Loading...
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