HomeMy WebLinkAboutResolution - 4169 - Contract - BRB Contractors Inc - Water Supply Line, RAFB-Phase I - 06_10_1993Resolution No. 4169
June 10, 1993
Item #24
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 BRB Contractors, Incorporated for a water
supply line to Reese Air Force Base -Phase I, 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
ATTEST:
Lk
et y o n on, City Secretary
APP OVED AS TO CONTENT:
Victor Kilman, Purchadi g Manager
APPROVED AS TO FORM:
Lin ata G. Yanalver, tirst Assistan
City Attorney
DGV:ja/RAFBPBSI.RES
D2-Agnnda/Jun® 3, 1993
CITY OF LUBBOCK
SPECIFICATIONS FOR
WATER SUPPLY LINE TO
ESE AIR FORCE BASE - PHASE 1
BID # 12571
�& .9.0
6y
CITY OF LUBBOCK
Lubbock, Texas�eS�i�9
Office of
Purchasing
City of Lubbock
P.O. Box 2000
Lubbock. Texas 79457
606-767-2167 MAILED TO VENDOR: May 4, 1993
CLOSE DATE: MAY 11, 1993 AT 2 P.M.
BID #12571 - WATER SUPPLY LINE TO REESE A.F.H.-PHASE 1
ADDENDUK # 1
I. Addendum #1 is issued to modify or amend Contract Documents
as per the enclosed three (3) pages.
All requests for additional information or clarification
concerning the AFB should be submitted in writing and directed
to:
Questions may be faxed to:
PLEASE RETURN ONE COPY WITH YOUR BID
Enclosures (3)
Ron Shuffield
senior Buyer
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
(806) 767-2164
THA OU,
Ron Shuffiel
Senior Buyer
F
r
BID 12571
WATER SUPPLY LINE TO REESE
f AIR FORCE BASE - PHASE 1
L ADDENDUM NO. 1
1. In Bid Proposal ( Base Bid ) Item No. 9, the Contractor shall
furnish and install 14" Approved Class 150 pipe, including
fittings, and gmbedment complete in place, at 8'-10' cut, per
linear foot.
2. In Alternate Bid #2 Item No. 1, the Encasement size shall be 54
inch instead of 42 inch.
"Boring including 54" encasement and approved 36" Class 150 pipe
furnished and installed in bore, complete in place, per linear
foot."
r
i
3. In Alternate Bid #1 Item No. 1 pipe embedment, removal and
reinstallation of fences or any other structures which may be
damaged during construction, shall be furnished by the Contractor
and be included in the Services based on per linear foot.
4. In Alternate Bid #E1 Item No. 2 and 9 pipe embedment, shall be
furnished by the Contractor and be included in the Services based
on per linear foot.
5. Page 16, section 2 ( Ductile Iron Pipe ), instead flanged by
flanged ends should read,
r
" All joints for ductile iron pipe shall be of rubber gasket bell
and spigot type, except where connecting flanged fittings, and
shall otherwise conform to the base specifications to which the
pipe is manufactured. The joint shall be the latest approved type
of rubber gasket Joint for ductile iron pipe."
6. Page 17, top paragraph ( concrete cylinder pipe ) - instead of
0.2, it is 0.02 inches.
"The band shall be provided with 3/8 inch x 0.02 inch steel straps
on each side."
7. On plans, page 2 of 7, Sta 3+62 is not considered as wet tie-
in.
8. On Plans, page 6 of 7, in Detail D, it is 36" Class 150 Plug
F instead of Blind flange.
r
9. On Plans, page 7 of 7, disregard the Stations Description, refer
to corrected Description enclosed with the addendum.
10. On the Plans page 6 of 7, Detail 6 and C, Contractors shall remove
and abandon existing 14" AC Line prior to Laying the proposed 36"
Class 150 Water Line.
11. The fence as indicated on the Plans shall be removed prior to
laying the lines. The Contractor shall be reinstall the fence as
soon as that portion of the line is complete in place. The
Contractor shall be responsible for furnishing and erecting
temporary fencing in the duration of the installing the line to
prevent any loss of live stock. Contractor shall be responsible
for the loss of any livestock as a result of the fence being
removed for the installation of the pipe.
13. All pipe manufacturer's and suppliers shall submit bids to the
contractor and not the City.
7'.
Stations
Sta 0+00
'lye -in to existing 45 SCRC Une
417:90' Class 160 Flg. Cone. Reducer
5'-30" Class 150 {Inipp )
PooK.R.S. Cate valve
with Bevel Gear and 4' by pan Blg Gate Valve
Concrete Vault
5'W z 14% z 10'D lnstde dimension
Sts 3402
30'z14' Flg Tee
North:
Flange Grade Adaptors
2 - Class 150 00' Fig Bonds
Class 160 Fig Nipple When Required
6' - 14' Class 160 Water Line
Air Assembly Valve with LO' Air Release
Valve and lUnhole
4' - 14' Class 150 Water line
East:
38':30" F'lt Reducer
373' - 3er Class 150 Water Une
Description
Sta 23+80
Southwest
3g' t 14' with 45' outlet
10' -14' Class 150 Water Line
14" - Class 150 4S Bend
5' -14' Class 150 Water Une
Concrete Vault
4'W z 461, z BID
14' K.R.S. Gate Valve (Fig z F'lg)
6' -14" Class 150 Water Una,
14" - Class 160 45' Bend
Tie to Es3sting 14' Line
P - 14' Class 160 nipple
14' Dresser for D.I. and Chas 100 AC connection
South
120' - SS' Class 160 Water Line
Sta 25+00
6'W z 141 z B'D Concrete Vault
38' N.R.S. Gate Valve (Fla z Fig)
with Bevel Gear and 4" by pass Fla Gate Valve
p., !0' - Mr Class 150 Water line
Air Valve Assembly with L'" Air Release
6 Valve and lianbole
Sta 28+50
Tie to Existing 14" Line
14' Dresser for D.J. and Class 100 AC Connection
1' - 14' Class 150 nipple
14' - Class 150 45' FIg Bend
5' -14' Class 150 Water Una
Concrete Vault
41Fz4%zBID
14' N.R.S. Gate Valve (pit z Fit)
5' -14' Class 150 Water Line
14' - Class 150 45' Fig Bend
10' -14' Claar 160 Water Une
Se z 14' with 45' outlet
Sta 43+00
Air Valve Assembly with 47 Combination Valve
and Standard Uanbole
Sta 06+00
Blow ON Valve Assembly witb S' Gate Valve
and Standard 1lanhols
Sta 7p+72
Concrete Vault
d'W z 14% z 30'D
36' N.R.S. Gate Valve with 6' Bypass Gate Valve
10' -14' Class 150 Water Line
34f z 14' Clasa 150 Flg Tee
35' -14' Class 150 pater Une
14' Class 160 Id Bend
V IC Class 150 nipple
14' Dresser for D.I. and Class 100 A.C. eounection
Tie to Existing 14' line
South
10' - UB' Class 150 Flg nipple
3C Class 150 Plug
CITY OF LUBBOCK
SPECIFICATIONS
for
I
TITLE: WATER SUPPLY LINE TO
!
REESE AIR FORCE BASE - PHASE 1
ADDRESS: WEST LUBBOCK AREA, LUBBOCK, TEXAS
BID NUMBER: 12571
r
PROJECT NUMBER: 2125-553102-9750
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
4
r"
i
C
INDEX
i
PAGE
1,
NOTICE TO BIDDERS— ...
2.
GENERAL INSTRUCTIONS TO BIDDERS............................................................................7
3.
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................15
a
4.
PAYMENT BOND..............................................................................................21
5.
PERFORMANCE BOND .................................................... ............25
..........................
6.
CERTIFICATE OF INSURANCE..................................................................................29
7.
CONTRACT..................................................................................................33
8.
GENERAL CONDITIONS OF THE AGREEMENT.......................................................................37
9.
CURRENT WAGE DETERMINATIONS.................................................55
r
10.
SPECIFICATIONS.................................................................... .....57
...................
11.
SPECIAL CONDITIONS........................................................................................59
r
12.
NOTICE OF ACCEPTANCE......................................................................................61
i
..4
t
i
i�
I
6
�: 3
r
r
r
r
NOTICE TO BIDDERS
7
5
1
NOTICE TO BIDDERS
BID ! 12571
Sealed bids addressed to RON SHUFFIELO, Senior Buyer, City of Lubbock, Texas, will be received at
the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Roam L-04, Lubbock, Texas, 79401,
until 2:00 o'clock P.m. on the 11th day of May. 1993, or as changed by the issuance of formal addenda to all
planholders, to furnish all labor and materials and perform all work for the construction of the following
described project:
WATER SUPPLY LINE TO
REESE AIR FORCE BASE - PHASE 1
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Buyer 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
Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written.
R
The City of Lubbock will consider the bids on the 27th day of May, 1993, 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
r. and payment bond in accordance with Article 5160, Vernon's Am. Civil St., in the amount of 100% of the
total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should
i be issued carrying j}� snug ¢ by a company car ing a current Best Rating of or superior, as the rating of the bond company is
a factor that will be considered in determination of the lowest responsible bidder. If the contract price
does not exceed S25,000.00 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 to bidders. Each bidder's attention is
further directed to provision of Article 5159a, Vernon's Am. 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.
r
The City of Lubbock hereby notifies ell bidders that in regard to any contract entered into pursuant
to this advertisement, minority and women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, disability, or national origin in consideration for an award.
There will be a pre -bid conference on 30th day of April. 1993, at 10:00 o'clock a.m., Personnel
Conference Roam 108, 1625 13th Street, Lubbock, Tx. 79401
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
bid meetings and bid openings are available to all persons regardless of disability. If you would like bid
information made available in a more accessible format or if you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Roam L-04 at
least 48 hours in advance of the meeting.
CITY LUB
RON SHUFFIEL
SENIOR BUYER
ADVERTISEMENT FOR BIDS
BID S 12571
Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department,, City of Lubbock,
Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Roam L-04, Lubbock,
Texas, 79401 until 2:00 o'clock p.m. on the 11th day of May, 1993, or as changed by the issuance of formal
addenda to all planholders, to furnish all labor and materials and perform all work for the construction of
the following described project:
WATER SUPPLY LINE TO
REESE AIR FORCE BASE - PHASE 1
After the expiration of the time and date above first written, said sealed proposals will be opened
by the Buyer 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.
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, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's
Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the
contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant
r•. to this advertisement, minority end women business enterprises will be afforded equal opportunities to
submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, disability, or national origin in consideration for an award.
11
There will be a prebid conference on 30th day of April. 1993, at 10:00 o'clock a.m., Personnel
Conference Roan 108, 1625 13th Street, Lubbock, TX.79401
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -
bid meetings and bid openings are available to all persons regardless of disability. If you would like bid
information made available in a more accessible format or if you require assistance, please contact the
Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:DO p.m.) or 1625 13th Street, Roan L-04 at
Least 48 hours in advance of the meeting.
CITY LUBBOCK
RON SH FIELD
SENIOR BUYER
GENERAL INSTRUCTIONS TO BIDDERS
7
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the following:
The contractor shalt furnish all labor, superintendence, machinery, equipment and all materials necessary to
complete this project in 'accordance with contract documents. All construction and other work shall be done in
accordance with the best engineering and construction practices for the skill or trade involved.
2. CONTRACT DOCUMENTS
i
All work covered by this contract shall be done in accordance with contract documents described in the General
Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the
construction of this project and shall be responsible for the satisfactory completion of all work contemplated by
said contract documents.
3. PLANS FOR USE BY BIDDERS
roll It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered
by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without
t" charge of forfeiture of deposit.The contract documents, may be examined without charge as noted in the Notice to
Bidders.
b. TIME AND ORDER FOR COMPLETION '
The construction covered by the contract documents shall be fully completed within 120 (one hundred twenty) calendar
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City
that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the
Contractor to take such action as the City deems necessary to insure completion of the project within the time
specified.
S. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the
contract documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to
execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of
which the Contractor has been notified.
9
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve
the Contractor of full responsibility for providing materials,of high quality and for protecting them adequately
until incorporated into the project. The presence or absence of a representative of the City on the site will not
relieve the Contractor of full responsibility of complying with this provision. The specifications for materials
and methods set forth in the contract documents provide minimum standards of quality which the Owner believes
necessary to procure a satisfactory project.
S. GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective
materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general
guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all
damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of
final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of
Lubbock).
4. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use
during construction. Plans and specifications for use during construction will only be furnished directly to the
Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or
others, as required for proper prosecution of the work contemplated by the Contractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, ^
supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any
and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the
date the City issues its certificate of completion to Contractor., The City reserves the right, after the bids have
been opened and before the contract has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the
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.
11. TEXAS STATE SALES TAX
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 without paying the tax at the time of purchase.
10
r
i,
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
it shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a
way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or
other underground structures which might or could be damaged by Contractor during the construction of the project
contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location
of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the
Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by
Contractor during the prosecution of the work contemplated',by this contract shall be repaired immediately by
Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and
shall take such other precautionary measures for the protection of persons, property and the work as may be
r necessary. The Contractor will be field responsible for all damage to the work due to failure of barricades, signs,
and lights to protect it, and when damage is incurred, the damaged portion shall be! immediately removed and replaced
by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs,
and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the
project.
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.
P`
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 ru. r where such local representative may be reached during the time that the work contemplated by this
contract is in progress.
16. INSURANCE
r The Contractor shall not commence work under this contract until he has obtained all insurance as required in the
General Conditions of the contract documents, from on 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
t` contain an agreement on the part of the insurer waiving the right to subrogation.
is
The insurance certificates furnished shall name the City as on 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 particulgrlproject 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 above mentioned. The bidders' attention
Is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the
payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the
schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor
from compliance with any wage law that may be applicable. Construction work under this contract requiring an
inspector will not be performed on weekends or holidays unless the following conditions exist:
(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 grade 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 Representative not less than three full working days prior to the weekend or holiday he desires
to do work and obtain written permission from the Owner's Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on weekends or holidays will be made by the owner's
Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under
this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, �-
regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer
dangerous to property or life.
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 classification,
the mi ber of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true
and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the
future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the
classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included
in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars
for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or
mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of
general prevailing rate of per diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Poposals 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.
12
7
20.
21.
rft
PREPARATION FOR 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 new must be signed by him
or his duly authorized agent. if a proposal is submitted by a firm, association, or partnership, the name and
address of each member must be given and the proposal signed by a member of the firm, association or partnership, or
person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and
business address 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 specified in the Notice to Bidders, and endorsed
on the outside of the envelope in the following manner:
(a) Bidder's now
(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.
SOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
ch
(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.
13
7
F
r
BID PROPOSAL
15
C-
BID PROPOSAL
BID FOR UNIT PRICE
PLACEt WEST LUBBOCK AREA, L1104 C, TIM
�^ DATE: May 11, 1993
{
PROJECT NO: 12571
Proposal of BRB Contractors, Inc. (hereinafter called 881dder")
To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called e0wner")
Gentlemen:
�. The Bidder in compliance with your invitation for bids for the construction of
r
Water Supply Line to Reese Air Force Base - Phase 1
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 familiar with all of the conditions
surrounding the construction of the proposed project including the availability of saterials and labor, hereby
r proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the
plans, specifications and contract documents, within the time set forth therein and at the prices stated in
Exhibit •A".
The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according
to the accompanying forms, for performing and completing the said work within the time stated and for the prices
stated in Exhibit ■AN of this proposal.
Bidder hereby agrees to earmience 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 eoaplete the project within 120 (ONE HUNDRED TNENTY) consecutive
working days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further
agrees to pay the owner as liquidated damages the sum of $100.00 (ONE_NUNDREO FIFTY DOLLARS) for each
consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more
fully set forth in the general conditions of the contract.
Bidder understands and agrees that this bid proposal shall be cmpleted and submitted in accordance with
Instruction No. 20 of the General Instructions to Bidder.
Bidder understands that the Owner reserves the right to reject any or sit bids and to waive any formality in the
bidding.
The bidder agrees that this bid shall be good and my not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees
to eomoence work on or before the date specified in the written notice to proceed, and to substantially complete
r the work on which he has bid; as provided in the contract documents.
i�
i
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
r'
Item Quantities
Per Total
t.
No. & Units
-------------------------------------
Description of Item & Unit Prices Unit Amount
--•--------------------------------------
p
`
1. 79561 L.F.
36" Approved Class 150 pipe furnished
and installed complete in place, with
fittings and embedment, at 8'-10' cut,
including removal and reinstallation of
fences or any other structures which may be
r•
damaged during construction, per linear foot;
t
SERVICES:
_(S )$
MATERIALS:
)$
r�
TOTAL •
_(S
A (s .5 �+S) $ 40.44 =
2. 362 L.F.
30" Approved Class 150 pipe furnished
and installed including fittings, and
embedment complete in place,
j'
8'-10' cut, per linear foot;
F SERVICES: _(S )S
MATERIALS:
TOTAL: r c
3.
SERVICES:
MATERIALS:
TOTAL:
(S )S
(sAs 5711
2 each 36" AWWA C-500 Non rising stem Gate Valve
with Bevel Gear and 6" bypass Gate Valve
furnished and installed including fittings,
complete in place.
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No.' 8 Units Description of Item & Unit Prices Unit Amount
-------------------------------------- ------------ ------------------- -........
4.
SERVICES: -
MATERIALS:
TOTAL:
5.
1 each 30" AWWA C-500 Non rising stem Gate Valve
with Bevel Gear and 6" bypass Gate Valve
furnished and installed including fittings,
complete in place.
(s S(J ) $ 2 0 17fp
3 Each 14" AWWA C-500 Non rising stem Gate Valve
furnished and installed including fittings
and embedment, 8'-10' cut, per linear foot;
SERVICES:
MATERIALS: J n�
TOTAL: 'h1:0 ti,6��•�.1.�� .ems , .- - 'r�' c�.(s 3 )S DD
6. 2 Each 14'L x G'W x IO'D Concrete Vault
furnished and installed including fittings,
complete in place.
SERVICES:
MATERIALS•
TOTAL: f A _(S )s�
r
r
r
i
7
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------------------------- -........... .......... ---•--.....
•------••--------
7. 3 each 41 x 41W x BID Concrete Vault
furnished and installed including fittings,
complete in place.
SERVICES:-
MATERIAI c-
TOTAL:
8. 79942 L.F. Trench Protection ( Shoring ) for
8'-10, cut;'
SERVICES: -
MATERIALS:
TOTAL: i
(s )f
(f )s
(S )S
(s )s
(S )$-2—q A-2
9. 120 L.F. 14" Approved Class 150 pipe furnished
and installed including fittings, complete
in place, per linear foot;
SERVICES:
_(S )$
MATERIALS:
_(S A
TOTAL: a=
y
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
E Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
f
10. 1 each Air Valve Assembly including 2" Air
Release Valve, threaded tap in main line,
2" Ball Valve, piping, and 4' diameter
concrete manhole with cast iron ring
FOR and cover.
SERVICES: ($ )$
MATERIALS: ($ )$
TOTAL • 1CkZ&Vd &44k_ o s ($�) $ 3
11. 2 each Air Valve Assembly including 4" Combination
Air Valve, flanged tap in main line,
4" Gate Valve, piping, and 4' diameter
concrete manhole with cast iron ring
and cover.
SERVICES: (S )S
MATERIALS: (S )S
TOTAL: AI4 {S 4 �OL� ) $
12.
SERVICES:
MATERIALS:
TOTAL:
1 each Blow Off Valve Assembly including 6" Gate
Valve, flanged tap in main line, piping,
and 4' diameter concrete manhole with cast
iron ring and cover.
is �s
cs �s
is 310 11)0 )$— 7—
y
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
---------•---- ---- -... ---...... -------------------------- ---------- -----------
13. 4 each wet -ties including labor and incidentals
necessary for making tie-ins, complete
in place, per each;
SERVICES:
MATERIALS:
TOTAL: q
TOTAL BASE BID (Items 1 through 13)
SERVICES:
MATERIALS:
TOTAL
r
(f )f
(f )S
(s 3 D �s 7 ADD
r
7
F
BID PROPOSAL
ALTERNATE BID #1 FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item & Unit Prices Unit Amount
......... -..... --------------------------- ----... ------------------- ----------
1. 7,561 L.F. Installed complete in place 36" Approved
Class 150 pipe and fittings, at 8'-10'
cut, including pipe embedment, removal and
reinstallation of fences or any other
structures which may be damaged during
construction, per linear foot,Class 150
pipe and fittings to be furnished by the City;
SERVICES:
TOTAL:
2.
SERVICES:
(s )s
{ s-�"c
362 L.F. Install complete in place 30" Approved
Class 150 pipe and fittings, at 8'-10' cut,
Including pipe embedment, per linear foot,
Class 150 pipe and fittings to be furnished
by the City;
TOTAL: ti
3. 2 each Install complete in place 36' AWWA C-500
Non rising stem Gate Valve, with Bevel Gear
and 6" bypass Gate Valve including fittings
furnished by the City.
i
�- SERVICES:
TOTAL: is ,�1.crC� fi t+ + _(s s- s- 00 ) $_1.L,.�Cz
r
r-
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item
Quantities
Per Total
No.
& Units
Description of Item & Unit
Prices Unit Amount
------------------------
-------------------------------------------
�-
4.
1 each
Install complete in place
30" AWWA C-500
Non rising stem Gate Valve
with Bevel Gear
and 6" bypass Gate Valve including
fittings
furnished ky the City.
r
i
SERVICESS::
_(S )S
TOTAL:
-
n�
d,86 ,e
_(S )s
E
5.
3 Each
Install complete in place
14" AWWA C-500
Non rising stem Gate Valve
including fittings
furnished by the City.
r
SERVICES:
TOTAL: ,,,
6.
SERVICES:
TOTAL:
7.
SERVICES:
TOTAL:
2 Each Install complete in place 14'L x 6'W x 10'D
Concrete Vault including fittings furnished
by the City.
cs >s
(s3 )sue
3 each Install complete in place 4'L x 411 x SID
Concrete Vault including fittings furnish
by the City.
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. & Units Description of Item 5 Unit Prices Unit Amount
---------------- -------------------------------------- ------- ---------- -------
8.
SERVICES:
TOTAL:
7,942 L.F. Trench Protection ( Shoring ) for
8'-10' cut;
cs �:
cs� � �s.2
9. 120 L.F. Installed complete in place 14" Approved
Class 150 pipe including fittings furnished
by the City, per linear foot;
SERVICES-
TOTAL:
(S )S
(f 77
10. I each Install complete in place Air Valve Assembly
including 2" Air Release Valve, threaded tap
in main line, 2" Ball Valve, piping, 4' diameter
concrete manhole with cast iron ring and cover,
and fittings furnished by the City.
SERVICES:
OA,1,
_(S A
TOTAL:j1U.L44JJ4 AV1 Ak &&aa _(s ,00 )S.� 300
I
BID PROPOSAL
BID FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
t es
r, No. & Units Description of Item & Unit Prices Unit Amount
------------- ------------- --...... -------- -..................... --------------
11. 2 each Install complete in place Air Valve Assembly
including 4 Combination Air Valve, flanged
tap in main line, 4" Gate Valve, piping,
4' diameter concrete manhole with cast iron ring
and cover and fittings furnished by the City.
SERVICES:
TOTAL:
(f )S
cs1, �vv ,:3_10_v
12. 1 each Installed complete in place Blow Off Valve
Assembly including 6" Gate Valve, flanged tap
in main line, piping, and 4' diameter concrete
manhole with cast iron ring and cover and fittings
furnished by the City.
SERVIC«-
TOTAL:
13.
(s )S
)S1,-40-1)
4 each Wet -ties including labor and incidentals
necessary for making tie-ins, complete
in place, per each;
SERVICES: ($ )$_
MATERIALS:
TOTAL:
TOTAL ALTERNATE BID #1 (Items 1 through 13)
SERVICES:
oft
TOTAL:
(s4.13D )s 17.20p
F
BID PROPOSAL
ALTERNATE BID #2 FOR UNIT PRICE CONTRACTS
Item Quantities Per Total
No. &Units Description of Item & Unit Prices Unit Amount
... -............. ----...... ------------------------- -............... -.........
r' I. 80 L.F. Boring including 42" encasement and
approved 360 Class 150 pipe furnished and
installed in bore, complete in pltce, per
r., linear foot;
SERVICES: ($ )s�,
MATERIALS: ($ �)$
TOTAL: � ►LIlie;&"'-Z
t AU-4A (s - ) s 3 6
2.
4 E.Y.F. Standard Manhole;
SERVICES: ($ )$
MATERIALS: {S )$
TOTAL • I' l.t Tl� � (s-= 6 ) s 3 Gd
TOTAL ALTERNATE BID #2 (Items 1 and 2)
SERVICES:
rMATERIALS:
TOTAL : 7�
($ A
is
r MAY-11-93 TUE 11:46 BRB CONTRACTORS INC FAX NO. 9132321245
P. 02
r
B R B Contractors, Inc.
r- HEAVY AND UNDERGROUND CONSTRUCTION
r Phme (913) 232.1245 , r' 400 N.W. Curtis Street
Fax # (913) 23S4045
P.O. BOX 8128
TOPEKA, KANSAS 6660"128
May 11, 1993
CITY OF LUBBOCK
PO Box 2000
Lubbock, TX 79457
806-767-2167
r' 806-767-2164 fax
ATTN- Mr. Ron Shuffield, Senior Buyer
r
RE: Bid 1112571 - Water Supply Line to Reese A.F.B. - phase 1
r. Dear Mr. Shuffield:
We understand that the valve delivery on the above referenced
job is 14 to 20 weeks after shop drawing approval. If we are
low bidder on this project we request that this be taken into
consideration when the notice to proceed is given.
sincerely,
BRB CONTRACTORS, INC.
M444�l e
President
MCW:tk
LIST Of SUBCONTRACTORS
This form shall be camleted end submitted with the Bidderfs Pra"sel.
2.
3.
4.
S.
6.
T.
8.
9.
t0.
Minority Dowd
Yes No
20
r
I
PAYMENT BOND
22
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
0011 ALL MEN'BY -TbESh PRESENTS, 'that-, BRB Contractors, Inc . (hereinafter called the Principel(s), as
+ Priricipal(s), ari8, P1M]et Insurance company
(. (heref44ar_calj<��rJj�i Surety(s), as surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the
tr" Obligee), "In the' mount of Sge (1 ) below Dollars (634,W-25) lawful money o? the JJ61ted States for
the payment whereof, the said Principal and Surety bind themselves, and their heirs, administratorE, executors, successors
and assigns, jointly and severally, firmly by these presents.
`1 WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated theViay,of
dig 199Z to
commence and complete the construction of Bid 112571 - Water Supply Line to Reese
E
Air Force Base -Phase I.
�r
k
and said'principat:ender the law is required before commencing the work provided for in sold contract to execute a bond in
the amp of said cbAtract which contract Is hereby referred to and made a part hereof as fully and to.the same extent as If
copied at length, herona
NOW, THEREFORE,,4HE CONDITION OF TNIS OBLIGATION IS.SUCN, that if the said Principal shall pay all claimants
supptying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this ebtfoation shatI`be void; otherwise to remain in full force and effect;
PROVIDED NOUEVER, 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 copied at length herein.
(1) Six Hundred Thirty -Four Thousand, Eight Hundred,,Forty-Eight & 25/1-00------
24
IN WITNESS WHEREOF, the said Principal (a) and surety Cs) have signed and sealed this instrument this , day
of _ 19
Planet Insurance Company
Surety
Principal
BRB Contractors, Inc.
_ *B
John* oger, J .. i e�
A rney-in-Fact
By:
Michael 4JWA!? President
By:
Gregory S. Hblid, Secretary
By:
(Title)
The undersigned surety company represents that it is duly qualified to do'business in Taxes, and hereby designates
nayirl RrPnhnitZan 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.
Planet Insurance Company
Surety
. By; By
John M. KogWc
_
Approved as to form: Attorney-i n,
City of Lubbock
�--�
By.,
.City Attorney
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.
Ir
PLANET INSURANCE COMPANY
HEAD OFFICE, SUN PRAIRIE, WISCONSIN
r POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the PLANET INSURANCE COMPANY, a corporation duly organized under the laws of the State
of Wisconsin, does hereby make, constitute and appoint John M. T-Oger, John M. Koger, Jr. , Eugene F. Konzem and
Alice B. Jacobs, individually, of Topeka, Kansas
Its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds
and undertakings of Suretyship,
n
end to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings end other writings
obligatory in the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of
such officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof.
r
This Power of Attorney is granted under and by authority of Article VII of the By -Laws of PLANET INSURANCE COMPANY which became
effective September 21, 1981, which provisions are now in full force and effect, reading as follows:
ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairmen of the Board, any Senior Vice President, any Vice President or Assistant Vice President
or other officer designated by the Board of Directors shell have power and authority to (a) appoint Attomeys-in-Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
!� (b) to remove any such Attorney -In -Fact at any time and revoke the power and authority given to him,
i
2. Attorneys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney Issued to them, to execute and
deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the neture thereof.
The corporate seal Is not necessary for the validity of any bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory
in the nature thereof.
i
3. Attomeys-in-Fact shell have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity
or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to
copies of the By -Laws of the Company or any article or section thereof.
e '
t : This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
PLANET INSURANCE COMPANY at a meeting held on the 29th day of March, 1982, at which a quorum was present, and said Resolution has not been
r�+ amended or repealed:
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney
or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal
fpOM shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which It is attached."
1 IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused these presents to be signed by Its Vice President, and Its corporate seal to
be hereto affixed, this 30th day of September 1992
( • 4 PLANET INSURANC COMPANY
vill5e President
STATE OF Pennsylvania
.- COUNTY OF Philadelphia
On this 30th day of September 1992 personally appeared Charles B. Schamlz
to me known to be the Vice -President of the PLANET INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing
r instrument and affixed the seal of said corporation thereto, and that Article VII, Se "o�1,Z nd3 of the By -Laws of said Company, and the Resolution,
set forth therein, are still In full force.
My Commission Expires:
No
SEAL
June 6 ,1994 HE C\I i_CiS SHIELDS. mclary u i
cE C la Prr;,.. " C �Iptlry1 Public in and for the State of Pennsylvania
1 Residing at Philadelphia
1, Anita Zippert AX00ackSecretary of the PLANET INSURANCE COMPANY, do hereby certify that the
?"+ above and foregoing Is a true and correct copy of a Power of Attorney executed by said PLANET INSURANCE COMPANY, which is still in full force
I and effect -�
�-n--
r IN WITNESS WHEREOF, I have hereunto set my hand sE+ he h' I of said Company this / da 19
,kk
AI£4OGOCSecretary
BDP-1431 1 /82
PERFORMANCE BOND
26
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
ACTS OF THE SM LEGISLATURE, REGULAR SESSION 1959
BRB Contractors, Inc.
KNOW ALL,KEN BY THESE 'iOSEHTS, that (hereinafter called the Principal(s), as Principal(s), and
Planet insurance_Compan
(hereinmfter catted`tm 0: ety(s), as Suretyts), are hetd and firmly band unto the City of Lubbock thereinafter called the
Obligee�'i". n the amount of See (1) below Dollars (S 6M,M•25j lawful money of the United States for
the paym wherecf;-"the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors
and assigns, 16Intry and severally, firmty by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obtigee, dated the y of
xQ , 1923 to
Commence and complete the construction of Bid #12571 — Water Supply Line to Reese -
Air Fore Base -Phase I. ,
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in
the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if
copied at length herein.
- 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 56th Legislature, regular session 1959, and all liabilities on this bond shall be
1 determined in accordance with the provisions of said article to the same extent as if it were copied at length herein.
f IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this Instrument this day of
Planet In"sgAme Company BRB Contractors, Inc.
r Surety. -��.. Principal
r
.. (fit ohm M: ,_ o "er Mi cha C. Welch, President
` } Attorney-i n t Titte)
53x.;Hun0i�d Thirty -Four Thousand, By:
Eight'Hundred Forty -Eight & 25/100--- (,t ) -
? Gregory S. Hoglund, Secretary
I By.
r' (Title)
r
s
28
1.
David The undersigned surety company represents that it is duty qualified to do business in Texas, and hereby designates
Brenhol tzan agent resident in Lubbock County to whom any requisite notices may be detfvered and an whom service of
process may be had in matters arising out of such suretyship. t
Planet Insurance Company [
surety
- (Tftte)
John M. Kogei�
Approved as to Form Attorney -in -Fact
City of Lubbock
By: 4
City Attorney �•
* Note: If signed,by an officer of the Surety Company, there must be on fite a certified extract from the by -taws 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.
. f
r" PLANET INSURANCE COMPANY
I' HEAD OFFICE, SUN PRAIRIE, WISCONSIN
f^
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the PLANET INSURANCE COMPANY, a corporation duly organized under the laws of the State
of Wisconsin, does hereby make, constitute and appoint John M. Roger, John M. Koger, Jr., Eugene F. Konzem. and
Alice B. Jacobs, individually, of Topeka, Kansas
Its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds
and undertakings of Suretyship,
and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as If such bonds and undertakings and other writings
obligatory In the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of
such officers, and hereby ratifies and confirms all that Its said Attomey(s)-in-Fact may do in pursuance hereof.
This Power of Attorney is granted under and by authority of Article VII of the By -Laws of PLANET INSURANCE COMPANY which became
effective September 21, 1981, which provisions are now in full force and effect, reading as follows:
ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President
or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, and
(b) to remove any such Attomey-in-Fact at any time and revoke the power and authority given to him.
2. Attorneys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and
deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
The corporate seat is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory
In the nature thereof.
3. Attorneys -in -Fact shall have power and authority to execute affidavtts required to be attached to bonds, recognizances, contracts of indemnity
or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to
copies of the By -Laws of the Company or any article or section thereof.
This power of attorney Is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
PLANET INSURANCE COMPANY at a meeting held on the 29th day of March, 1982, at which a quorum was present, and said Resolution has not been
amended or repealed:
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney
or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal
shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which It is attached."
IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to
be hereto affixed, this 30th day of Septeinber 1992
STATE OF Pennsylvania
COUNTY OF Philadelphia
On this 30th
day of September
PLANET INSURANC COMPANY
e President
,19 92 , personally appeared Charles B. Schamlz
to me known to be the Vice -President of the PLANET INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing
Instrument and affixed the seal of said corporation thereto, and that Article VII, Se ion 1, 2, and 3 of the By -Laws of said Company, and the Resolution,
set forth therein, are still In full force.
My Commission Expires: NOTARIAL SAL EAL
June 6 19g4 H= 5` LOIS SHIELDS. N^!ary u
ra dr'rf .ia. Phiia v,�t11Y Puialic in and for the State of Pennsylvania
Residing at Philadelphia
1, Anita Zippert ApoogWSecretary of the PLANET INSURANCE COMPANY, do hereby certify that the
r above and foregoing is a true and correct copy of a Power of Attorney executed by said PLANET INSURANCE COMPANY, which is still in full force
and effect
IN WITNESS WHEREOF, I have hereunto set my hand abr ' he I of said Company this da 19
ASecretary
F r=
;r.
ISSUE DATE MMIDDNY)
�il'r "f 06/09/93
PRODUCER CERTIFICATE S. A A. N R 1 N NLY D
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE`.
14 { DOES NOT AMEND, -EXTEND OR'ALTER THE COVERAGE AFFORDED HY THE
? ":Locktan I'nl3urance ency POLICIES BELOW. -
';3 Townsit* Plaza
` COMPANIES AFFORDING COVERAGE "
f 'Topeka KS 66603 _._.. _ ....
COMPANY a,
LETTER
v...._ .
_.__........_..._....,_.__. _...._. _..__._.....__µ
LETTER COMPANY B
INSURED T1524 k_,,...,,___ , ,_� ",.,EM.P.LOYERS......MUTUAL, pF,,..WAUSA�l . ,..,
BRB CONTRACTORS, INC. COMPANY C
P.O. BOX 81E8 LETTER
400 N. "Wa CURTIS COMPANY
<. LETTER
TOPEKA KS 66608-0128 __._........ _ ._ .... __,,, ....._ ..,. _..
COMPANY E
LETTER
4
;...OY.ERAQES *:a„t p4 fit.- *z `-:"$,a.. -t #c. "'�.fa`° j �+( g..rk '. ".` �d\. �m-r..v
,o.,.. ,: , c.,t�,.m, „4. �u ..._.� .<�'.,,1.�(�I{�B ,. ...;v,w,., ,,,.�t`;.� �>, .� .., \u\S ,�,��,,., n,» uw.a
1
JHIS IS, TO CERTIFY,THAT THE POLICIES OIL INSURANCE LISTF-MBELOW HAVE 4EEN;•ISSIJED SQ,THE INSURED NAMEDABOVE FORt'THE POLICY PERIOD
INDICATED, NO7WIrHSTANDING ANY REQUIREMENT; TERM OR`CONDITION OF ANY-CONTFIACt Oh OTHER"DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE, MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
"'" L�RCLi?S1i7N�` AT CY C�71(]1 TI NS OF SUCH,?0WQES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE
POLICY NUMiER POLICY EFFECTIVE `POLICY EXPIRATION: LIMITS
LTR 9. ? DATE (MMIDDNY) DATE (MM/DDIYY)
GENERAL LIABILITY Y „ i} GENERAL AGGREGATE �JO
! f .
COMMERCIAL $ENER/�LU.($BILITY 036IRCM5i4 .9�32 04/01 /93 04/01 /94 PRODUCTS-COMP/OP AGG ,
I CLAIMS MADE OCCUR.: PERSONAL & ADV.INJURY ; S
OWNER'S &CONTRACTOR'S PROT. EACH OCCURRENCES M11 QIBB. ®0
e.
_. _X _P9R . LOCATI ON.._AGOR FIRE DAMAGE (Anyone, —fire'),,
re)S ..... .. ..... ..SBt.�„
MED. EXPENSE (Any one person) $ 5.00
COMBINED SINGLE $
LIMIT
A AUTOMOBILE LIABILITY 030FJ106439SCCA: 04/.01/S3, 04/01/94 „ ... r 000y0I.
A ANY AUTO
=. r OWNED AUTOS
SCHEDULED AUTOS BODILY
person)URY
ALL
a
c f HIRED AUTOS x
BODILY INJURY
.NON -OWNED AUTOS (Peraccident)
GARAGE LIABILITY PROPERTY DAMAGE S
EXCESS LIABILITY EACH OCCURRENCE $� Q�OOS 00,
A` UMBRELLA FORM a 030XS023079943CCA 04/01/93 04/01/94 AGGREGATE s, 5. 000 00
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION STATUTORY LIMITS
k 4 k
. aG EACH ACCIDEpLT. S
B 0714018060617 04/0,1 /93 04/01 /94 DISEASE —POLICY LIMIT
EMPLOYERS' LIABILITY _.._
DISEASE —EACH EMPLOYEE $ c.100 @O
OTHER
A BLANKET BUILDERS ` 1030IB5149973FCA 04/01/93 04/01/94 SPECIAL FORM INCL FLOOD, EQ
RISK/INSTAL'LATION 9 TESTING. $5,500 PER JOB
nATER SITE/DISASTER,$2500. DED
DE x IPTION OF OPERATIONSILOCATI SIVE ICLESISPECIAL ITEMS
BiD �:� 12571 WATER SUP { ... Y ' I NE TO REESE .ail R FORCE „ BASE PHASE -1 - CONTRACTI COST $6341-1848. 2g
dkRASE IS EXTENDED TO ADD CERTIFICATEHOLDER AS -ADDITIONAL INSURED.
1720 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE, CANCELLED BEFORE THE
CITY OF LUBBOCK r; EXPIRATION DATE ``THEREOF, THE ISSUING COMPANY WILL 99MIX�aix'.
P. C). BQX .000 a MAIL DAYS WRITTEN NOTICE TO THE: CERTIFICATE HOLDER NAMED TO THE ".
LUBBOCK TX 79451" ^. 19A. LEFT, eJErXiWGX)WAX-OliXIX)fsXXNW)EXXMIXl YP)6UX09&vd*gXX
".;, �iX�XI)fJ(��XdIJ(XII4XIG)6�,dfiEJ(&(�4�I+1trX�IXX�EX�(X�xd6�4XrX�bJ�
AUTHORIZED EPRESENTATIVE
O .. N A61
ISSUE DATE (MMIDDfYY)
A4;A'. . .
111 1� INSC1[CBIt�iDE'
'� •.'. +. w>"w`ai:.«Y.s$.✓.k ie».r.:±rtwnrsFF.i... .n .nun,: r Six-cN. ... .1M.YH,C, .+✓ +iP+}Fww
THIS BINDER IS A TEMPORARY INSURANCE CONTRACT. SUBJECT TO THE CONDITIONS SHOWN ON THE REVERSE
SIDE OF THIS FORM.
_
Pkbucciii-
C�OM�PANY BINDER NO.
� ����+� �/�,��+�
_ IOCK A<�_ iiti71i1ClLV1aC. iia��1+1
Three Townsite Plaza
;171Gt� ACI�A�tq Cet�...._...__:.__�:���N1.3V�y�
T
Topeka, KS 66603
12;01 _._.x: AM :: � 12:01 AM
06=10-93 _ _ ` _._ P"! _ _08-10-93 iNooN
233-0303
; IS ISSUED ND COVERAGE IN THE ABOVE NAMED
CODE(913)
sue-coDE
1�P�ER
PER RING POLICY NO*
OESCRIPTION OF OPERAT-ia-? YEHICiFS/PROPERTY pndudnp
411 i CF J.AJ3I BOM, i.GA S
QQL\M4137M MB CCJntmcors
P. 0. Box 2"
)
Lubbock, TX 79457
crovFRACEsLMffS
TYPE OF INSURANCE
COVERAGEIFORMS AMOUNT DEDUCTIBLE COINSUR.
PROPERTY CAUSES OF LOSS
BASIC BROAD SPEC.
GENERAL LIABILITY
GENERAL AGGREGATE S Q00
COMMERCIAL GENERAL LIABILITY
PRODUCTS-COMPiOP AGG. S
CLAIMS MADE OCCUR +
PERSONAL i AOV1 INJURY S
OWNER'S A CONTRACTOR'S PROT.
: L EACH OCCURRENCE L MA Mn.
FIRE DAMAGE (My am Am) S
RETRO DATE CLAIMS MADE
MED. EXPENSE (Airy one per"Q S
AUTOMOBILE LU181LITY
dOMBINED SINGLE LIMIT S
ANY AUTO
BODILY INJURY (Per pS
ALL OWNED AUTOS
BODILY INJURY (Per accident) t- --��—�
SCHEDULED AUTOS
PROPIJTTY DAMAGE
HIRED AUTOS
MEDICAL PAYMENTS S
NON -OWNED AUTOS
PERSONAL INJURY PROT. S
GARAGE LIABILITY
UNINSURED MOTORIST S
S
AUTO PHYSICAL OHMAGE DAL - ALL VEHICLES
SCHEDULED VEHICLES ACTUAL CASH VALUE
COLLISION:
STATED AMOUNT i
OTHER TW W OO
OTHER
EXCESS LIABILITY
EACH OCCURRENCE S
UMBRELLA FORM
AGGREGATE S
OTHER THAN UMBRELLA FORM -RETRO DATE FOR CLAIMS MADE
SELF44SURED RETENTION S
STATUTORY LIMITS
WORIICER'S COMPENSATION
EACH ACCIDENT S
AND
-_-
EMPLOYER'S LIABILITY
DISEASE -POLICY UMIT S
DISEA:X--EACH EMPLOYEE S
SPECIAL CONDITIONS/OTNER COVERAGES
i
Contract Amou=: $634,848.25
Bid #12571 Water Supply Line to Reese Air Force Base - Phase I
;......
NAME & ADDRESS .:: ,k , w r � '`� � �: •? "
MORTGAGEE ADDITIONAL. INSURED
LOSS PAYEE
LOAN
'jAUTHORIZED REPRESENTATIVE
ACORD 75•S (7/90) /ACORD CORPORATION 1990
a
PLANET INSURANCE COMPANY
r HEAD OFFICE, SUN PRAIRIE, WISCONSIN
I
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we BRB Contractors, Inc.
as Principal, hereinafter called the Principal, and the PLANET INSURANCE COMPANY of Madison,
t Wisconsin, a corporation duly organized under the laws of the State of Wisconsin, as Surety,
t hereinafter called the Surety, are held and firmly bound unto City of Lubbock, Texas
as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid
153 ($XXXXXXXX ), for the
payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
rthese presents.
I WHEREAS, the Principal has submitted a bid for Bid #12571, Water Supply Line to
Reese Air Force Base - Phase I
NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within
such time as specified in the bid, enter into a contract in writing and give bond with good and
sufficient surety, or, in the event of the failure of the Principal to enter into such Contract and give
such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may
in good faith contract with another party to perform the work covered by said bid, then this obligation
shall be null and void, otherwise to remain in full force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to
execution of the final contract shall furnish evidence of financing in a manner and form acceptable to
Principal and Surety that financing has been firmly committed to cover the entire cost of the project.
Signed and sealed this t rh da Of _ May , 19_93_�
BRB Contractors, Inc.
(Witness) (Principal (Seal)
Gregory S. Hoglund, Sec.-Treas.
(Title)
Michael C. Welch, President
PLANET INSURANCE COMPY
r•
(A n t)
` Joh Ko er, Jr.
•M
BOP-2323 2/90
PLANET INSURANCE CONYPANY
HEAD OFFICE, SUN PRAIRIE, WISCONSIN
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the PLANET INSURANCE COMPANY, a corporation duly organized under the laws of the State
of Wisconsin, does hereby make, constitute and appoint John M. Tbger, John M. Koger, Jr. , Eugene F. Konzem and
Alice B. Jacobs, individually, of Topeka, Kansas
Its true and lawful Attomey-in-Fact to make, execute, seal and deliver for and on its behalf, and as Its act and deed any and all bonds
` and undertakings of Suretyship,
and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings
obligatory in the nature thereof ware signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of
such officers, and hereby ratifies and confirms all that Its said Attomey(s)-in-Fact may do In pursuance hereof.
This Power of Attorney is granted under and by authority of Article VII of the By -Laws of PLANET INSURANCE COMPANY which became
111 effective September 21, 1981, which provisions are now in full force and effect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President the Chairman of the Board, any Senior Vice President, any Vuce President or Assistant Vice President
or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, and
(b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him.
2. Attomeys-in-Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and
deliver on behalf of the Company, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof.
The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory
In the nature thereof.
3. Attomeys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity
or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to
copies of the By -Laws of the Company or any article or section thereof.
This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of
PLANET INSURANCE COMPANY at a meeting held on the 29th day of March, 1982, at which a quorum was present and said Resolution has not been
r„ amended or repealed:
I
"Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney
or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal
PM shall be valid and binding upon the Company In the future with respect to any bond or undertaking to which it Is attached."
E
IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused these presents to be signed by Its Vice President and its corporate seal to
be hereto affixed, this 30th day of September 1992
.� PLANET INSURANC COMPANY
1,
*President
STATE OF Pennsylvania
COUNTY OF
�.. Philadelphia .
On this 30th day of September .19 92 Personally appeared Charles B. Scfiamlz
to me known to be the Vice -President of the PLANET INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing
Instrument and affixed the seal of said corporation thereto, and that Article VII, Se 'on�I.Zd3 of the By -Laws of said Company, and the Resolution,
set forth therein, are still in full force.
My Commission Expires: NOTARIAL SEAL
F-c -pIS SHIELDS. No'3ry
r.. June 6 1994 _dE;; I�n;:a C:Nilnr Public in and for the State of Pennsylvania
Residing at Philadelphia
I Anita Zippert {Secretary of the PLANET INSURANCE COMPANY, do hereby certify that the
above and foregoing Is a true and correct copy of a Power of Attorney executed by said PLANET INSURANCE COMPANY, which is still in full force
1 and effect -
IN WITNESS WHEREOF, 1 have hereunto set my hand •h 61 of said Company this ,,yaf— /�/� J 79
*'Secretary
i
BDP-14311/82 �'• +'
sr
M
7
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREEMENT, made and entered into this L --)0 —9,3 by and between the City of Lubbock, County of Lubbock,
State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as
OWNER, and ORB CONTRACTORS, INCORPORATED, of the City of Topeka, State of KANSAS, hereinafter termed CONTRACTOR.
r� WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees
with OWNER to commence and complete the construction of certain improvements described as follows:
7
BID 012571 - WATER SUPPLY LINE TO REESE AIR FORCE BASE -PHASE L, IN THE AMOUNT OF $634,848.25.
and ell extra work a in connection therewith, underthe terms as stated in the contract docL= nts and at his (or their) own
proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, Labor, insurance
and other accessories and services necessary to complete the said construction in accordance with the contract documents as
defined in the General Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been
given to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment
on account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have
year and day first above written.
ATTEST:
/j-tt,-
Secretarl
APPROVED AS TO CONTENT:
FORM:AS TO
Ir 'bA A*Vb
ATTEST:
Corporate ec tary
Gregory S. Hoglund
ORB CONTRACTORS. INC.
By: 14�Z46"�&
Migharel C.-Welch
TITLE: President
COMPLETE ADDRESS:
400 NW Curtis, P. O. Box 8128
Topeka, Kansas 66608-0128
ity, -Texas in the
35
1
GENERAL CONDITIONS OF THE AGREEMENT
P'
i
i„
l
E
38
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: SRO CONTRACTORS. INCORPORATED who has
agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word owner's Representative or representative is used in this contract, it shall be understood as
referring to Larry Hertel, City Engineer, City of Lubbock, under whose supervision these contract documents,
including the plans and specifications, 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.
4. CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement
r (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 words
r" of like import are used, it shall be understood that the direction, requirement, permission, order, designation or
Il prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable,"
"Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's
Representative.
Whenever in the Specifications or drawings 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
specifically 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 having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. owner shall have no responsibility to
any Subcontractor employed by Contractor for performance of work on the project conteTplated by these contract
documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
7. WRITTEN NOTICE
F�
p Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of
L 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 r►Qt8ce.
it
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 Contractor
shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work
described in words which so applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has
been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still
may require minor miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall
accomplish this work in a manner acceptable to the Owner's Representative. The owner's Representative will check
the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's
request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in
accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles 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 of quality of the executed
work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not
be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor
will he be responsible for the construction 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
i 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 onsite
observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner
against defects and deficiencies in the work of the Contractor.
y
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 em
ployees, oyees, such
stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense.
39
14. OWNER'S REPRESENTATIVEIS 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
Representatives's estimates and findings shall be conditions precedent to the right of the parties hereto to
arbitration or to any action an 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 questions 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 adjusted to arbitration as hereinafter provided.
The Owners 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 hereto and on all questions which may arise relative to the
execution of the work or the interpretation of the contract, specifications and planar. 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 ap
pealing.
ppealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the owners Representative shall be and is hereby authorized to appoint from
r. time to time such subordinate engineers, supervisors, or inspectors as the said owner's Representative may deem
proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is
furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all
reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper
inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any
subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent
with the obligations of this Agreement and accompanying plans and specifications provided, however, should the
Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six
(6) days make written appeal to the Owners Representative for his decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
7
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
representatives of the Contractor is essential to the proper performance of the work and tack of such supervision
shall be grounds for suspending operations of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and
all risk in connection therewith shall be borne by the Contractor.
The Owner or owners Representatives will not be responsible for the acts or onissioru: of the Contractor, or any
subcontractors, or any of his agents or employees, or any other persons performing acre of the work.
42
17.CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and
location of the work, the confirmation of the ground, the character, quality and quantity of materials to be
encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work,
and the general and local conditions, and all other matters which in any way 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.
is. 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, unfaithful, 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 housing 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 as shall be approved by the
Owner's Representative and their use shall be strictly enforced. .
21. OBSERVATION AND TESTING
The Owner or owner's Representative shall have the right at all 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 ample notice as to the time
each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found
to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the
time or place of discovery of such errors and regardless of whether Owner's 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 manufactured at a location where it is not convenient for
Owner or Owner's Representative to make observations of such work or require testing of said work, then in such
event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates
of inspection, testing or approval made by persons competent to perform such tasks at the location where that part
of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed
by the American Society for Testing and Materials or such other applicable organization as may be required by law or
the contract documents.
43
r
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 Representative, it must, if requested by the owner or Owner's Representative, be uncovered
for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals
shall be borne by the Contractor unless otherwise provided herein. Any work which fails to sleet 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 inspections, 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 an the site of the work for use
in the work or selected for the same, shall be deemed by the owner or owners' Representative as unsuitable or not in
conformity with plans, specification 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
0
" line, grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either
before or after the beginning of the construction, without affecting the validity of this contract and the
accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for
" a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of
work, and the increased work can fairly be classified under the specifications, such increase shall be paid
r� 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
r" 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 incurred in preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required
by the Owner or owner's Representative to be done by the Contractor to accomplish any change, alteration or addition
to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 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
r. cent.
44
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,
timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the
time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together
with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits,
Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may
be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's
Representative may direct the form in which accounts of the actual field cost shall be kept and records of these
accounts shall be made available to the owner's Representative. The Owner's Representative may also specify in
writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to
be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices
for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest
Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where
practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra
work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate
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 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 therefore, and the Owner's Representative insists upon its performance, the
Contractor shall proceed with the work after making written request for written order and shall keep adequate and
accurate account of the actual field cost thereof, as provided under Method (C). 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 it is the intent of this contract that all work described in the proposal, the
specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that
such price shall include ell appurtenances necessary to complete the work in accordance 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 documents, he should notify the Owners' 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 understands the work to be included
and has provided sufficient sums in his proposal to complete the work in accordance with these plans and
specifications. It is 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 required under this contract, the Owner or Owner's Representative may order the
Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall
comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the
Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such on extent as to give
reasonable assurance of compliance with the schedule of progress.
45
i
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen'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
r" 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 bbatsoever, 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
r required to pay any judgment with costs which may be obtained against the owner or any of its officers, agents, or
l 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 paragraph in the Agreement, as well as any notice which may be given by
the Owners or the owner's Representative concerning omissions under this paragraph as the work progresses, are
intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to
I 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 through the life of this contract, insurance
protection as hereinafter specified. such insurance shall be carried with an insurance company authorized to
transact business in the State of Texas and shall cover all operations in connection with this contract, whether
performed by the Contractor or a subcontractor, or separate policies shall be providad covering the operation of
each subcontractor.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $300,OOO Bodily Injury
and 5300,000 Property Damage per occurrence to include:
Premises and operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products i Completed operatics Hazard
Contractual liability
Independent Contractors Coverage
Personal Injury (with exclusion "c" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the
�+. endorsement doing so is to be attached to the Certificate of Insurance.
t-
t'^
46
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 insured and the amount of such policy shall be as follows
For bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury $250/500,000
Property Damage S100,000
to include all owned and nonowned cars including: Employers Nonownership Liability Nired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific Job and copy of
the endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss)
naming the City of Lubbock as insured.
E. Excess or Umbrella Liability insurance
The Contractor shall have Excess or Umbrella Liability insurance in the amount of (t1,000,000
minimum) with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile
Liability coverages.
The City is to be named as an additional insured on this policy for this specific Job and copy of the
endorsement doing so is to be attached to the Certificate of insurance.
F. Yorker's Compensation and Employers Liability Insurance
As required by State statute covering all employees whether employed by the Contractor or any Subcontractor
on the job with Employers Liability of at least $100,000 limit. G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne
by such certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at
the address shown in the bid specifications.
47
r
r
(6) A provision that written notice shall be given to the City ten days; prior to any change in or
cancellation of the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the
job specifications. No substitute of nor amendment thereto will be acceptable.
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and
agree not to discriminate against a qualified individual with a disability because of the disability of such
individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee
compensation, job training, and other terms, conditions, and priviliges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND
SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from ell claims growing out of any demands
of subcontractors, laborers, workmen, 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. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of
those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five
(5) days after demand is made, then owner may, during the period for which such indebtedness shell 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.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the mx:e 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, materiel 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,
F then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or
process specified or required by owner is an infringement, the Contractor shell be responsible for such loss unless
he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and
regulations, which in any manner 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 Contractor observes that the plans and specifications are at variance
therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be
l 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.
r
! 48
The Owner is a municipal corporation of the State of Texas and the law from which it derives lte powers, insofar as
the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter
into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though
embodied herein.
33. 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.
34. 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 embraced 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 $100.00 (one Hundred Dollars) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract
as herein set forth for each and every calendar day that the Contractor shall be in default after the time
stipulated for completing 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 reasonable time for the completion of the same, taking into consideration the average
climatic change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the owner because 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.
35. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor
shall be allowed to prosecute 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 shell
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 Representative may direct
the time and manner of constructing work done under this contract so that conflicts will be avoided and the
construction of the various works being done for the Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules
which shall show the order in which the Contractor 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.
49
F
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion
of this project, taking into consideration the average climatic range and industrial conditions prevailing in this
locality, and has considered the liquidated damage provisions of paragraph 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, walkouts, 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 sit 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.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking 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 or Owners Representative for the Owner s
Iconvenience, 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.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area,
solid contents, number and weight only shall be considered, unless otherwise specifically provided.
In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract,
including the specifications, plans and other contract documents are intended to show clearly all work to be done
and material to be furnished hereunder. Where the estimated quantities are shown 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.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way
r encountered, which may be injured or seriously affected by any process of construction to be undertaken under this
I 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 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
not apply to any claim of any kind arising out of the existence or character of the work.
r�
50
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by
the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the
specifications and stipulations herein contained, the owner agrees to pay the Contractor the price set forth in the
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.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the
contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective
work. Contractor shall at any time requested during the progress of the work furnish the Owner or owner's
Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection
with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there
are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by
Contractor of final payment of the contract price shall constitute a waiver of all claims against owner which have
not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for
partial payment. Owner's Representative 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 certificate for partial payment showing as
completely as practical the total value of the work done by the Contractor up to and including the last day of the
preceding month; 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 a reasonable and equitable portion of the retained percentage due Contractor.
43. 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 completed 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.
51
i
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to hake final
measurement and prepare a final statement of the value of all work performed and materials furnished under the terms
of the agreement, and shalt 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 performance 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.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
r account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor
f shalt 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 and
replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
1
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
r. reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any
certificate to such 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 materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
k
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor
I
shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's
Representative has given any directions, order or instruction to which the Contractor desires to take exception.
The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in
writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for
arbitration shall be filed with the Owner's Representative 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
P" acceptance of the work by the Owner and the acceptance by the Contractor of the fined payment shall be a bar to any
claim by either party, except where noted otherwise in 5 re contract documents.
49. ARBITRATION
All questions of dispute under this agreement shall be submitted to arbitration at the request of either party to
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) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a
resident of the City of Lubbock. Should the party demanding arbitration fail to now an arbiter within ten (10)
days of ,the demand, his right to arbitrate shall lapse, and the decision of the Owner's Representative shalt be
final end binding on him. Should the other party 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 the arbiters with any
papers or information demanded in writing, the arbiters are empowered by both parties to take Ex Porte Proceedings.
The arbiters shall act with promptness. The decision of any two shall be binding an both parties to the contract,
unless either or both parties shall appeal within ten (10) days from date of the award by the arbiters, and it is
hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed
by Arbitration Statutes of Texas, being Article 224, at seq., Vernon$s Annotated Civil Statutes. THE DECISION OF
THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY
RIGHT OF LEGAL ACTION.
The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sustained,
such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken
without reasonable cause, they may award damages for any delay occasioned thereby. The arbiters shall fix their own
compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon
either or both parties. The award of the arbiters must be made in writing and shall not be open to objection on
account of the form of proceedings or award.
So. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fait 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 copy 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 on the Job, but the same, together with any materials and equipment under the
contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another
contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except
when used in connection with Extra Mork, 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 fait 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 sun 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 sun which would have been
payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or
his Surety shall pay the amount of such excess to the Owner; or
53
Pow
(b) The owner, under sealed bids, after notice published as required by law, at least twice in a newspaper
7 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
r. 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 Contractor or his Surety shall
be credited therewith.
When the work shall have been substantially completed, the Contractor 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 by 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 30 days after the date of
certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have
been the cost to the owner had the work been completed by the Contractor under the terms of this contract, or when
the Contractor and/or his Surety shall pay the balance shown to be due by them to the owner, then all machinery,
equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or
his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety
r, 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.
rAfter 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 Contractor or his Surety, to their proper owners.
y
51. 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 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 Owners 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 sane 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.
j 54
52. 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 925,000.00. If the contract price does not exceed 925,000.00, 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 furnished.
53. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions
conflict with any of the general conditions contained in this contract, then in such event the special conditions
shall control.
54. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be
done, or from the action of the elements, or from any unforeseen circumstance 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.
55. 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 expressly reserved to and vested in the Owner or
Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the
Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the
Contractor's own employees or to any other person, firm, or corporation.
56. 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 and
shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of
dispute Owner may remove the debris and charge the cost to the Contractor.
55
CURRENT PACE DETERMINATIONS
56
Resolution #2502
January 8, 1987
r, Agenda Item #18
DGV:da
RESOLUTION
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at.the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and.made a part hereof for all intents
and purposes:
Exhibit A: Building Construction Trades
Exhibit B: Paving and Highway Construction Trades
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
all public works contracts as provided by law.
Passed by the City Council this 8th day of January 1987.
G
B.C. McMINN, MAYOR
i
i
j Ranett�Boyd, City Secretary
APPROVED T, NTENT: APPROVED AS TO FORM:
Bi 1 P-yne, D rector of Building �ldG.iver, First
�" Services Assistant City Attorney
EXHIBIT A
City of Lubbock
Building Construction Trades
Prevailing Rates
Craft
Hourly Rate
Acoustical Ceiling Installer
$11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
Carpenter -Helper
5.50 �-
Cement Finisher
7.35
Drywall Hanger
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00 --
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker._
8.75
Sheet Metal Worker -Helper .
5.50
Welder - Certified
8.00
r
l
r-
F
7
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft Hourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT D
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week) is l 1/2
times base rate. —
EXHIBIT E
Prevailing Wage Rates -
Weekend and Holiday Rate
The rate for weekend and holiday is 1 1/2 times base rate.
I
k ,
k
SPECIFICATIONS
58
r
SPECIFICATIONS FOR SUPPLY LINE TO REESE AIR FORCE BASE
WATER MAIN CONSTRUCTION PHASE I
SCOPE: The work to be done under this contract shall consist of the
following:
1. Construction of approximately 381 feet of 30" pipe line including
necessary valves and appurtenances in the West Lubbock Area from
the Bailey County Supply Line (US Highway #84) southward on Farm
to Market Road (County Line Road).
2. Construction of approximately 7561 feet of 36" pipe line including
necessary valves and appurtenances in the West Lubbock Area along
Farm to Market Road (County Line Road).
The Contractor shall notify the owner 5 working days ahead of the date
for the wet tie in located approximately 1100 feet northwest of the
intersection of south right-of-way of U.S.84 and Northwest corner of
Section 17, Block D-5, and shall preform the dry tie in within 3 working
days.
The Contractor shall furnish all labor, superintendance, machinery,
equipment and all materials necessary to complete this project in
accordance with contract documents.
GENERAL: All water main construction within the City of Lubbock water
system or for future connections to the City of Lubbock water system
shall be accomplished in accordance with the requirements of these
specifications.
NOTICE TO PROCEED: The contractor is issued a Notice to Proceed
following approval of Council and execution of Contract Documents. The
Water Utilities Department shall be notified 48 hours before the planned
construction is to commence and also before starting up when
construction is interrupted for any reason.
INSPECTION: All work shall be inspected by the Owner's representative
r and shall have the authority to halt construction when, in his/her
opinion, construction is being performed contrary to these
specifications or other approved plans. Whenever any portion of these
r specifications is violated, the Director of Water Utilities, by written
l notice, may order that portion of construction which is in violation of
these specifications or other approved plans, specifications and
material to cease until such violation is corrected. A copy of the
order shall be filed with the Contractor's license application for
future review. If deficiencies are not corrected, performance shall be
required of the Contractor's Surety.
r"
7
WARRANTIES AND ACCEPTANCE: At the completion of all or designated
portions of work under construction, an inspection shall be made to
determine compliance with these specifications or approved plans,
specifications and materials. Upon such determination, a certificate of
compliance shall be issued. The letter of acceptance shall constitute
the initiation of the warrantee period. The Contractor shall warrant
the accepted work to be free of defects in workmanship or material
defects for a period of one year.
The determination of the necessity during the warranty period for the
Contractor to repair or replace the work in whole or in part shall rest
entirely with the Director of Water Utilities.
2
Details of Construction
I GENERAL
r' These general and detailed specifications govern the excavation,
trenching, backfilling, handling and installation of various kinds of
pipe, construction of manholes, removal and erecting fences, installing
r fittings, valves, air valves and other work required for the
construction of the water distribution mains and accessories all as
shown on the plans and as called for herein. The Contractor shall
furnish all material, equipment, labor and superintendence necessary to
r" complete the construction of all the work as shown on the plans and as
[[ called for in these specifications.
II. SURFACE PREPARATION
One or more acceptable types of pipe may be used.; As such, the
r, Contractor shall have the option of installing any of the acceptable
( types, provided only one type is used throughout any single size
designation or run of pipe.
A. Within Easements. Cultivated or Agricultural Areas
All vegetation, such as brush, sod, heavy growth or grass or weeds,
decayed vegetable matter, rubbish and other unsuitable material within
the area of excavation and trench side storage shall be stripped and
disposed of.
Topsoil shall be removed from the area to be excavated and stockpiled,
a or, the Contractor may elect to import topsoil to replace that lost
during excavation. Topsoil shall be removed to a depth of 8 inches or
r the full depth of the topsoil, whichever is less.
B. Within Unsaved Roadway Area
The Contractor shall strip that cover material from graveled roadways or
other developed, but unpaved traffic surfaces to the full depth of the
existing surfacing. The surfacing shall be stockpiled to the extent
that it is acceptable for restoration purposes.
C. Within Paved Area
The removal of pavement, sidewalks, driveways or curb and gutter shall
be performed in a neat and workmanlike manner.The width of the cut
shall exceed the width of the trench at the subgrade by at least 12
inches on each side of the trench.
Concrete pavement, sidewalks, driveways or curb and gutter shall be cut
with a power saw to a depth of 2 inches prior to breaking. The concrete
shall be cut vertically in straight lines and avoiding acute angles.
Any overbreak, separation or other damage to the existing bitumen or
concrete outside the designated cut lines shall be replaced at the
F3
Contractor's expense. Excavated paving materials shall be removed from
the jobsite and shall not be used'as fill or backfill.
Crossings under sidewalks, curbs and gutters or other utility lines may
be made by tunneling only if approved by the City Inspector.
III. BARRICADES AND SAFETY MEASURES
The Contractor shall, at his own expense, furnish and erect such
barricades, fences, lights, and danger signals, and shall take such
other precautionary measures for the protection of persons, property and
the works as may be necessary. All safety measures shall meet the
requirements of The Texas Manual on Uniform Traffic Control Devices.
The Contractor will be held responsible for all damage to the work due
to failure of barricades, signs, and lights to protect it, and when
damage is incurred, the damaged portion shall be immediately removed and
replaced by Contractor at his own cost and expense. The Contractor's
responsibility for maintenance of barricades, signs, and lights shall
not cease until the days of issuance to Contractor of City's certificate
of acceptance of the project.
Rules and regulations of local, state and Federal authorities regarding
safety provisions shall be observed.
OSHA's regulations for excavations, trenching, and shoring shall be
included in the Special Specifications'.
IV. PROTECTION OF EXISTING UNDERGROUND UTILITIES:
The Contractor shall proceed with caution in*the excavation and
preparation of the trench so that the exact location of underground
structures, both known and unknown, may be'determined. If required, the
Contractor shall excavate and locate existing underground utilities
ahead of trench excavation in order that necessity for grade changes may
be ascertained in advance. The Contractor shall be held responsible for
the repair of such structures when broken or otherwise damaged because
of carelessness on his part. Hand excavation shall be used where
necessary. The Contractor shall notify local utilities whenever working
near gas mains or services or near electrical or telephone cables or
when the presence of these utilities is suspected in the area of
construction.
V. EXCAVATION AND TRENCHING
In order to obtain a true, even grade, the trench shall be fine -graded.
The material for fine grading shall be free of rocks, roots, grass or
any other debris. The depth of the fine grading material shall not
exceed three (3) inches. Where the trench is excavated in excess of
three (3) inches below grade, the material shall be compacted to 95%
Proctor Density or shall be replaced with bedding material. If the
material being excavated is rock or other unyielding material, it shall
be removed to a depth of three (3) inches below grade and replaced with
bedding material to grade.The grade shall be such that the pipe will
4
a k u
rest firmly on the bedding material throughout the entire length of the
pipe cylinder.
The minimum width of the trench shall be the outside diameter of the
pipe plus twelve (12)`inches and the maximum width shall be the outside
diameter of the pipe plus eighteen (18) inches. The trench shall be cut
so that the maximum horizontal offset of the trench walls from the
bottom to the top of the trench (undercutting) shall be six (6) inches.
Bell holes of ample dimensions shall be dug at each joint to permit the
proper jointing of the pipe and to permit the bottom of the pipe to rest
firmly on the bottom of the trench throughout the entire length of the
pipe cylinder.
Trench digging machinery may used to make the trench excavation
except in places where its operation would cause damage to trees,
buildings, telegraph lines or other existing structures either above or
below ground, in such instances hand methods shall be employed to
excavate the trench at no additional cost to the owner.
Where necessary to prevent caving, the trench shall be adequately braced
and shored. The unit price bid per linear foot of pipe shall include
the cost of furnishing, installing, and removing the bracing and
shoring.
The Contractor shall take all necessary precautions for protecting paved
streets and drives from being damaged by the trenching and backfilling
equipment.
j' All excavated material shall be placed in a manner that will not
endanger the work or damage existing structures.
There will be no classification of the excavated materials and the term
excavation shall include all materials encountered in excavating the
rr trench.
VI. PIPE INSTALLATION
A. General: All pipe and accessories shall be handled, laid,
Jointed, tested for defects and leakage and chlorinated in the manner
herein specified.
Inspection: The pipe, fittings, valves, and accessories shall be
inspected upon delivery and during the progress of the work and any
material found to be defective will be rejected by the engineer and the
contractor shall remove and replace such defective material.
k C. Responsibility for Materials: The Contractor shall be responsible
r, for all material furnished by him and he shall replace at his own
expense all such material that is found to be defective in manufacture
or has become damaged in handling after delivery.
D. Handling Pipe and Accessories: All pipe, fittings, valves, and
other accessories shall, unless otherwise directed, be unloaded at the
r. 5
point of delivery, hauled to and distributed at the site of the work by
the Contractor. In loading and unloading they shall be lifted by hoists
or slid or rolled on skidways in such a manner as to avoid shock or
damage to the materials.- Under no circumstances shall they be dropped.
Pipe handled on skids shall not be skidded or rolled against pipe
already on the ground.
In distributing the material at the site of the work, each piece shall
be unloaded opposite or near the place where it is to be laid in the
trench. Coated and wrapped pipe shall be handled in such manner that a
minimum amount of,,damage to the coating will result. Damaged coating
shall be repaired.in a manner satisfactory to the Engineer.
Pipe shall be placed on the site of the work parallel with the trench
alignment and pipe with bell ends shall be placed with the bell ends
facing in the direction in which the work will proceed. The pipe,
fittings, and accessories shall be placed along the site in such a
manner as to be kept as free as possible from dirt, sand,'mud, and other
foreign matter.
E. Alignment and Grade: All pipe shall be laid to the alignment as
established on the ground by the Engineer. Where grade is being
maintained, as shown on the plans, the use of batter board or laser beam
will be required to fine grade the trench.
Whenever it is necessary to deflect pipe from a straight line either in
a vertical or horizontal plane to avoid obstructions, to plumb valves or
where vertical or horizontal curves are shown or permitted, the degree
of deflection recommended by the manufacturer of the particular kind of
pipe being laid and the degree of deflection shall be approved by the
Engineer.
Field cuts on concrete pipe shall be made at all points where, in the
opinion of the Engineer, it is necessary to preserve alignment or proper
stationing for field connections. Proper care shall be taken to
preserve the interior and exterior linings. After the spiral winding
has been exposed, the winding shall be tack welded before being cut. In
cutting the spiral winding sufficient length shall be allowed to permit
a later winding of at least one-half turn on the bell or spigot ring.
Where steel cylinder pipe is cut, the work shall be done in such a way ,
as to allow a snug fit with the bell or spigot ring. A continuous weld
shall be run on both the inside and the outside of the ring. The free
end of the spiral shall then be wrapped around the ring and its end
shall be welded to the ring by running a weld along each side of the rod
for a distance of at least six inches. The entire cutting operation
shall be done under the direction of a representative of the pipe
manufacturer.
Whenever the deflection in a joint exceeds the maximum deflection
recommended by the manufacturer, the Engineer may require that the joint
be welded. Joints on pipe installed in encasement pipe shall be tack
w welded or completely welded.
F. Manner of -Handling Pipe and Accessories into Trench: After the
trench grade has been completed, all bell holes dug and the grade
6
r
inspected, the pipes and accessories may be placed in the trench. All
pipe, fittings, and valves shall be carefully lowered into the trench
piece by piece by means of derricks, ropes, or other suitable tools or
equipment, in such a manner as to prevent damage to the material in any
way. Under no circumstance shall pipe or accessories be dropped or
dumped into the trench.
G. Cleaning and Inspection: Before lowering into the trench, the
pipe shall be again inspected for defects and cast iron pipe while
suspended shall be lightly hammered to detect cracks. Any defective,
damaged, or unsound pipe or other incidental materials shall be
rejected.
All foreign matter or dirt shall be removed from the inside of the pipe,
bells, spigots, or parts of the pipe used in forming the joint 'before
the pipe is lowered into the trench; and it shall be kept clean by
approved means during and after laying. The open end of the pipe in the
trench shall be plugged when pipe is not being laid.
H. Laving and Jointing Concrete Pressure Pipe: Just before making
the joint, the gasket and the inside surface of the bell shall be
lubricated with film of soft vegetable soap compound (flax soap) to
facilitate telescoping the joint. The rubber gasket shall be stretched
uniformly as it is placed in the spigot groove to insure a uniform
volume of rubber around the circumference of the groove.
Metal spacers of proper thickness shall be held on the inside shoulder
of the bell to provide the proper space between abutting ends of 27 inch
and larger pipe. The joint shall be telescoped by pulling' directly
along the center line of the pipe so that the spigot enters squarely
into the bell. After the spigot has been telescoped into the bell, the
bell end of the pipe being laid shall be moved in accordance with the
plans to secure proper grade and alignment. After the joint is in
place, a thin metal feeler gauge shall be used to check the position of
the rubber gasket around the circumference of the joint.
After the spigot has been telescoped into the bell, the joint checked
and found satisfactory, a burlap wrapper shall be placed around the pipe
covering the joint. The burlap -type wrapper shall be hemmed at each
edge to allow threading with a steel strap to securely fasten the
wrapper around the pipe by means of a stretcher and sealer. The length
shall be that required to encircle the pipe, leaving enough space
between the ends at the top to allow the cement mortar to be poured. The
entire joint shall be poured with cement mortar and rodded or agitated
to eliminate voids and settlement. Any joint showing shrinkage or
excessive cracking shall be cleaned and remade. In hot weather,
additional measure may be required to obtain the best quality of joint,
such as additional wet burlap, curing membrane, or immediate careful and
well -controlled backfilling of the joint with damp earth.
Where size permits, the inside joint recess shall be filled from the
inside with mortar and finished off smooth with the inside of the pipe
by hand troweling after the pipe has been backfilled. The inside joint
recess on pipe smaller in diameter shall be filled by buttering the bell
r
F7
end with mortar immediately prior to placing the pipe together. After
the joint is engaged, the interior of the smaller diameter pipe shall be
swabbed to smooth and clean the joints.
At'times when pipe laying is not in progress, the open ends of pipe
shall'be closed by approved means, and no trench ,water shall be
permitted to enter the pipe.
I. wing and Jointing Ductile -Iron Pipe: The gasket seat in the
socket, the rubber gasket and the plain end of the pipe to be laid
should be wiped clean. After placing a length of pipe in the trench,
the plain end of the pipe should be then aligned and started into the
socket so that it is in contact with the gasket. Sufficient force then
must be exerted on the entering pipe so that the plain end is moved past
the gasket and makes contact with the base of the socket. The joint may
be deflected but never to exceed manufacturer's recommendations.
Unless otherwise directed, pipe shall be laid with
direction of laying; and for lines on appreciable
at the discretion of the Engineer, face up grade.,
bells facing in the
slopes, bells shall,
Cutting of pipe for inserting valves, fittings or closure pieces shall
be done in a neat workmanlike manner without damage to the pipe or the
cement lining.
The jointing shall be completed for all pipe laid each day, in order not
to leave open joints in the trench over night. At the times when pipe
laying is not ,is progress, the open ends of pipe shall be closed by
approved means,'and no trench water shall be permitted to enter the
pipe.
No pipe shall be laid in water, or,when the trench conditions or weather
is unsuitable for such work, except,by permission of the Engineer.
J. Laving and Jointing PVC Pipe: The trench bottom should be
constructed to provide firm, stable, and uniform support for the full
length of the pipe. Bell holes should be provided at each joint to
permit proper joint assembly and pipe support. Any part of the trench
bottom excavated below grade should be backfilled to grade and should be
compacted as required to provide firm pipe support. ,When an unstable
condition is encountered which will provide inadequate pipe support,
additional trench depth should be excavated to a depth not less than
three inches (3") below the pipe subgrade over the entire width of the
trench and shall be replaced with granular material conforming to
specifications for gravel for pipe embedment as stated herein. Such
material shall be thoroughly compacted over the entire trench width to
the grade established for the bottom of the pipe. Ledge rock, boulders,
and large stones should be removed to provide four (4) inches of pipe
cushion.
K. Laying and Jointing Asbestos -Cement Pipe
The pipe shall be lowered in the trench with the couplings and rings on
the pipe and shall be placed with care.on the previously prepared trench
8
A
bottom. The couplings shall be assembled as recommended by the
manufacturer's recommendations.
Joints made between asbestos -cement pipe and cast iron pipe or fittings
shall be made by entering the special machine 3'3" pipe or machine
adapter into standard cast iron bell. The joint shall then be finished
in accordance with specifications herein for cast iron pipe fittings.
When it is necessary to cut pipe, it shall be done with a cutting device
approved by the Engineer, in such a manner as to make a clean even cut.
No cutting with axe or chisel will be permitted.
Proper implements, tools, and equipment should be used for placement of
the pipe in the trench to prevent damage. Under no circumstances should
the pipe or accessories be dropped into the trench. All foreign matter
r
or dirt should be removed from the pipe interior. Pipe joints should be
assembled with care to the depth recommended by the manufacturer.
VII. Backfillina
All trenches and bell holes for all types of pipe, valves, and fittings
regardless of the location shall be backfilled with selected backfill
material free from rocks,boulders, or other unsuitable material. The
backfill material shall be thoroughly compacted with mechanical or hand
tamps to midpoint of the pipe.
rshall
In existing paved streets the backfill above the midpoint of the pipe
be inches below
compacted with mechanical or hand tamps to 7-1/2
existing paving. In areas where paved streets are not existing the
backfill to a point twelve (12) inches above the pipe shall be placed by
hand and shall be carefully selected material free of rocks, boulders,
clods, organic material, or other debris and lightly compacted prior to
placing remaining backfill. The balance of the backfill may be placed
•-
in the ditch by hand or by mechanical equipment. No backfill material
r
shall be dropped directly on exposed pipe.
The backfill shall be consolidated by forcing water into the backfill at
two (2) feet above the level of compacted material until the water level
rises to within eighteen (18) inches of the natural ground surface.
Care shall be taken not to flood the ditch or saturate the pipe
embedment. The water shall be forced into the backfill at location not
r more than ten (10) feet apart.
�.. A. Maintenance of Backfilled Trench: After the trench has been
backfilled in the above method, the right-of-way shall be cleared of all
rocks larger than one and one-half (1-1/2) inches in diameter and
leveled so that the surface will have the same slope and appearance as
it possessed before the Contractor began work. All surplus material
shall be loaded and wasted at the Contractor's expense, at a location
approved by the Engineer.
r
i
A 9
The above shall include all excavated materials and all rocks or hard
lumps which still remain after blading the area back to the original
ground grade. Furrows which tend to gather after blading shall be
_removed, together with excavated material which has drifted or otherwise
covered private property.
As the construction work progresses, the contractor will be required to
keep the jetting of the backfill and clean up just as close behind the
pipe laying and backfilling as possible.
Following the completion of the backfilling the Contractor shall
maintain the street and trench surfaces, in a satisfactory manner until
final completion and acceptance of the work. The maintenance to include
blading from time to time as necessary, filling depressions caused by
settlement, sprinkling to settle dust, brooming or flushing at the
request of the Engineer and other work required to keep the streets and
roads in satisfactory condition for traffic. The Contractor shall
maintain and be responsible for all paving cuts until such time as City
Forces shall repair cuts with asphalt.
VIII. Setting Valves, Valve Boxes and Fittings
Valves and fittings shall be set at the locations shown on the plans or
at locations as established by the Engineer, and shall be"joined to the
pipe in the manner heretofore specified for,,pipe installation. The
valves and fittings shall be adequately blocked for thrust with
concrete. Valves shall be set vertically and in concrete valve boxes.
A. Underground and Overhead Utilities and Structures
The approximate location of all known water mains, gas mains, storm
sewers, and sanitary sewers are shown on the .plans. However, the
consumer service lines from these utilities are not known.
The Contractor will be required to locate all utility lines, including
customer service lines, far enough in advance of the trenching to make
proper provisions for protecting the lines and to allow for any
deviations that may be required from the established lines and grades.
The Contractor will not be allowed to disrupt the service on any utility
lines except customer service lines, which may be taken out of service
for short period of time provided the Contractor obtains permission from
the Engineer and from the owner of the premises being served by the
utility.
The Contractor shall immediately notify the proper utility company of
any damage to utility lines in order that service may be established
with the least possible delay. Any damage to existing lines and the .
repair of customer lines which are authorized to be cut shall be at his
own expense, and as directed by an official representative of the
utility company involved.
All utility lines shall be properly supported to prevent settlement or
damage to the line both during and after construction. The cost of
10
supporting utility lines shall be included in the unit price bid per
foot of pipe.
Any permanent relocation of existing utility lines shall be done by the
proper utility company without expense to the Contractor.
Where pipes, conduits, or concrete curbs or gutters are encountered, the
cost of tunnelling shall be included as a part of the cost of the pipe
line.
IX. Removina Pavement
A. keneral: Wherever it is necessary to make cuts in existing
pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be
made in such a'manner as to cause the least possible damage to adjoining
surfaces.
B. Removal of Asphalt Paving: In removing asphalt pavement, the
asphalt surface shall be cut along each side of the trench ahead of the
trenching machine and the surfacing and base removed with the trenching
machine as the trench is excavated. The width of surface removed by the
Contractor is not to exceed the outside diameter of the pipe plus
thirty-six (36") inches. Any areas removed or damaged in excess of the
above widths will be charged against the Contractor's estimate at the
estimated cost per square foot as determined by paving engineer for
payment to the City for replacing the excessive width. No separate
payment will be made for cutting and removing asphalt paving and caliche
base, the cost of this work shall be included as a part of the cost of
the pipe line complete in place.
C. Removal of Concrete Paving: Removal of any sidewalks, concrete
pavement, concrete base, concrete curbs and gutters (where allowed)
shall be made by cutting the concrete to a straight line on each side of
the trench and removing the concrete ahead of the trenching. Normally,
tunnelling will be required under curb and gutters. The width of
surface removed by the Contractor of concrete paving is not to exceed
the outside diameter of the pipe plus thirty-six (36") inches. Any
areas removed or damaged in excess of the above widths will be charged
against the Contractor's estimate at the estimated cost per square foot
as payment to the City for replacing the excessive width. Care shall be
taken to preserve any reinforcement encountered as well as possible.
Cutting of steel reinforcement will be allowed only at the approximate
center of the pavement cut. Payment for removal of concrete paving
shall be included in the unit price bid per foot of pipe installed.
X. Concrete Cradling and Blocking
Where concrete cradling is used, the concrete shall conform to the
r., concrete specifications.
Before placing the concrete, all loose earth shall be removed from the
trench. The concrete shall be placed in the trench by the use of chutes
extending to within three (3) feet of the bottom of the trench and shall
i be deposited uniformly on each side of the pipe in such a manner as not
,.. 11
to disturb the grade and alignment of the pipe. The concrete shall be,
of such consistency that is will flow without separation of the
aggregates.
At locations shown on the plans or as directed by the engineer, the
contractor will be required to cradle the pipe or block the fittings.
XI. Anchorage of Bends and Plugs. Etc.
Concrete shall be used for blocking the pipe, plugs, and fittings and
shall conform to the concrete specifications.
The blocking shall be placed, as directed by the engineer, between solid
ground and the fitting to be anchored: the area of bearing on pipe and
on the ground in each instance shall be that required by the engineer.
The blocking shall be so placed that the pipe and fitting joints will be
assessable for repair. The soil bearing value for thrust backing shall
be recommended by the pipe manufacturer, and in the absence of such
recommendation, the allowable bearing value shall not exceed 3000 lbs.
per square foot.
XII. Hydrostatic Tests
A. Pressure During Test: After the pipe has been laid, the line
shall be subjected to a hydrostatic pressure test and leakage test. The
lines shall be tested at 100 p. s. i. pressure.
B. Duration of Pressure Test: The duration of each pressure test
shall be as directed by the engineer but shall not exceed four, (4)
hours.
C. Procedure: Each Ivalved section of pipe shall.be slowly filled
with water at the specified test pressure measured at the point of
lowest elevation. Pressure shall be applied and maintained,by means of
a pump connected to the pipe in a satisfactory manner. The pump, pipe.
connection, and all necessary apparatus except meters shall be _furnished
by the contractor, and the contractor shall furnish all necessary labor
for connecting the pump, meter, and gages. The water for filling and
making tests on these mains may be obtained at a location designated by
the engineer. No charge will be made for water used for this purpose.
As the line is being filled and before applying the test pressure, all
air shall be expelled from the pipe. To accomplish this, taps shall be
made, if necessary, at points of highest elevation." After the test, the
taps shall be tightly plugged.
During the time the test pressure is on the pipe, the line shall be
carefully checked at regular intervals for breaks or leaks. Any joints
showing appreciable leaks shall be repaired and any cracked or defective
pipes or fittings shall be removed and replaced with sound material in
the manner provided and the test shall be repeated until satisfactory
results are obtained.
12
a
D. Leakage -Test: After all defects have been satisfactorily repaired
and all visible leaks stopped, a leakage test shall be made on each
valved section of the lines to determine the quantity of water lost by
leakage. The contractor shall furnish all labor, material, and
equipment (except meters) required for making the test. The leakage
shall be determined by measuring the quantity of water supplied to each
valved section of the lines, during the test period, when the various
sections of the lines are under pressure. No pipe installation' will be
r accepted until or unless the leakage as determined by above test is less
1, than the amount set forth below.
F
Leakage in U. S. Gallons per 24 hours per 1000 feet of pipe per inch of
diameter of pipe lengths and pressures stipulated.
Pressures
Lbs. Per Sq. Inch
100
If individual sections show
above, the contractor shall
defective joints until the
Pipe Lengths in Feet
12 13 16 18 20 32
15.5 14.5 11.6 10.3 9.7 5.8
leakage greater than the limits specified
at his own expense locate and repair the
leakage is within the specified allowance.
XIII. Sterilization of Pipe Lines
The contractor shall furnish all labor, equipment and material, except
chlorine, necessary for the chlorination of the new pipe lines which
shall be sterilized before being placed in service. The lines shall be
sterilized by the application of the chlorinating agent. The
chlorinating agent may be a liquid chlorine, liquid chlorine gas -water
mixture, or a calcium hypochlorite solution, which shall be fed into the
lines through a suitable solution -feed device, or other methods approved
by the engineer. The chlorinating agent shall be applied at or near the
point from which the line is being filled, and through a corporation
stop or other approved connection inserted in the horizontal axis of the
newly laid pipe. The water being used to fill the line shall be
controlled to flow into the section to be sterilized very slowly, and
the rate of application of the chlorinating agent shall be in such
proportion of water entering the pipe that the chlorine dose applied to
the water entering the line shall be at least 50 parts per million. The
treated water shall be retained in the pipe lines for a period of not
less than twenty-four (24) hours.
Samples shall be taken from the line and will be tested for
r bacteriologic growth by the Texas Department of Health Laboratory.
Samples will be taken twice in a forty-eight (48) hour period not less
than twenty-four (24) hours apart.
�. The sampling riser shall be located at a location farthest from the
point of chlorination. The riser shall be above ground and equipped
with a faucet for control of flow during sampling.
r
,,, 13
XIV. Removal and Erecting Fences
The Contractor shall furnish all the labor and material for the removal
of existing fence as indicated in the plans prior to installing the
water line. The Contractor shall furnish all labor and material for
placing fence back to its original condition including replacing any
damaged fence as a result of this water line construction. Cost of
removal, repair and replacement of. `any fence shall be included in the --
unit price bid per linear foot for furnishing and installing approved
pipe•
XV. Clean-up
After the construction is completed and before final acceptance by the
City, the contractor shall remove all rubbish, excess materials from the --
excavation and other debris from the site of the work and all trench
surfaces shall be bladed as heretofore specified. The cost of cleanup
shall be included in the bid price per foot of pipe installed. _
14
V
PIPE ENCASEMENT
1 Bore wall
Concrete grout
corrugated steel in
concrete grout
corrugated galvanized steel
Support block ,
angles or channels
as needed
IIII
c�=1i1=�!-I►13=
I I�=III IIII
,.
� I/2 " EXPANSION JOINT •,o
••:v {—COUPLING ADAPTER
v. ON
• m0
C • "� d 4--- BUTTERFLY VALVE z
D
' �I/2,1 EXPANSION JOINT [,vZ'
' -111i � ]III =IIII =qli
O 8 MIN ---)-I f-- • _ ,i_=
=11I1 =i {II=IIII=IIII OC 1-44
.. = li{i=IIII.IIII= o
x
m
M
m
I VARIES rm-
Oy
mEFF
00
mz�
D
m 3
Dxm
<DZ
mZv
x
GOO
�mr<n
m
�—P
a
Air valve 1'- 0"
�GATE VALVE
MIN.
�(/
i
E
10
MIN.
Crushed gravel
30001E concrete
III
,
tfll��1 II► 101- ��11I1ill _ IIVI� V11f, 1,11111 1111 11111�1111 1111'1
Varies with valve •site
g'
1 9",
SEE
=1116111111 EVE
MIN
No. 6 Eor$
6" o.c. each Mar
No. 6 tsars diagonal
Short *pan Ears atop
long aeon Ear*.
No. 5 Oars
to"o.e. verf.
No. 5 Ears
8"o.C. hors.
Manhole centered over operating nut
2751E. standard frame and Cover
12 min. Cover
oper Joint
Y
GATE -VALVE BOX TYPE 'A'
r•
r.
BEND
ICI
r �•
TEE
VALVE
CROSS
BLIND TI
vFFSET
VERTICAL BEND
WYE
CLASS "S" CONCRETE `
THRUST BLOCKING,
14-d
PIPE EMBEDMENT FOR WATER
LINES 16" AND LARGER
I O.D. + 18" MAX.
0.D.+12" MIN.
IIIRITIili
III
Grade
IIII 9w-)0 0 0 0"o Qe I $ b o °n°0 p e 0tp. gravel 3" above
IIII o 00 0 1 0, 0o Ce° o • + ° $°o0g00p0�
IId=III o' o��ae� a l,g�o 000
00 000 $oa°o°°0'=
IIII(III ° °�'°°'e'°�° / °O0 0°D°Op0' III IIII IIII .
�� 0o00°oeo°poo oOo0Ooo0op0°�0o _ails
—1� a?$4p0a., 0co.°ocago°oo80°o°oc
=1� — f • �' • s: ; • 2" sand cushion
T=IIII=1111=j1=I11a111-1_I=IIII=III=111=1111=1111�111=IIII=IIII
IIII I II Tf l III —=II11 1111� I ril I illi=Iiii IIII IIII I�
v
14—e
r
TABLE P-2—TRENCH SHORING -MINIMUM REOUIREMENTS
Sire and specing of members
Uprights
Stringers
Cross brecos ; Width of trench
Maximum spacing
Depth of
Kind or condition of earth
trench
Minimum
Maximum
Minimum
Maximum
Up 10 7
3 l0 6 tool
6 to O (eel
9 l0 12
12 to IS
Vortical
llorttonta)
dimension
spacing
dimension
spacing
fool
lout
lout
Feet
Inches
Feel
Inches
Feet
Inches
Inches
Inctios
Inches
Inches
Foot
Feel
S to 10
Hard. compact __._.--- ---- -- -- -..
3 x 4 or
2x6
1 6
_..
_._.» ....
2x6
4x4
4x6
6x6
axe
4
6
Likely to crack.....„...._......._._.....
3x4 or
2x6
3
4x6
•
2xa
4x4
4x6
6x6
axe
4
a
Close
Soh, sandy, or filled
3 x 4 or
2x6
sheeting
4x6
4
4x•
4x6
axe
6xe
axe
4
6
Close
Hydrostatic pressure
3 x 4 or
2x6
sheeting
axe
4
4x4
4x6
6x6
axe
axe
s 4
6
10 to 15
Hard ..„ _.„...„ . _..
3 x 4 or
2x6
4
4x6
4
4x4
4x6
6x6
axe
axe
4
6
Likely to crack
3x4 or
2x6
2
4x6
4
4Xi
4x6
ax6
6xe
axe
a
Close
Sop, sandy, or filled. » .
3 x 4 or
2x6
sheeting
4x3
4
4x8
8x6
axe
axe
ex10
4
6
Close
Hydrostatic pressure..„.„ ..............
3x6
sheeting
ex10
4
4x6
axe
axe
axe
ex10
♦
6
'
Close
15to 20
An kinds at conddions_...._._..._.
3x6
shouting
4x12
4
4x12
axe
axe
ex10
10x10
4
a
Close
Over20
All kinds or:onditions._
3x6
sheeting
axe
4
4x12
axe
8X10
10x10
IOX12
4
a
'Trench lacks may be used in liou of. or in combination with. Cross braces.
Shoring is not required in solid rock. hard shalo. or hard slag.
Vetere desirable. sleul shcol piling and bracing of equal strength may be substituted for wood.
rl
W
fir
a
TRENCH JACKS IN
TRUE HORIZONTAL
POSITION AND SPACED
VERTICALLY
AVOID DANGEROUS OVERHANGS!
ALL MATERIALS USED FOR SHORING SHALL BE IN GOOD CONDITION,FREE
OF DEFECTS AND OF AT LEAST MINIMUM SIZE SHOWN IN ACCOMPANING
CHART.
SHORING SHALL CLOSELY FOLLOW THE EXCAVATION.
V
14-g
i
Spoil
/ 7
Trench
. 1
r„ Trenching machine II�
TRENCH SHIELD �''� ��� • ��
14—h
--Tamper
SPECIFICATION FOR PAYING CUT
Specifications for placing water, sewer, telephone, gas, and
oil lines for any other conduit pipe or tile under any paving within the
City Limits of the City of Lubbock;
1. All excavations within the right-of-way and not under a surfacing
shall be backfilled by tamping the material in 6-inch horizontal
layers. All surplus materials shall be removed from the right-of-
way and the excavation finished flush with surrounding natural
ground.
2. Where sodding is disturbed by excavation or backfilling
operations, such areas shall be replaced by mulch sodding on all
slopes of 2% or less. All slopes over 2% shall be replaced by
block sodding.
3. The City Engineer of Lubbock may grant permission to cut the
pavement. In the event a cut is permitted the following
requirements shall govern:
i
(a) All backfill material shall be moist and shall be free from
lumps or clods. Backfill shall be compacted while moist in
6-inch horizontal layers by means of a pneumatic tamper.
r.
(b) A 6-inch reinforced concrete slab shall be placed over the
trench to extend one-half the width of the trench on each
side of the trench. The top of the slab shall be 1 1/2
inches below the top of the paving. Slab shall be
`
reinforced with 6" x 6" 10/10 wire mesh placed 1-1/2" from
the bottom of the slab. Wire mesh shall be adequately held
�.
in place off of the ground until concrete is placed.
(High early) Type III portland cement, making a 2500 p.s.i.
concrete at 3 days. The slab shall be covered with wet
soil, kept moist, and closed to traffic for 48 hours.
(c) Paving shall be 1 1/2" compacted mat of Type "C" Hot Mix
Asphaltic Concrete Pavement (Class A) Texas Highway
Department specifications (1972) Item No. 340 with crush
stone.
(d) Operations shall be performed in such a manner that all
excavated material and equipment be kept off the paved
surface at all times.
(e) Barricades, warnings signs, flagman when necessary shall be
provided by the owner of the line or his duly authorized
contractor.
` (f) Installation shall be made in accordance with the following
A sketch.
i
�.. 15
1
i
MATERIALS OF CONSTRUCTION
1. GENERAL
The materials to be used on this project must meet or exceed the
standards herein specified. All materials to be used are subject to.
commercial laboratory tests, if required, and, unless otherwise
specified, such tests will be paid for by the City.. A certificate from
the manufacturer may be required for minor item certifying that the
material or equipment meets the standards herein specified. All
materials and designs shall be subjected to approval by the Engineer
before being used. Any materials found to be defective will be rejected
by the Engineer and the Contractor shall remove and replace such
defective material at his or her expense.
2. PIPE
Ductile Iron Pipe
Ductile iron pipe to be furnished shall conform to the following
standard specifications or latest revision:
ANSI/AWWA C150/A21.50-81
ANSI/AWWA C104/A21.4-80
ANSI/AWWA C151/A21.51-81
All ductile iron pipe shall be cement lined in accordance with AWWA
C104-80 (ANSI A21.4) specifications. The external surface shall be
coated with an asphalt base paint.
All joints for ductile iron pipe, for this instance shall be flanged by
flanged ends, unless otherwise indicated on plans. All joints of
ductile iron pipe shall be sealed with a continuous ring rubber gasket
meeting standards specified by AWWA Clll-72 (ANSI A21.11) or its latest
revision.
Concrete Cylinder Pipe
Steel cylinder pipe shall be manufactured in accordance with the
specifications for Pretensioned Concrete Cylinder Pipe or AWWA C303-87
or C200-80, or latest revisions thereof. The steel cylinder pipe shall
withstand a minimum pressure of 150 p.s.i. longitudinally and helically.
The joints of the steel cylinder pipe and fittings shall be sealed with
a continuous ring rubber gasket meeting standards specified applicable
AWWA specifications.
A portland cement mortar shall be used to fill the annular space both
inside and outside of joints in the pretensioned concrete cylinder pipe.
16
Portland cement used in the mortar shall conform to "Standard
Specifications 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 heavy duty
diaper. The width of the diaper s e nine (9) inches. The band
shall be provided with 3/8 inch -0.2 teel straps on each side.
C Pipe
Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with
AWWA C-900 specification and shall be pressure class 150 PSI. Pipe
shall be furnished with bell and spigot joint with rubber gasket joint
conforming to the above specification. Spigot ends shall be beveled and
reference marked to facilitate joining and insure proper seating depth.
Abestos-Cement Pipe
r Abestos-cement pipe shall be manufactured in accordance with AWWA C400
for design conditions given in these specifications and on plans. The
Joint shall be the latest approved rubber gasket type of joint for
abestos-cement pipe as specified by AWWA 000. Fittings shall be as
specified for cast iron.
r, Cast Iron Fittings
Flanges of all the fittings shall be fabricated from steel plate, and
all dimensions shall conform to AWWA Standards C-207, "Steel Pipe
Flanges", Class D. Flanges shall be machined to a flat face with finish
of 250 micro -inches or machined to a flat surface with a serrated
finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges".
In addition, accordance with the M.S. Standard SP-60. Flanged fittings
shall be 125 pound American Standard. All fittings shall be lined with
cement or coal tar and coated with an asphaltic paint. Fittings shall
conform to AWWA C104, AWWA C110 and AWWA C111 latest revision.
Cast Iron Tees: The Tees shall be flanged, and shall conform with AWWA
C110 for Class 250. They shall be lined with coal tar and coated with
an asphaltic paint.
Cast Iron Reducer: The reducer shall be flanged, and shall conform
�. with AWWA C110 for,Class 250. They shall be lined with coal tar and
coated with an asphaltic paint.
coupling: The steel coupling shall be of standard and heavyweight
r with heavy rolled steel follower, steel sleeve and high strength bolts
and nuts. the sleeve shall be carbon steel having a minimum yield
strength of 30,000 psi. The followers shall made of AISI C1018 steel.
The bolts and nuts shall have high strength low alloy steel with heavy,
semi -finished hexagon nuts ASTM A325-80 and A563-80 respectively. The
coupling shall be Dresser or an approved equal.
r 17
Cast iron Bend: The 1/4 (90 degree) and other Bends_shall be
flanged, and shall be lined with coal tar and coated with an asphaltic
paint. They shall conform with AWWA C110 for Class 250.,
3. VALVES
Gate Valve (Resilient Seat)
Gate Valves'12 " shall be cast or ductile iron with resilient seats.
Valves shall be flanged as,shown on the plans. The Valve shall have
non -rising stem, shall open by turning to the left (counter -clockwise),
and shall be furnished with a 2" operating nut. Valves shall comply
with the latest revision of AWWA C-509 standards. Valves shall be
Mueller, M & H, Darling, or Clow.
All parts for valves furnished must be standard and completely
interchangeable with valves of the same brands. The successful bidder
may be required to furnish the owner with a letter stating what type of
valve he proposes to use and a letter from the manufacturer stating the
parts are standard and interchangeable as herein specified.
Gate Valves (Double Disc)
Gate valves 14" shall be flanged, double disc, parallel seat, iron body,
and bronze mounted throughout. The valves shall have non -rising stems,
open by turning to the left (counter -clockwise), and be furnished with a
2" operating nut. The valves shall comply with the latest revision of
AWWA C-500 standards. The Valves shall be Mueller, M & H,`Darling,
Clow, or an approved equal.
All parts for valves furnished must be standard and completely
interchangeable with valves of the same brand. The successful bidder
may be required to furnish the owner with a letter stating what type of
valve he proposes to use and a letter from the manufacturer stating the
parts are standard and interchangeable as herein specified.
Gate Valves (Double Disc) with Bevel Gear
Gate Valves 30"`shall be flanged, non -rising stems with 4" by-pass
valve, parallel seat, iron body, bronze mounted throughout, and double
disc parallel seat with four point wedging mechanism. The valves shall
open by turning to the left (counter -clockwise), equipped for horizontal
installation with rollers, scrapers and bevel gear and comply with the
latest revision of AWWA C-500 standards. The flange ends shall comply
with ANSI B16.1 Class 125 standards. The Valves shall be Mueller, M &
H, Darling, Clow, or an approved equal. The valves furnished must be
standard and completely interchangeable with valves of the same brand.
The successful bidder may be required to furnish the owner with a letter
stating what type of valve he proposes to use and a letter from the
18
manufacturer stating the parts are standard and interchangeable as
herein specified.
Air Valve Assembly
The air valve assembly shall consist of the following:
1. Air Valve as specified
2. Tap (threaded or flanged) as specified in main line
3. Guard Valve
4. 4' diameter manhole with cast iron ring and cover
and all the necessary piping.
Air Release Valve
r The Air Release Valve shall be 2" APCO Model 200A Air Release Valve as
manufactured by Valve & Primer Corp., Schaumburg, Illinois, or an
approved equal. The inlet shall be 2" pipe thread with 3/16" orifice.
This valve shall the ability to release small pockets of air which
gather at the high points of a system, after it is filled under
pressure.
The body and cover shall be made of cast iron, float with stainless
steel. The seat shall be Buna-N and the needle shall be stainless steel
`. and the linkage shall be stainless steel. All other internal parts
shall be stainless steel, bronze or brass. Bosses for tapping pipe
threads shall be cast integrally with each valve and cover.
Guard Valve to be used with air valve shall be bronze ball valve with
female iron pipe thread ends, Ford B-11-777, Mueller H15204 or equal,
approved by the engineer. The Connections between the air valve and the
guard valve shall be made using brass nipples with tapered iron pipe
I threads conforming to AWWA Standard C-800.
Combination Air Valve
Combination Air Valve shall be 4" APCO Model 149C Combination Air Valve
r" as manufactured by Valve & Primer Corp., Schaumburg, Illinois, or an
approved equal. This valve shall be a standard single body combination
of Air Release, and Air and Vacuum Release valves and shall be shop
assembled and shipped as a complete unit ready for field installation.
The large orifice of combination air valve shall allow air to escape
during pipeline filling and enter during drainage of the pipeline. It
shall close water tight when liquid enters the valve. The small orifice
shall release small pockets of air after the pipeline is filled and
under pressure.
r' Valve Body and Cover: The combination air valve shall be the single
body type. The valve body and cover shall be designed to operate under
19
l
a maximum working pressure of 150 psi. Material shall be one of the
following:
1. Cast Iron - A.S.T.M. A48-Class 35
2. Cast Steel - A.S.T.M. A27 GR U60-30
3. Ductile Iron - A.S.T.M. A536 GR 65-45-12
Internal Parts: Float shall be stainless steel. Lever frame shall be
Delrin or approved equal. All other internal parts shall be fabricated
from bronze.
Valve Seat: Valve seat shall be fabricated from oil resistant synthetic
rubber equal to Buna-N or Nitrile.
Size of Orifices: The diameter of the large orifice of the combination
air valve shall be four (4) inches and the small orifice diameter shall
be three thirty-seconds (3/32) inch.
Inlet: Inlet shall be four (4) inches in diameter with flanges
conforming to AWWA C-800.
Guard Valve and Connecting Pipe: Guard valve to be used with
combination air valve shall be 4" Resilient Seat N.R.S. flange gate
valve Mueller A-2370-6 or equal, approved by the Engineer.
Operating Pressure: The maximum operating pressure shall be 150 psi.
Testing: Each shop assembled valve shall be given a hydrostatic test of
two (2) times the rated operating pressure and during the test, air
shall be injected into the body chamber of the valve to check its
ability to release entrained air to the atmosphere under operating
pressure.
Painting: All surfaces of the valve shall be clean, dry and free from
grease before painting. All exterior and interior surfaces, except the
stainless steel trim and the seating surface of the flange face shall be
evenly coated with a suitable primer, or a black asphalt varnish in
accordance with Federal Specification TT-V51C or Military Specification
C-450-C, Type II.
Certification: The manufacturer shall furnish a sworn statement that
the inspection and all of the specified tests have been made and the
results thereof comply with the requirements of the applicable
standard(s) herein specified A copy of the certification shall be sent
to the Engineer, City of Lubbock Water Utilities Department.
4. CONCRETE VAULTS, FRAME AND COVER
A. General. All concrete vaults for the 14" gate valves or air
release valves shall be precast with overall minimum dimensions as shown
on plans. The concrete vault for the 30" Gate Valves shall be cast in
20
r
r
place with the overall minimum dimensions as shown on the plans. The
valve boxes shall be constructed with the dimensions as called for on
the plans. The valve box cover shall'be removable and have openings
consisting of a manhole and a hatch as dimensioned on the plans, with
H2O load rating capability. The slab shall have tongue and groove joint
for connection to the manhole.
Manhole frames and covers shall be of good quality gray iron casting of
a pattern similar to that shown on the plans and with a clear opening of
not less than 22 inches. The frame and cover shall be designed with a
full bearing rings so as to provide a continuous seat between frame and
r, cover. The cover shall be furnished with lifting ring cast into the
cover in such manner as to prevent leaking through. The cover shall be
marked "City of Lubbock Water", and shall be type No. 40-5 as
manufactured by Western Iron Works or approved equal.
The vaults shall be designed using 4500 psi minimum strength using well
graded aggregate conforming to ASTM C-33 or C330. All steel reinforcing
bars shall be intermediate or hard grade billet steel conforming to ASTM
A15 or A305. The load design shall be H-20 with 16 keep wheel load.
Vault shall be cast in smooth steel forms braced to maintained
alignment. Knock outs shall be as shown on the plans. Joint material
shall be Ram-Nec on the plans providing a water -tight joint. The
contractor shall excavate and place floor slab for concrete vault.
B. concrete. Concrete to be used in the valve chambers, concrete
cradling, concrete blocking for fittings, etc., shall be made with
portland cement which conforms to "Standard Specifications and Test for
OM Portland Cement", A.S.T.M. Serial Designation C150-41 and C77-40.
Concrete aggregates shall consist of natural washed and screened sand,
and washed and screened gravel or clean crushed stone conforming to
"Standard Specifications for Concrete Aggregate", A.S.T.M. Serial
Designation C-33-63. The aggregates shall be well graded from coarse to
fine and shall be free from injurious amounts of clay, soft or flaky
materials, loam or organic impurities. All aggregates shall be approved
by the Engineer before use.
Water used in mining concrete shall be clear, clean, free from oil, acid
or organic matter and free from injurious amounts of alkali, salts or
other chemicals.
The concrete mix shall be based on the water -cement ratio, and shall be
as follows for the different classes of concrete. All concrete (Class
A) for manholes, valve chamber and other reinforced concrete structures
shall contain not more than 7.0 gallons of water per sack of cement.
.- All concrete (Class B) for pipe cradling, blocking or fittings, and
other non -reinforced concrete shall contain not more than 9 gallons of
water per sack of cement. Surface moisture or moisture carried by the
aggregates shall be included as part of the mixing water. Class A
concrete shall have a minimum 28 day compressive strength of 3000 psi
and Class B shall have 2500 psi compressive strength at 28 days.
S
7 21
I
The proportioning of the constituents of the concrete shall be such as
to produce a dense, and workable mixture, and the designed mix shall be
approved by the Engineer before any concrete is placed.
C. Forms The forms shall be of wood or metal and shall be of
sufficient strength to support the concrete without bulging between
supports and sufficiently water tight to hold the concrete mortar. The
forms shall be so constructed that the finished concrete shall be of the
form and dimensions shown on the plans. The walls for all reinforced
concrete work shall be formed inside and outside. All form work for
exposed surfaces shall be of such material and so constructed as to
produce a wall with a smooth, even surface when the concrete is poured.
All forms shall be oiled before use. No forms shall be removed without
permission of the Engineer. However, in general, wall forms may be
removed after the concrete has been in place for 24 hours and on roof
slabs after the concrete has been in place for 10 days. Immediately
upon removal of the forms any honey -combed sections shall be repaired as
directed by the Engineer.
D. Reinforcing steel
Reinforcing steel used in concrete shall be deformed bars conforming to
"Specifications for Billet -Steel Bars for Concrete Reinforcement",
A.S.T.M. A-15 grade 40 or grade 50.
5. MANHOLES
A. Precast Reinforced Concrete Manholes
Manhole barrel, cone, and extension sections shall be constructed of
precast concrete. A plant inspection may be required for production
facility inspection and to review record -keeping for material
certification. The manufacturer must provide certification that all
materials used for manufacturing meet with the following ASTM
Specifications.
Aggregates
Cement
Sampling Specimens
Reinforcing
Sand Mortar
ASTM C-33
ASTM C-150
ASTM C-39
ASTM C-185
ASTM C-144
Precast concrete sections for manholes shall conform to ASTM C-478
specifications. Compressive strength test results must verify concrete
strengths meet or exceed 4,000 psi. Aggregate shall be crushed
limestone and shall conform to ASTM C-33 specifications.
Joints, excepting grade rings, shall be tongue and groove or an
equivalent male and female type joint as approved by the Engineer. All
joints shall be effectively jointed to prevent leakage and infiltration.
All connections between wall sections shall be joined with Conseal Joint
Sealant or approved equal to provide a watertight manhole. This sealant
will be provided by the supplier and will be considered an essential
part of each shipment.
22
r
All cones and adjusting rings shall maintained a clear 24" opening.
�- Adjusting rings shall be reinforced with the same percentage of steel as
i risers and tops and will also meet ASTM C-478 specifications. Adjusting
rings, as well as all precast concrete manhole products, shall be
smooth, uniform in size and dimensions, consistent in components
throughout and free of voids or honeycombs.
All manholes shall be designed to withstand H-20 AASHTO loading. They
7 shall also have lifting holes that do not protrude through manhole wall;
x one full inch of concrete thickness must remain between lift hole and
outside wall of manhole.
B. Manhole Frames and Cover
Manhole frames and covers shall be of good quality gray iron casting and
conform to A.S.T.M. Designation A48 (latest revision), having a clear
opening of not less than 22 inches. The casting shall be designed with
a full bearing ring so as to provide a continuous seat between frame and
cover. The cover shall be furnished with lifting ring cast into the
cover in such a manner as to prevent water leaking through. Frame and
cover shall have a weight of not less than 275 pounds. The manhole ring
and cover shall be Western Iron Works #40 or approved equal. The cover
shall include lettering, City of Lubbock, Texas.
6. GRAVEL FOR EMBEDMENT
Gravel for embedment shall consist of processed natural gravel. The
particles shall have irregular surfaces. The material shall be graded
within the following limits.
Maximum Retained Percent
No. 4 Sieve 5-15
No. 10 Sieve 50-90
No. 40 Sieve 90-100
The material shall be sufficiently free from clay, dust, blow sand,
caliche or slag so as to prevent shrinkage after jetting and drying.
r 23
7
MEASUREMENT AND PAYMENT
1. GENERAL
The unit price bid on each item, as stated in the proposal, shall
include furnishing all labor, superintendence, machinery, equipment
and materials, except materials specifically specified to be
furnished by other, necessary or incidental to complete the various
items of work in accordance with the plans and specifications. Cost
of work or material shown on the plans or called for in the
specifications and on which no separate payment is made shall be
included in the bid prices on the various pay items.
'^
2. PIPE LINES
The length of pipe lines of the various sizes and types to be paid
r
for will be determined by measurement along the center line of the
pipe installed, measurement being made from center of fitting to
`
center of fitting without any deduction for the length of
intermediate fittings or valves.
'I
Furnishing and installing pipe of the type and class as called for
in these specifications as shown on the plans and as the various
depths of cut as required will be paid for as the unit price per
linear foot for furnishing and installing the pipe complete in
place. The unit price bid shall be complete compensation, including
r
all materials, excavation, gravel embedment, fittings, grading,
backfilling, the
and any and all incidental work in connection with
pipe lines not otherwise included in the bid items or otherwise
provided for in the specifications.
3. VALVES AND BOXES
Furnishing and installing valves at the various locations shown on
the plans or as required will be paid for at the unit price bid each
^,
for furnishing and installing the various size valves, complete in
place. The unit price bid shall be complete compensation for
furnishing and installing the valve complete in place and shall
include furnishing and installing the valve boxes of the type shown
r"
on the plans.
4. FITTINGS
The fittings or specials required in construction of the various
sizes of pipe lines and those specials required to tie into existing
lines as shown on the plans will be included in the unit price bid
per linear foot for furnishing and installing approved pipe.
FIR 24
5. COUPLINGS
Furnishing and installing couplings shall be paid for at the unit
price bid complete in place and shall include all incidentals
necessary for the complete installation.
6. CLASS "B' CONCRETE
The furnishing and installing of Class "B" concrete shall be
subsidiary to the various items for which it is necessary, and the
cost will be included in the unit price bid for the particular item.
No separate payment will be allowed for concrete blocking or
cradling.
7. REMOVING PAVEMENT
No separate payment will be made for cutting and removing concrete
or asphalt surfacing and caliche base; the cost of this work shall
be included as part of the cost of excavation for the pipe lines.
8. WET TIE-IN TO EXISTING BAILEY COUNTY LINE
Installing a wet tie-in at locations shown on the plans or.as
required will.be paid at the unit price bid and shall include
excavation, labor and equipment and incidentals necessary.
Payment shall be.compensation for furnishing the wet tie -,in
complete in place.
9. AIR VALVES ASSEMBLY
Furnishing and installing the Air Release Assembly and Combination
Air Assembly shall be paid for at the unit price bid for each
assembly complete in place and shall include all labor and`
materials.
10. SLOW OFF VALVE ASSEMBLY
Furnishing and installing the Blow Off Valve Assembly shall be.paid
for at the unit price bid for each assembly complete in place and
shall include all labor and materials.
11. FENCE
The cost of removal fence prior to the installing pipe , the
replacement any damaged fence, and the installation of the fence
shall be included in the unit price bid per linear foot for
furnishing and installing approved pipe.
F
F
12. FINAL CLEANUP
The contractor shall make a final cleanup of all parts of the work
before final acceptance by the City.
The cost of the cleanup shall be included as a part of the cost of
the various items of work involved and no direct compensation will
be made for this work.
F
a
SPECIAL CONDITIONS
60
NOTICE OF ACCEPTANCE
i
TO:
1.
The City of Lubbock, having considered the proposals submitted and opened on the day of
199 , for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it
appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal
was accepted by the City Council of the City of Lubbock on the day of 199_ at the bid price contained
therein, subject to the execution of and furnishing of all contract documents, bonds, certificates of insurance, and all
other documents specified and required to be executed and furnished under the contract documents. It will be necessary for
you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice.
The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such
contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and
furnish such contract documents and bonds within the time limit specified, said bid security will be retained by the City of
Lubbock.
CITY OF LUBROCK
Owner's Representative
fifR
G
I
, rl"
poll
�j
r
I
62