Buyer. Seller warrants that the goods furnished will -conform to the specifications, drawings and descriptions listed in the bid invitation, and -to the samples furnished by Seller, if any. F. Buyer shal 1 - have' the right -to -cancel -for default -all or any part of the undelivered portion of this -contract if Seller breaches any of the terms hereof .including -warranties of Seller or.if-the SelIer-becomes insolvent or commits acts of bankruptcy. Such right of cancellation is. in addition to and not in lieu of any other remedies which Buyer may have in law or in equity. G. Neither party shall be held responsible for losses resulting if the ful fillment-of any terms or provisions of'this contract is delayed or prevented by any cause not within the control of the party whose performance is interfered with, and which by the exercise of reasonable diligence said party is unable to prevent. a H. No right or interest in this contract shall be assigned or delegation of any obligation made by Seller without the written permission of the Buyer. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all -purposes unless made to conformity with this paragraph. 1. This writing .is intended.by the parties as..a final expression of their agree- ment and it is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior .dealings between the parties and no usage of trade shall be.relevant to supplement or explain any term used in this agreement. {. _3_ CONTRACT AGREEMENT (EQUIPMENT) THIS AGREEMENT; made and entered into this day of 19 by and between The City of Lubbock, Texas acting through its Mayor and City Council thereunto duly authorized so to do, Party of the First Part, and hereinafter called the Purchaser, and I.T.T. Meyer Industries a nivezion of I T T Corporation Party of the Second Part, and hereinafter called the Contractor. - WITNESSETH: THAT WHEREAS, the Purchaser has caused to be prepared, in accordance with law, specifications, plans, and other contract documents for the work herein described, and has approved and.adopted said documents, and has caused to be published, in the manner and for the time required by law, an advertisement for and in connection with the purchase of 230/115 KV Transmission Steel Poles in 1 accordance with the terms of this Contract; and - -- -- — -" ` WHEREAS, the said Contractor, in response to such advertisement, has submitted to the Purchaser, in the manner and -at the time. specified, a sealed proposal in accordance with the terms of said advertisemet; and WHEREAS, the Purchaser, in the manner prescribed by law, has publicly opened, examined, and canvassed the proposals submitted in response to the published invitation therefor, and as a result of such canvass has determined �- and declared the aforesaid Contractor to be the best bidder for the said work o*Nand has duly awarded to the said Contractor acontract therefor, for the sum or sums named in the Contractor's proposal, a copy thereof being attached to and made a part of this Contract. NOW THEREFORE, in consideration of the compensation to be paid to the Contractor and of the mutual agreements herein contained, the Parties to these presents have agreed and hereby agree, the Purchaser for itself and its suc- cessors, and the Contractor for itself, himself, or themselves, or its, his, or their successors and assigns, -or its, his, or their executors and administrators, as follows: ARTICLE I. That the Contractor shall (a) furnish all materials, supplies and equipment specified and required to be incorporated in and form a permanent part of the completed work; (b) provide and perform all necessary work; and, in a good, substantial, and workmanlike manner and in accordance~ with the provisions of. the General Conditions, and the Instructions to Bidders, (which are attached hereto and made a part hereof). and inconformity with the Specifications attached hereto; (c) execute and complete all -work included in and, covered by the Purchaser's -official award of this Contract to the said Contractor, such award being based on the acceptance by the Purchaser of the Contractor's Proposal, 'or part thereof, as follows: - 230/115-Kv Transmission Steel Poles ARTICLE II. That the Purchaser shall pay_to the Contractor for the_ performance of the work embraced in this -Contract, and:the Contractor will -4- accept as full compensation therefor, the ore� sect to adjustment as pro- vided by the Contract) of seven hundred i&stwo thousand seven hundred nine and no/100 dollars ($ Z 7Qq, pp) for all work covered by and included in the C foregoing Article I. ontract award and designated in the ARTICLE III. The Contractor shall proceed with the work to be performed under the provisions of this Contract on, or within ten (10) days following, the date of public acceptance of the Contractor's proposal by the Purchaser. Contractor shall not delay the start of the work to be performed under the- provisions of this Contract except by written order from the Purchaser. Contractor shall complete said work by October 31, 1985 _ IN WITNESS WHEREOF, the Parties hereto have executed this Contract as of day and year first written. CITY OF LUBBOCK BY: ATTEST: ..AL HEWRY, AYOR Ranette Boyd -;City Secretary-!' APPROVED AS TO CONTENT: APPROVED AS TO FORM: AA 141 PARTY OF. THE SECOND PART (CONTRACTOR) BY, Ph l� Signa re of Officer ATTEST: George I. Roberts f - President Secretary - R. W. Harlaw Title NOTE: This Contract must be signed by the President or Vice President of the Contractor's firm and attested -by -the Secretary of the firm. If the Contract is to be signed by any person other than the President -or Vice President, then a Board Resolution authorizingsaid person to sign .and bind the firm must be included with each copy of the'Contract. r*^14 STATEMENT OF TERMS AND INTENT To enable the reader of these specifications to gain the best understanding of the intent of the contents herein, the following definitions will apply: 1. OWNER OR PURCHASER: Lubbock Power & Light P. 0. Box 2000 Lubbock, Texas 79408 2. ENGINEER: Lubbock Power & Light P. 0. Box 2000 Lubbock, Texas 79408 3. WILL, MUST, OR SHALL: are always used herein in the imperative sense. 4. SUPPLIER OR MANUFACTURER: one who bids and is subsequently awarded a contract to deliver specified material and/or services. _6_ r111' Design Specifications for Fabrication and Delivery of Steel Pole Structures for 230/115 KV Transmission Line 1.0 Scope This Specification covers the design, material, welding, inspection, protective coatings, drawings and delivery of steel transmission single pole structures. The proposal shall include .field bolts, iocknuts, .vangs, attachment provisions for arms and/or insulators, anchor bolts, base plates, and other necessary items to make a complete structure. This specification was prepared for the purchase of seventeen (17) tangent poles, six (6) angle poles, and fourteen (14) deadend poles. 2.0 Codes and Standards Any specification or document referred to in this Specification is -to be considered as part of. th1s-Spec ificat ion. In the event of conflict between this Specification and referenced documents, or between several referenced documents, the requirements of this Specification shall take precedence or -the more stringent requirement shall -be followed. If clarification is necessary, contact the Owner. The following codes and standards are referenced: a. American Institute of Steel Construction (AISC), Specification -'for the Design, Fabrication and Erection of Structural Steel for Buildin s, latest edition. b. National.Electrical Manufacturer's Association (NEMA), Tapered Tubular Steel Structures, Standards Publication TT -1, latest edition. c. American -Society for Testing and Materials.(ASTM), Various Standards, latest revisions. d. American Concrete Institute (ACI), Building Code Requirements for Reinforced Concrete, ACI 318 -latest edition. e. -American Welding Society (AWS), Structural Welding Code, AWS D1.1, latest edition. f. American National Standards Institute (ANSI). g. American Society of Mechanical Engineers (ASME). h. American Society of -Civil Engineers (ASCE). -i. National Electrical Safety -Code (NESC).: j. Steel Structures Painting.Council (SSPC). -7- 3.0 General Requirements The design, fabrication, workmanship, finish, packaging and shipping methods shall conform to the latest and most acceptable practices within the tubular steel pole industry. These specifications describe the principal components for the fabrication of the tubular steel poles, as shown on the accompanying drawings. The required loadings for each type steel pole are shown thereon, and the over- load factors as shown shall apply. Each structure has been assigned a size, type, height, and number. This line will be composed of single and double circuit structures. 4.0 Special Conditions 4.1 The steel supplied for the fabrication of these structures shall be of sufficient strength to carry the required loadings and the overload factors. .The loadings are shown on the various structure drawings and were determined from the following considerations: a. Loading Zone Modified heavy loading conditions as prescribed by the .Seventh Edition of the National Electric Safety Code have been used as the basis for the conductor design calculations. b. Wind and Ice Loading Steel Structure strength calculations are to be based on an initial tension for a wind load of 6 lb/sq. ft. on the conductor and . overhead ground wire, loaded with ]�" of radial ice at 150 F., and other loading conditions as herein expressed.. c. overhead Transmission Ground Wire (Design Tension) (1) 3/8." high strength. steel 3945#. d. Transmission Conductor (Design Tension) (1) 795 MCM ACSR, 26/7_(Drake) 10,500# e. Everyday Transmission Loading (600 F., 10 mph wind speed or .25 pound pressure) (1) 795 MCM ACSR, 26/7•(Drake) 6052# (2) 3/8" HSS 2116# f. Distribution Neutral Conductor (Design Tension)... (1) 4/0 ACSR .(Penguin). 2105# g. Distribution Conductor (Design Tension) (1) ' 477 .MCM ACSR (Pelican) 2960# h. Everyday' Loading' -(600 F.,'10:mph-.wind speed or .2.5, pound; pressure)) (1) 477 MCM ACSR. (Pelican) 173.0#• (2) 4/0 ACSR (Penguin) 1220# i. Wind pressures shown in the loading criteria shall be multiplied by the appropriate shape factor applied to the poles. Pressures in lb./ft.? shall be computed as follows: r,. p = W x Cd Where p = pressure on projected area of the pole normal to wind, W = wind pressure, and Cd = shape (or drag) factor. Shape factors for computing wind on poles shall be as follows: 1.0 1.4 1.2 1.0 1.7 1.3 1.0 4.2 All structures which are not'to*be direct embedded are to have a� base Plate welded to the main -shaft and are to include a bolted on template which. is permanently identified. 4.3 The pole height shown on the drawings is measured from the bottom of the base plate to the pole top. 4.4 Design of anchor bolts shall be 'in. accordance with the ACI -318 - Latest Edition, Building Code Requirements for Reinforced Concrete, assuming a concrete strength as specified by the Owner. When anchor bolts are specified,. they shall have the top 24 inches galvanized. Anchor bolts shall, be threaded at the top 12 inches to provide a distance sufficient to provide for leveling or raking of the structure. Each anchor bolt shall include two heavy hex nuts. Welding on anchor bolts will only be allowed -in the bottom 12 inches. Only one length of anchor bolt shall be used on each pole. Anchor bolts/clusters shall be plainly. marked to indicate the structure type, number, etc. 4.5 Minimum plate thickness for all pole components above the ground - line shall be 3/16". U 4.6 Each pole shall be permanently marked on the pole shaft at approximately eye level and on the bottom of.baseplate or bearing plate with the following identifying information: structure type, height, number, and ultimate groundline moment. The method of identification shall be appioved by the Owner. 4.7 A two hole, NEMA drill ed, .copper clad grounding pad shall be welded to the structure at or.near the base plate, or -in . cases of direct embedded poles, at or.. slightly above the..gr-oundline. Grounding -pad face shall not be painted. -9- 4.8 Provisions for climbing, such as climbing ladder clips for attaching a climbing device, will be included on all poles as shown on the attached drawings. Working ladder clips shall also be provided as shown on the detailed drawings for each structure. Clips for re- movable ladders shall begin not closer than 50 ft. above the base plate or 50 ft. above ground for a direct embedded pole and extend to the top of the pole. Permanent clips shall be designed to support a 350 -pound man and equipment and be welded to the pole surface. LP&L has ladders available and will not requireadditional ladders. 4.9 Structures which are to be direct embedded shall have bearing plates and ground sleeves. Bearing plates and all steel below the groundline shall be a minimum of 4" thick. Bearing plates shall have a diameter not more than 2" greater than the maximum pole diameter.' Poles shall be hermetically sealed. Ground sleeves shall have a minimum length of two feet and minimum thickness of centered at the groundline. 4.10 Poles with elliptical cross sections shall have a minor axis equal to at least 75 percent of the major, axis. 4.11 Crossarms shall be designed such that the end of the crossarm is at the specified height under a loading of 600 F., no wind, and no overload factors. Crossarms shall be upswept or straight tapered steel tubular members, of any cross-sectional type, which meet the dimensions shown on the attached drawings. Arms shall be field bolted to connection plates factory welded on the pole shaft. Arm end plate connection details for hardware attachment shall be typical of those shown on.the attached drawings. The arms shal•1 be hermetically sealed. 4.12 Each pole shall have.at least two lifting lugs appropriately placed on each side .of the pole around and above the center of gravity. 4.13 In the design of connections for vangs, brackets, or stiffeners attached to the pole shaft, care shall be taken to distribute the loads sufficiently to protect -the wall of the pole from local buckling. 4•.14 Crossarms•and their connections to the poles shall be capable of withstanding wind induced vibrations with the structure completely or partially -erected, but without:insulators, conductors, or shield wires installed (no load condition). 4.15 On direct embedded structures, the maximum diameter shall not exceed two and one-half feet .(21 ft.). On structures requiring foundations the, maximum diameter of the case shall not exceed six feet (6 ft.), unless otherwise specified on the structure drawings. -10- 5.0 Physical Requirements 5.1 Material a. All material used in the structures shall have a minimum yield strength equal to or greater than the value used in the design calculations. All materials shall comply with the applicable requirements of ASTM specifications. Any modifications to ASTM specifications must be approved by the engineer prior to bidding. b. All primary structural plate material will be supplied to ASTM- A6-78, STMA6-78, "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use: unless herein modified. c. Rolled shapes and plate shall comply with ASTM -A572, modified to provide a minimum yield strength of 60 ksi. Special steel to specification other than the above, if proposed by the manufacturer, shall be quoted with specific reference to the. appropriate specification.:"'Subs tltuhions are -not to be made under any-c-ircumstances without approval from the -Engineer. All steel is to be of domestic manufacture. d. All manufacturers of multi -sided poles.must use 60 ksi steel or higher for all base plate, arm _plate., _pole shaft plate, arm and _ .pole vangs assembly. Steel wiTh higher strength may be supplied" ` with the engineer's approval. i• (� "=-e. The'.same..strength -steel (ksi :-xating) shall .be used throughout an entire pole shaft section. 4 is is no meant to include base, _ plates.) J.� Al L:steel used --shall meet a :C ar - " .. - �. py •"If`�--notch. value of 15`�ft-�oEitids. �• at =20o F. This --testing .sha.f.I. be carried '-out' in accordance with - c� ASTM -A370.- The 1 ocat i.on. o.f tlli-• test .sample WH 1 be as pr - C - ilird - -in ASTM A673-77. For subsized specimens, -the dimensions and values used_ shall bej n accordance with ASTM A673-77. Test results _ are to be submitted to the Engineer as soon' after fabrication as >s' resq is are available and.. the ;manufacturer• wi l 1 •.indicate what'�struc- aures were constructed from e..I:then ttie'hea•t lot'. or mill plate: 3o tested. The= thickness of any member iha ll _ be`not less than 3/16"_.(or -A 187$) . !�. Material used in anchor boittishall conform to ASTM A615-78 modified "Standard -Spec if i cation for DOormed `B t 1 1 et Steel 'Bars for Concrete Reinforcement'.', with a -minimum yield 'strength of 75 ksi Reinforcing bars shali'benormalized holding at, temperature A ong enough to"ensure - - - - _ uai.form --hea.t. distr i but i on `throughout_ its:.mass, and.�then cooli ng- i n. still air in':a uniform manner. Material shall have a�corrosioi resistance' at" least four times that of cirbon'steel.. The threpd area plus •12 -inches of .the bolts. shall 'be.hot dipped galvanized according. to ASTM A123-78, or metallized according to AWS C2.267T. - F i. Formed polygon tubular members for which the compressive stress P/A + Mc/1 on the extreme fiber equals the yield stress Fshould be proportioned so that: Y w/t = 240/ where w is the flat width on a side and t is its thickness. In determining w, the actual inside bend radius should be used unless it exceeds 4t, in which case it should be taken equal to 4t. The values of w/t above may be exceeded if the compressive stress P/A + Mc/1 on the extreme fiber does not exceed the value F given by a Fa=1.45 FY 0 - 0.00129.. y •t where 240 t ` 385 y y Fa=108,000 where 8 w w/t)2 3 5 t y For members of circular, smooth elliptical or regular polygon cross section of more than twelve sides shall be proportioned for the following allowable stresses Fand*F a b: 1. Members subjected to uniform compression F = F when D 1--- 3800 a y t FY F - 0.75 F + 950 when 3800 �_ D �_ 12000 a y D/ t' F t F y y. 2. Members.subjected to pure bending Fb Fy when D �= 6000 y` F 0.70 F + 1800 when 6000 D c_ 12000 b y D/t FY .t FY 3. Members subjected to axial compression and bending h fa + fb FF a b -12- j. All bolts shall conform to ASTM A354 Grade BC. Bolt material shall have corrosion and atmospheric resistant.properties comparable to ASTM A588 -77a. Bolts shall be coated with zinc- ""� rich primer, or be mechanically galvanized to ASTM B454 -76. - Alternate bolting material will be considered but in no instance will hot -dipped galvanizing be an approved finish for any material with a yield strength greater than 100 ksi. Nuts shall conform to ASTM A194-78 Grade 2 galvanized and -tapped .020 in. oversizefor pitch and major diameter -only. _ k. The bidders shall indicate the material used in each part of the structure and the specification covering the material. 1. Poles, arms and conductor brackets shall conform with ASTM A572 modified to provide a minimum yield strength of 60 ksi. m. Base plate shall conform with ASTM A572 or ASTM A633 modified .to provide a minimum yield strength of 60 ksi. 6.0 Design Requirements and Considerations - 6.1 Loads Upon Supporting Structures In establishing the maximum loads upon the supporting structures, • ..�_ •_ --several.,:load-ing conditi•on-s- are considered. Case -I is -a modified _ high wind loading condition -of 16 pounds on bare conductor at 600 F.' Case 41 is'a modified heavy NESC loading requirement which .includes '( a'6.pound wind on .inch of radial ice 'at 150 F. The wind loading 00011", ",on the pole shall be assumed .to be -20 1bs/ft2 with.no overload or facts being used on the pole. .The structures .are to be capable' of--supporti ng .- the max imum, load i ng comb i nati ons" 'for -the var i ous - - - - situations, whichever 1s.greatest. Certain other conditions are imposect wh i.ch _.are - to -be 'i ncl uded • i n the;;$'es i gns and • may requ ire -- _ addit b al strength .for certain components of the structures, =� suchas : differ_ential.,ice loads and broker conductor. The--po.les shall be designed to -withstand one broken conductor (that condue-tor.attached farthest from the g�' undline - not the overhead grouni wi re) The arms and brackets i ri!�any -phase position are to be '�•� - designEd to withstand a broken conductor: -13- a. Vertical Loads - The vertical loads on supporting structures and foundations are to be their own weight plus the super -imposed . weight which they support, including all wires, ice coated as specified. The radial thickness of ice in inches on wires for modified heavy loading conditions is .50". The weight of ice is to be based on 57 pounds per cubic foot. The weight of ice upon supports can be ignored. Vertical loads in excess of those specified above may be produced on the structure during construction or maintenance. Construction loads should be considered in establishing the final designs. The arms are to be capable of sustaining a minimum additional vertical load of a 350 pound man and equipment in the ice loaded condition.plus a single span of bare conductor and longitudinal load of '6000 pounds without permanent deformation. b. Transverse Loads - The transverse loads on supporting structures and foundations should be determined from the following conditions: NESC Loads-- Transverse loads for the modified heavy loading ' conditions which includes a 6. pound wind on 1/2 inch of radial ice at 15o.F. • Wind Loads - Wind speeds are to be based on conditions known to exist in the.Lubbock Area and from .the National Summary of clima- tological data for. the Lubbock weather reporting station. The transverse loads are to be determined using constant wind*pressure' as per section 4. 1, item I. '�► c. Loads Due to Line ASgles'- Where a change in directidi of wires occur, the--transverse-load- upon. the.. supporting structures is K the resultant load equal to the. vector sum of the transverse wind load and- the_ re�:iltant , load imposed by the wires?glue- to their change:ih direction. In obtaining these loading, a wind " direction i:s•to-be.lured-which gives the maximum -result-'ant load, - proper reduction be-i�g made -in loading -,to ref lect.the'ireduced- --.— wind:pressure_jxitheLAaires resulting from:the angularity of .the - ... application of the' vijnd 'to the wires. __. d. Wind on Structure. -Without Wires - All structures are .t.o have _ sufficient strength,'.before stringing, to withstand the wind ' velocity specified .under Wind Loading. The structurebe -------••---• ,_ -.•_. ,'shall _ .__ capable, pf_.withstanding this load from any direction..' _ _ ..... _ ... e. Longitudinal Loads Dead •Ends' --The Ln'gitudinal.loads upon^supportini structures i." at -dead -ends for=line terminations are -to be_deterniined as -tcL_the..1ongitudina1component.of :.tensions. of all wires under modified heavy loading conditions: ~- _2. Unbalanced Loads -'Where longitudinal Goads can be:created by the difference in tensions in the wires in adjacent spans caused by unequar vertical loading -or by unbalanced ice loads in adjacent spans, the structures are to be capable of supporting this longitudinal loading. 3. Stringing and Construction Loads - Proper allowance is to be considered for longitudinal loads which may be produced on the structures by wire stringing operations and construction. Techniques will be adopted which will minimize these effects. 4. Broken Conductor Considerations - In addition to the longi- tudinal loads already given for the various cases, we require that no permanent deflection will occur on structural com-- ponents including the pole shafts in the case of a broken conductor during conditions of low temperatures and/or wind and ice. A statement to the fact that the shaft, arms and other com- ponents will perform as required, is required with the proposal. To assist the bidder -in determining the correct value of the _'� •=• ° �.Iongi•tudinal •load;=�-vhe,,fol]owing information is-prov4ded: a. Conductor tensions -under the conditions most probable for broken conductor at the instant 'immediatel-y prior to the break:" ice, 6 pounds wind, -loo F Tension = 10,500 -lbs. b;,- •Span--length,var•ies but is approximately 600 feet. c. Sag approximately 13 feet. {� 6.2- Simultaneous Application of Loads - The vertical,. transverse, and longitudinal loadings previously specified relate to loadings on the-- .. wires and :structures.-_ The _vertical ,'-transverse and longitudinal load components on the -supporting structures are to.be.considered-as acting simultaneously. 6.3. Overload Factors- In-order'to arrive at the maximum design -loads or.' ultimate- loads, the loads: -specified are to.be.,multiplied by. an appro- priate -,overload factor.- The overload factors are shown .in the attached Design -Load Section i n -the..append i:x. 2. 6.4 Deflections ------ __ _. _. __--a,-- General.--Transmission..-structures constructed of steel -Robes -are to be analyzed.for deflection to provide adequate strength -requirements.- The large deflections usually resulting from hors- - zonta-1° loads cause additional stress due `to the.vertica.1- loads -bei ng--zpp.1 i ed. i n .the :f'i na 1 def 1 ected pos i ti on.. .This` add i t i onal - _ = stress:iS A be'consiOred -in the simultaneous application of loads. _ -. b. Appearance - Deflections play an important part in the appearance of a structure. At line angles, deadends, or where all vertical conductors are on one side of a pole structure, the constant load i in one direction will cause the structure to bow and appear out of roll,. plumb. Cambering of the poles so they will appear straight and plumb will be required for these cases. In cases where structures will be initially loaded eccentrically and deflections will cause the pole to\be out of plumb until final installations can be made, the manufacturer is to recommend the amount of rake necessary, under everyday conditions, to make the structure appear closer to plumb until the final loads are installed. - 6.5 Design Calculations and Data The design calculations shall be the responsibility of the supplier in accordance with the guidelines set forth above. A load tree and basic design loads are included in the appendix to assist in these calculations. The design calculations and data shall be submitted to the purchaser with the quotations and shall include: a. General dimensions of all structural components and anchor bolts. b. The total actual moments, moment of inertia furnished, and the w/t for polygonal cross sections at all splices and at least every 20 feet along the pole. C. Secondary Bending - The poles shall be designed -to resist, in " addition to all other loads and their appropriate overloads, the effect of deflections on all vertical loads including the dead <<,r^ load of the pole. d. Structure and anchor bolt weight. e. Torsional stresses on structure leg members, including shear forces. 6.6 Final Design Calculations Final design calculations shall be.submitted to the purchaser before fabrication commences, and shall include, in addition to the previously mentioned items: a. The total actual moments, moment of inertia, and stress at the connections of the arms. a b. Computations of stresses in.base plates, connections, attachments and anchor bolts. c. 'Maximum deflection at top of the structure and all load points for specified loading cases. d. Recommended rake over and above design camber to provide plumb pole structures under initial loading everyday conditions. -16- 7.0 Fabrication 7.1 Welding �,.. a. All welding shall be in accordance with the American Welding Society Code AWS D1.1, latest edition. Welders shall be AWS qualified. b. One hundred percent penetration welds shall be required in, but not limited to the following areas: 1. Circumferential welds joining structural members = 2. Longitudinal welds within the slip joint area and for at least one foot on.either side of circumferential seams and slip joints. 3.' Base plate to shaft weld 4. Arm -to -arm base, arm box joints and all other major'load- carrying penetration welds. 5., Flange plate to shaft weld , 6. Circumferential.welds sfia U be 100% -full penetration welds. << ,cn ..The longitudinal-welds.of.the male and female ends of slip V, joints shall be 100% full penetration welds. to a.poi nt at least one foot outside each.end of the jointed section after the joint' -is completed, Partial penetration groove welds. in comp'ress.ion normal`:to--t-he -throat :shall ..be designed for the _ same stresses as the base metal. Partial penetration groove welds in shear or intension normal.to•the throat, and all Com, -fillet welds shall' be equal to -the corresponding stress for the base metal. ' C. Quality and acceptability of,every*.inch of the full penetration welds shal•1 be* determined by -visual .and- ultrasonic or.radio- graphic-.inspection. -.Certified inspection reports will be made available when requested by the Engineer. d. All other -penetration welds shall -have eighty (80) -percent -- minimum penetration. -Quality and acceptabi11ty.of all welds other than =full.penetration-we.lds shall -be determined by visual inspection,- supplemented -by magnetic.particle-or dye penetrant inspection. -.Certified inspection reports will be made available.when requested by the Engineer. e. All weld back-up strips shall.�be continuous the `full -.length of the welds. tCare shall be exercised in the design of welded connections•.to-avoid areas.,of high stress concentration which could be:subject".•to fatigue or brittle fractures: f :No:field welding will=bepermit.ted,-except.on slip jointed poles exceeding 100 .f't•. in .height . This. exception applies only :if-.the- ..bidder if-.the- . bidder chooses -to -join, --two sl-ip.-jointed pole sections at the._ job site. In this case,.the bidder must use'a-minimum 80% - penetration circumferential-weld..to join.:the polesections. Anany case,_:this must be performed before a pole using slip joints will be accepted by 'Lubbock Power and 'Light. -17- 7.2 Material Preparation a. All parts of the structure shall be neatly finished and free from kinks or twists. All holes, blocks and clips shall be made with sharp tools and shall be clean-cut without torn or ragged edges. b. Straightening Material - Before being laid out or worked in any manner, structural material shall be straight and clean. If straightening is necessary, it shall be done by methods that will not injure the metal. c. Shearing and Cutting - Shearing and cutting shall be performed carefully and all portions of the work shall be finished neatly. Copes and re-entrant cuts shall be filleted before cutting. d. Bending - All forming or bending during fabrication shall be done by methods that -will -prevent embrittlement or loss of ' -'strength in the•material'being worked. 7.3 Holes a. Holes for connection bolts shall. be 1/8" larger than the nominal diameter of the bolts. Holes in baseplates for anchor bolts shall be 3/8" verger than the nominal diameter of the- anchor bolts. The details of all connections and splices shalh be subject to the approval of the Engineer.. Connections shall- t� be -detailed in a manner to avoid eccentricity as far*as possible. All splices shall develop the stress indicated for the members being spliced.' b. All holes in structural steel areto be drilled, not punched. All burrs resulting from reaming or drilling shall be removed with a tool making a 1/16" bevel. Where necessary.to avoid distortion of the holes, holes close to the points of bends shall be made after bending. The -use of a burning torch for cutting holes. will not be -permitted. c. Reaming and Drilling - Where'holes are reamed or dtilled,•the* diameter of the finished hole shall not be greater than the nomi- nal diameter of the bolt plus 1/8 of an inch'for connection bolts and 3/8 of an inch for anchor bolts. d. All drilling shall'•be done -with sharp -drills. Finished edges shall be clean- cute and free ;from burrs and chips. e.. All holes shall:be cylindrical and perpendicular to -the principal surface. _f. Plugging and -welding miss -drilled holes will not be allowed.' g.. Connections shall be arranged to minimize the eccentricity of loading on.the member.. " 7.4 Miscellaneous a. Assembly bolts are to be sized with the allowances for lock nuts which are to be furnished with the structures. All bolts shall pass f^ entirely through the nuts and have a minimum of 1/8" projection beyond the nuts after assembling the parts indicated in the design. A 10 percent overage of bolts and nuts, and a 5 percent overage on anchor nuts, is to be included. b. Provisions for climbing, such as climbing ladder slips for attach- ing a climbing device, will be included on'all poles as shown do the attached drawings. Working ladder clips shall also be provided as shown on the detailed drawings for each structure. LP&L has ladders availabl.e and will not require additional ladders. c. One piece poles are preferred. On poles with a total length exceeding 100 feet, two-piece poles are permitted. Two-piece poles over 100 ft. may include flange type or slip joint.type poles. The shaft sections .for flange connected poles shall'be prefitted for --flange-type of_assembly....-Structure sections shall be .numbered to relate to the•structure'identifications in-the•Bid proposal; and at the flanges,:both -sect ions.•s-hal1 be marked so that related faces can be -correctly matched in field assembly., Assembly instructions for joining pole sections to insure structure orientation are to be supplied by the manufacturer. _ J .If slip jointed poles are quoted to meet the two-piece requirements, the shaft sections shall be.prefitted -for telescoping type of assembly. The upper section at a joint shall telescope over the lower section by.not less than.11 times the maximum distance:.'- between the outside;edges of the.opposite flats for polygonal poles, -- or..b.y-not-.1ess than Af times -the maximum outside diameter for round.or eliptical.shaped poles. The manufacturer -is responsible for alI:jacking equIpmentland all.jacking of the pole sections. - Poles with slip joints must'be assembled and welded before they will be accepted .by Lubbock Power and Light.. - ----The.above•quoted preferences -.will be evaluated at -1$ •of .the pole - price. A,1% evaluation will be discounted for a one piece pole over two-piece poles. d. .Anchor bolts are to have 2 hex nuts for each bolt. The embedded_ length shall be determined by the supplier from the design load. - -- •-••-:_• .--Thl:s embedded- length is--.for--comparison ur oses -onl •purposes y. ---The anchor------- _•- bolts lengths -specified in the•drawings shall be supplied.' If'. the required embedded -length is greater than the -specified length, the = Engineer is to:be'_noflfied.-immediately The .th•r.ead area plus 12 inches. of the. -bolts.. and -.nuts shall .be hot dipped :galvanized_ Bolts 'W'. the anchor cageswill. be.designed: assumitng an ultimate bond -sties-s::dion 3-50O:ps'i=:concrete::_ fc' { ) as specified -in :the Amer_ican�-_:- -. Concrete Institute _Building Code (4C 318-77). -19- e. Structures are to be fabricated in accordance with detailed drawings furnished' by the manufacturer for approval by the Engineer. Any modifications must be approved by the Engineer and shown on the final drawings as a modification. f. Pole Shafts - The pole shafts used in the structures shall•have a round, eliptical,'or regular polygonal cross section and shall be tapered to meet design requirements. (A variable taper is accept- able.) The maximum difference in tapers between two pole sections measured by the diameters shall be 0.300"/ft. for poles with - variable taper. - g. Anchor Base Plates I. The structures shalt be supplied with circular or square anchor base plates made of fabricated steel selected in regard to its size and yield strength to develop the full strength of the structural member -to which it is attached. 2. Anchor bolt holes in base plates shall be of a diameter 3/8" .larger than the anchor bolts`with.which"they are.used.' 3. Anchor bolts shall consist of•reinforcing ba r,`deformed.. straight ASTM Specification_A-615, Grade 75 weld quality,` with the top 12 inches of the bolt threaded according to ANSI -UMC -2A classification. The bolts.shall be capable of resisting the desig-n load of the structure at the yield point of the bolts. ..- - • t . Bolt lengths which are calculated shall be in accordance with �t,eo", Section 12.5 of ACI 313-71, using -a -28 -day compressive strength of 3500 pounds.per square inch concrete. The threaded ends- plus.12 inches of the 'bolts shall be hot - dipped galvanlzed'in accordance` with ASTM A-123. Each bolt is to be furnished with two standard-heavy.galvanized hex nuts. 4. Anchor bolts shall be shipped unassembled. Two steel anchor ` bolt setting templates for top and. bottom -of ,bolts) shall be furnished.for each base plate. -For foundationsexceeding 15 feet, --. ....three -templates (top, middle, -and bottom of bolts) shall be provided. .Templates shall be permanently:identified with a mark number. The:number,of..bolt.hol.es.in a -template shall not exceed the number of anchor bolts .required for that structure. LP & L will require full-length anchor bolts in all foundations. -When, required., the -middle-template.:shalI not exceed a width of more than one foot-. (1 ftj. The steel shall.. be of suff icient } thickness -to handle the forces the anchor .cage is normally ex- pected to experienceiduring.normal'.construct ion ,and installation. . A width of mdse -than one` foot introduces sheer points -within the - concrete and h'inders-the'concrete .pouring.' h., 'Arms and Other'Structure Attachments 1. All pole attachments applicable to'particufar structures are �. shown'on the reference drawings. 2. Arms, when required, shall be designed so that the arm will fail before the failure of the structure and/or the arm attachment. All arms are to be attached by bolted means. No attachments will be permitted with U bolts wrapping the pole. 3. All through vangs for the attachment of shield wire, swing angle and dead-end insulators, and guys shall be welded to both walls of poles. Vang doublers are permissible. Centers of attachment holes (1 inch diameter) in vangs shall be located on longitudinal center lines of the vangs and It *inches from the ends of insulator and guy vangs, and 14 inches from the ends of the shield wire vangs. 4. All pole shafts shall include provisions for use of removable ladders. Pole ladders are a standard Lubbock Power and Light inventory item and are not to be furnished with these struc- tures. Pole ladder..attachments shall be as shown on the attached.drawing.�' 5 Grounding -dogs are required at the top of the poles as per the .details shown on the attached drawings -for each structure. 6. Each anchor base plate shall have provision for attaching a ground- clamp•.•,: This is to be provided by welding 'two recessed nuts',- that will accommodate 1/2 inch bolts, to the anchor base plates a.s shown on the attached grounding detail drawing. 8.0 Finishes 8.1 Zinc Primer and Painting - - a. The structures are to be prime -coated and finish -painted as per .. the following: 1. The surface is to be cleaned and adequately prepared to receive and hold a minimum 2.0 mil coating of a zinc -rich primer over which a finish -coat of Dupont Lucite-latex.base house paint is' to.be applied. The color is to be Antique White Number 249C._ This finish is preferred and a warranty is requested to insure proper application. 2. if.the manufacturer -takes exception to the.finish preference or to.providing:a warranty.for the preferred finish, an alter- nate is to.be.provided. ..All particulars, including the warranty are to be -provided with.the bid. The color will be the -same as Dupont.Antique White Number -249C, as stated above. b. Primer and paint will be of such quality and thickness as to warrant a written guarantee (requested from.manufacturers) against chipping or flaking. This guarantee shall-be.submitted with the proposal. C. Any alternative to the above-painting"requ_irements are to be fully described and warrantied. _21_ d. Touch up paint is to be shipped with the poles in appropriate containers. 8.2 Coal Tar Epoxy When poles are to be directly embedded, a uniform coating of 16 mils thick shall be applied on exposed surface of the embeddedportion of the pole. The coating shall extend from the butt to 12 inches above the groundline. Touch-up coal tar epoxy is to be shipped with the = poles in appropriate containers. 8.3 Compliance to coating thickness requirements shall be checked with a magnetic thickness gauge. 8.4 Structures shall be sealed. 9.0 Information to be Supplied by.'the Manufacturer = 9.1 Information and Drawings to be Supplied with the Proposal a. Calculated -shipping weight of.each structure.-excl-udi:ng.:anchor.::. bolts. Separate weights shall be given for arms and.poles. Calculated weights shall be based on RISC. (` b. Calculated shipping wei ht.of anchor PP 9 9 bolts. c.-- --Ultimate- groundl ine reactions (including O.L.F.). d. Anchor bolt size, length and locations (bolt circle diameters). e. Type of material of major components (ASTM number). f. Description of pole shaft, including thickness,: length, diameter, cross-sectional .geometry, -and method of .fasten-irig. each shaft component. g. Data showing the-design.of the -arm, arm connections, arm attach- ment plates and brackets. -h. Two sets of preliminary design. -drawings for each structure type. i. -Schedule of delivery of approva V and *final -drawings to the Engineer. �.{ W*C 9.2 Documentation to be Supplied to the Owner for his Approval Final design calculations for pole shaft, base plate, anchor bolts, f ° crossarms, and other appurtenances, including their connections for all structures. The following shall be applied: a. Design calculations shall be submitted with each bid and shall consider deflected unbalance (secondary bending). The calculations will show the plate thickness for each structure, the safety factor produced by such plate thickness, for pole shaft, crossarms, and crossarm brackets. The calculations will also show the resistive base moment required, and the resistive base moment produced. b. For each loading case, the total shear and axial forces and moments, stresses, section moduli, cross-sectional areas, deflections, w/t's for polygonal and D/t's for round cross sections at all.joints;' at the top and bottom, at arm - attachment points, and at least every ten (10) feet along the pole. c. For the critical loading case, including foundation movement, total shear and axial forces and moments,. stresses, section moduli, cross-sectional areas, and deflections for all arms. (Also, the bolt stresses in arm connections.) ' (( d. Anticipated deflections shall be indicated for each pole for the normal, everyday loading condition of 600F, no wind, no overload factors. e. For the base design.loading case, (that having the largest groundline moment), the groundline-reactions computed by removing the overload factors from the applied loads. f. Detail drawings.for each structure type showing dimensions and weights of all structure components. g. Assembly instructions and erection drawings. 9.3 Final documents shall be supplied to the Owner for the items -in Section 9.2.f, after erection of all structures. t 9.4 Test Reports (as requested) ; a. Certified mill test reports for all material. b. Certified welding reports for each structure. c. Impact prope rty.test 'reports showing,that'the material used in ,the structures meets the'impact.properties. _�3_ 10.0 Drawings 10.1 Three copies of shop detai V drawings applicable to design and/or detail are to be forwarded for approval prior to fabrication directly to the Engineer. These drawings shall be complete in every respect permitting the Engineer to determine all dimensions of pieces, assemblies, and major components of the structures. The approval of these drawings by the Engineer shall not be construed as a complete check but will indicate only that the general method of fabrication and detailing is satisfactory. Any manufacture performed by the.manufacturer prior to receipt of approval of these drawings will be at his•own expense should changes be required by the Engineer.with his submittal of comments on these. drawings. 10.2 Approval of drawings by the Engineer does not .relieve the manufacturer -" from respons ifii ll ty. for= tfie.. correctness of details -on the drawings. 10.3 One set of r.eproducible final shop. fabrication detail drawings shall .be submitted prior. -to the delivery of the structures.. 10.4 Any -errors in the detail drawings.shall.be corrected'by the manufacturer at his expense. 10.5 �- The manufacturer shall be .responsible for all accuracy of all drawings made by him -and shall -also be responsible for notifying the Engineer of any -revisions made after the -original . drawings have been finished. 11.0 Other Information to be Furnished by the Manufacturer 11.1" The manufacturer shall maintain permanent records of all. information on component parts. This will -generally contain pertinent information *on items such as materials, welding procedures, welders identification, type of inspection, inspectors test result, records of all visual and nondestructive testing. This information shall be made available to the Purchaser, or any person designated to independently inspect the manufacturing facility., processes or materials. .The Manufacturer shall permit -such inspection and shall cooperate by.providing any and all items pertaining.to the design, fabrication and delivery of these materials and services upon notification of the necessity of such inspection by the Engineer._ 11.2-- Miil - plate test reports -are -to be furnished upon complete fabrication '• -of -all structure. components,..(pole shaft; crossarms, crossarm bracket, _R ba'se plate, a-nd any other plate used in fabrication). 12.0 Shipping and*Delivery Schedule - 12.1 All poles and other structure components -are to be quoted as delivered FOB rail siding in -Lubbock,' -Texas. Rail delivery of .the poles is pre- ferred. Delivery .by truck is allowed upon prior approval of the engineer. -24- 12.2 1' preferred that the anchor bolts and templates be shipped in advance of the structures at the earliest possible date. 12.3 All bolts are to be shipped in solid wood, nailed boxes, with the purchase order and inventory on the box. All anchor bolt nuts are to be shipped in boxes except for those shipped with the anchor bolts attached to the templates. 12.4 All poles will be properly prepared for shipment and handling. Materials selected for banding or protection should not adhere to the finish. Handling wet finishes shall not be done. 12.5 These poles are needed in the near future and a reasonable schedule of delivery should be quoted by the bidder. 13.0 Inspection and Acceptance Upon Receipt The materials, upon receipt will be inspected by the owner or his authorized representative: If any defects are noted either as a result of manufacture or shipping, the manufacturer will be required to provide a representative to inspect the damage or defect and to make recommendations as to procedures to be used in order to correct the defects. This representative must be available as soon as notification is given by theOwnerto .the manufacturer. If after inspection no apparent defects are noted; the material shall be accepted-for,use. This does not relieve the manufacturer of his obligation and responsibility for having met all the conditions of the specifications and insuring the performance of his product. 14.0 Rejection of Material ` Any material delivered under these specifications which, in the opinion of the Owner or the Engineer, does not meet the requirements set forth ( herein with regard to material, fabrication, galvanizing, delivery, shipment or any other condition, will be so noted and the manufacturer will be notified as per paragraph P. If the manufacturer does not make suitable timely arrangements to correct the discrepancy so noted to the satisfaction of the purchaser, the purchaser may reject the material and return it to the manufacturer or charge the manufacturer for storage and handling until the rejected. -material can be properly relocated. All.expense incurred, including handling, transportation, and any and all other charges connected with said incorrect compliance with these specifications shall be charged to or shall be at the expense of the manufacturer. Any and'all of these expenses -which may have been paid by the Owner shall be reimbursed to the Owner in full by the manufacturer. 15.0 Warranty The bidders warranty statement is to be clearly -set forth. An unsatisfactory warranty statement in the opinion of the engineer will be sufficient to reject the bid solely on that basis. .16.0 Inspection and Testing ' 16.1 Inspection a. The owner andhisdesignated agents shall have free entry -at all times while work is being carried on, to all parts of the Manufacture plant to inspect. any ,part. of the production of the poles covered by this Specification: _�5_ b. members which are bent or warped or otherwise improperly fabricated shall be properly repaired or scrapped. c. The cost of tests made by the Manufacturer (except full-scale load tests on poles), including cost of the certified test joo", reports shall be considered included in the price. d. The Manufacturer shall make tests in accordance with ASTM A370 and ASTM A673 to verify that the material used in the structures meets the impact properties. e. Mill test reports showing chemical and physical properties of_ all material furnished under this Specification shall be maintained by the Manufacturer for a period of five years and shall be traceable to the structure. f. All plates over 1-1/2 inches thick shall be ultrasonically tested to assure against defects which could lead to laminar tearing. g. Welders or welding operators shall be qualified in accordance with the provisions of AWS D1.1. h. The Manufacturer shall make -certified welding -reports for each structure. The reports covering welding shall include all welds of a structure. Each weld shall'be clearly identified; and the report shall consist of the method of testing, whether the weld is acceptable, the identification of the structure, the date, and the name and signature of the inspector. These reports shall be maintained by the `.►anufacturer for a period of five years and shall 17.0 A roval, be trpceable lo the structure. pp Acceptance an Ownership 1Z.1 Final designs must be -approved by the Owner or Owner's Representative before fabrication and material ordering. Fabrication and material ordering prior to approval will be at Supplier's risk. It is under- stood that award of this contract does not constitute acceptance of design calculations submitted with the bid and that if corrections are required in the final structure designs due to Manufacturer's errors, omissions, or misinterpretations of the Specifications, the quoted price shall not change. Approval of the drawings and calculations by the Owner or his Representative does not relieve the Supplier of responsibility for the adequacy of the design, correctness of dimen- sions, details on the drawings, and the proper fit of parts. 17.2 All final.drawings shall become the property of the Owner, who shall have full rights to reproduce drawings and use them as he sees fit, including submitting them -to other vendors for the purpose of obtaining bids on future. -steel pole purchases. 17.3. After delivery, the poles will be inspected and shall be free of oil blisters, flux, black spots,'dross, tear -drop edges, flaking paint or zinc, and in general,.shall be smooth, attractive, and unscarred. Poles not meeting this requirement shall be repaired or replaced by the Fabricator at no additional cost to the Owner. _26_ 18.0 Proposal Submittal The proposal from each supplier is to be submitted on the attached bid sheet with all information furnished thereon, and all other information requested in these specifications attached to the proposal. Any proposal not complete, may be rejected as non- responsive. After acceptance and evaluation of all proposals by the Purchaser, _ the successful Bidder shall be notified and become the Manufacturer - and all references in the Proposal to Bidder shall apply to the Manufacturer. The proposal must be signed with the full name of the Bidder. ,If the Bidder is a partnership, the proposal is to be signed in the partner- ship name by a partner. If the Bidder is a corporation, the proposal must be signed in the corporate name -by a duly authorized officer and the corporate seal affixed and attested to by the .secretary of the Corporation Reference.attached "EXCEPTIONS". ITT MEYER INDUSTRIES (Bidder) By (President) George I. Roberts P. O. Box 114 ATTEST: (Secretary) Robert W. Harlow Date March 12, 1985 _27- Red Wing, MN 55066 (Address) Ce" STRUCTOtt' TABULATION STRUCTURE NUMBER STRUCTURE TYPE DESCRIPTION POLE TYPE STRUCTURE HEIGHT ABOVE GROUND ( IN FEET) NUMBER OF SECTIONS TOTAL WEIGHT ( WITHOUT ANCHOR CAGE ) TOTAL PRICE ( INCLUDING ANCHOR BOLTS, ARMS, ETC.) 1B H -Frame (Deadend) 90° 1 105 1 44,,087#v $ 36,741 IA Deadend (90°) A 99 1 32,384 27,204 9 Deadend (95°) 8 115 2 55s,974 50,459 10 Angle (Small) (20) E. 110 1• 16,212 _ 16,398 11 Tangent (00) E 115 2 18,063 17,732 12 Tangent (00) E 120 2 19,039 18,289 13 S� Deadend (90°) B-1 115 2 69,910 59,939 14 Deadend (90°) B-1 88 1 45,845 42,941 23 Deadend (88°) B-1 95 1 55,103 49,605 24 Tangent (2°) F .j- 100 2 19,134 14,141 30 Tangent (0°) G 80 1 13,258 11,974 31 Angle (Large) (50°) D 90 1 15,602 14,340 32 Angle (Small) (12°) F 80 1 12,319 8,770 33 Tangent (0°) F 80 1 10,418 7,950 34 Deadend (29°) A 85 1 11,461 10,141 35 Tangent (0°) H 85 1 10,647 7,214 36 Tangent (0°) F 80 - 1 10,908 8,153 38 Tangent (0°) G 75 1 19,164 15,435 43 Deadend (0°) C 90 1 16,042 111050 45 Deadend (790) A 110 1 36,144 30,134 46 Angle (Small) (12°) D 110 1 13,600 12,203 47 v Tapgent (00) F 100 2 18,255 13,153 48 Tangent (2°) F 95 2 18,243 13,266 49 - Tangent. (2°) F 90 1 14,833 10,847 50 Tangent (00) F 90 1 14,461 10,695 51 Tangent (00) F 90 1 14,461 10,695 52 Tangent (0°) F 90 1 14,716 11,407 -28- STRUCTURE TABULATION (Cont'd) STRUCTURE NUMBER STRUCTURE TYPE DESCRIPTION POLE TYPE STRUCTURE HEIGHT ABOVE GROUND ( IN FEET) NUMBER OF SECTIONS TOTAL WEIGHT ( WITHOUT ANCHOR CAGE) TOTAL PRICE ( INCLUDING ANCHOR BOLTS, ARMS, ETC. ) 53 Tangent (00) F 90 1 12,961 $ 9,510 54 Tangent (20) H 90 1 12,305 8,115 55 Deadend (35°) p 90 1' 14,012 12,588 56 Tangent (0°) F 90 1 12,961 9,488 57 Deadend (540) q 90 1 17,917 15,826 58 Tangent (00) F 90 1 12,961 9,510 59 Deadend (97°) A 95 1 27,943 23,059 60 Angle (Large) (43°) D 90 1 14,256 13,749 61 Deadend (85°) B 105 1 _ 42,123 34,471 62 Deadend B-1 100 1 53,430 45,517 TOTAL PROPOSAL $ 722,709 1. Prices are F.O.B. Destination, with freight included to rail siding in Lubbock, Texas. 2. Delivery will be by rail car. -�9-