Loading...
HomeMy WebLinkAboutResolution - 2004-R0122 - Contract To Relocate Water Line - Utility Contractors Of America - 03_04_2004 (3)Resolution No. 2004-RO122 March 4, 2004 Item No. 36 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract to relocate 30- inch water line ahead of freeway, by and between the City of Lubbock and Utility Contractors of America of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 4th day of ATTEST: Re ecca Garza, City Secret APPROVED AS TO CONTENT: VLAA Victor Kilmah, Purchasing Manager APPROVED AS TO FORM: G� M. Knight Assistant City Attorney gs/ccdocs/Contract-Utility Contractors of America.res Feb. 20, 2004 l 1�&161� aQo 1?-/_ k �ia.z 80- ND CHECK HEST RATING LICEICS,Ep IN TEXAS ^� DATEM�*--- BY _S_� I CITY OF LUBBOCK SPECIFICATIONS FOR RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY ITB #254-03/BM 1 2001 Pb 1 12 I1 "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas A, ITB #254-03/BM, Addendum #4 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.Lubbock.tx.us ADDENDUM #4 ITB #254-03 / BM Relocate 30-Inch Water Line Ahead of Freeway MAILED TO VENDOR: January 23, 2004 CLOSE DATE: February 5, 2004 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. A third revision of the Bid Submittal Unit Price Bid Contract is attached. This revision clarifies items in Bid Option 1. Successful Bidder MUST submit the hereto attached *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT form in order to be considered. 2. Reference Addendum #3, item 6, regarding Contractor's water. Water requirements CHANGED to reflect the most current City ordinance. The City will provide a water meter to the Contractor after a $1,500 refundable deposit is paid. The contractor is responsible for all water cost. 3. Bidder's attention is invited to the following questions and answers: QUESTION: Regarding OPTION #1, Install 16-Inch waterline, is the City providing the following materials: 1) Bedding material, 2) Casing end seals, 3) Trace wire, 4) Warning tape, 5) Concrete blocking, and 6) Water? ANSWER: The hereto attached *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT Includes bid items for bedding material and concrete blocking. The unit cost of each will be Dollars/Cubic Yard of installed bedding material and of installed concrete blocking. The City will provide casing end seals, Trace wire, and Warning Tape. Water is addressed in item #2 above. QUESTION: Is the steel casing provided by the City new or used, beveled ends or torch cut, true round or egg shaped? ANSWER: The steel casing is used with beveled ends. The casing is round, not egg shaped. QUESTION: What type of pipe is the 16" provided by the City? ANSWER: The City will provide PVC C-905 16-inch pipe. QUESTION: Does the 40 feet of restraint from each fitting and valve for the 30" piping apply to the new 16" piping? ANSWER: The Contractor will install 16-inch PVC pipe that will be provided by the City. Wedge -type joint restraints will also be provided for the fittings and valves. There is no requirement for the pipe joints to be restrained within 40 feet of a fitting and valve for the 16-inch line. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us ITB#254-03/BMAd4 ITB #254-03/13M, Addendum #4 THANK YOU, CITY OF LUBBOCK � G ruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#254-03/BMAd4 2 ITB #254-03/BM, Addendum #4 """ REVISED *"" BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Qtv U.M. Description Unit Cost Extended Cost 3,785 LF Install waterline in open trench from 0-feet up to 8-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 1: dollars cents ($ /LF) ($ ) 2. 200 LF Install waterline in open trench from depth greater than 8-feet up to 16-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ MATERIALS: dollars cents ($ /LF) ($ 1 TOTAL BID ITEM # 2: dollars cents ($ /LF) ($ ) 3. 161 LF Install waterline in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 3: dollars cents ($ /LF) ($ 1 ITB#254-03/BMAd4 3 ITB #254-03/BM, Addendum #4 4. 362 LF Install waterline and casing in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 4: dollars cents ($ /LF) ($ ) 5. 122 LF Perform utility bore 10-feet to 20-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 5: dollars cents ($ /LF) ($ ) 122 LF Perform utility bore 20-feet to 30-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 6: dollars cents ($ /LF) ($ ) 7. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch tapping sleeves and 24-inch tapping valves for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ TOTAL BID ITEM # 7: dollars cents ($ /EA) ($ ) 8. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 24-inch x 30-inch reducer fittings for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 8: dollars cents ($ /EA) ($ _) ITB#254-03/BMAd4 4 ITB #254-03/BM, Addendum #4 9. 4 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 90-degree bends for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 9: dollars cents ($ /EA) ($ ) 10. 3 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 45-degree bends for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 10: dollars cents ($ /EA) ($ ) 11. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch direct -buried butterfly valves and valve boxes for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ 1 TOTAL BID ITEM # 11: dollars cents ($ /EA) ($ ) 12. 1 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch x 12-inch tee for the unit price bid SERVICES: dollars cents ($ /EA) ($ l MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 12: dollars cents ($ /EA) ($ ) 13. 6 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 22.5-degree bends for the unit price bid SERVICES: dollars cents ($ /EA.) ($ ) MATERIALS: dollars cents ($ /EA) ($ 1 TOTAL BID ITEM # 13: dollars cents ($ /EA.) ($ ) 14. 1 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 55-degree bend for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: f dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 14: dollars cents ($ /EA) ($ ) IT11#254-03/BMAd4 5 ITB #254-03/BM, Addendum #4 15. 13,850 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: dollars cents ($ /SF) ($ ) MATERIALS: dollars cents ($ /SF) ($ ) TOTAL BID ITEM # 15: dollars cents ($ /SF) ($ ) TOTAL BASE BID ITEMS 1-15): SERVICES: ($ ) MATERIALS: ($ ) TOTAL BID ITEMS 1-15: ($ ) OPTION #1: Install 16-Inch Waterline using Owner provided materials 2,403 LF Install Owner provided 16-inch waterline in open trench from depth greater than 0 feet to 8 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, joint restraint, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 85 LF Install Owner provided 16-inch waterline in open trench from depth greater than 8 feet to 16 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, joint restraint, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ 60 LF Install Owner provided 16-inch waterline in open trench from depth greater than 16 feet to 24 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, joint restraint, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 10 LF Install Owner provided 16-inch waterline, 30-inch steel casing and casing spacers in open trench from depth greater than 16 feet to 24 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 235 LF Install Owner provided 16-inch waterline, 30-inch steel casing and casing spacers in open trench from depth greater than 20 feet to 30 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid 11 SERVICES: dollars cents ($ /EA) ($ ITB#254-03/BMAd4 6 ITB #254-03/BM, Addendum #4 275 LF Perform utility bore 10 to 20 feet deep and install Owner provided 16-inch water pipe, steel casing and casing spacers. Include all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 155 LF Perform utility bore 20 to 30 feet deep and install Owner provided 16-inch water pipe, 30-inch steel casing and casing spacers. Include all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch tapping sleeves and 14-inch tapping valves with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch x 14-inch reducer fittings with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 1 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch, 90 degree bend with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ j 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch, 45 degree bends with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 1 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch gate valve with joint restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch x 12-inch tee with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 4 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch, 22.5 degree bends with joint restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) ITB#254-03/BMAd4 7 ITB #254-03/BM, Addendum #4 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 30-inch, 30 degree bend with joint restraint for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 60 LF Install Owner provided 12-inch waterline in open trench from depth greater than 0 feet to 8 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch gate valves with joint restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 3 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch, 90-degree bends with restraint for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch tee fittings with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 200 CY Provide Bedding Material installed in place for the unit price bid MATERIAL: dollars cents ($ /CY) ($ ) 40 CY Provide Concrete Blocking installed in place for the unit price bid MATERIAL: dollars cents ($ /CY) ($ 1 14,000 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: dollars cents ($ /SF) ($ ) MATERIALS: dollars cents ($ /SF) ($ ) TOTAL: dollars cents ($ /SF) ($ ) TOTAL OPTION #1: SERVICES: ($ 1 MATERIALS: ($ 1 w TOTAL OPTION #1: ($ ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ITB#254-03/BMAd4 8 ITB #254-031BM, Addendum #4 Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days for BASE BID ONLY (no OPTION); or if OPTION 1 is accepted, 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the - bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ 1 or a Bid Bond in the sum of Dollars ($ 1, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Date: Authorized Signature (Printed or Typed Name) Company Address City, County ITB#254-03/BMAd4 9 State Telephone: - Fax: - Zip Code _ Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MIWBE Firm: I Woman Hispanic America 10 ITB #254-03/BM, Addendum #4 ITB #254-03/BM, Addendum #3 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.Lubbock.tx.us MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ADDENDUM #3 ITB #254-03 / BM Relocate 30-Inch Water Line Ahead of Freeway January 15, 2004 January 30, 2004 @ 1:00 P.M. CST February 5, 2004 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid Due Date is CHANGED from January 30, 2004 to FEBRUARY 5 2004 @ 1:00 P.M. CST. 2. Bid Option 1 is ADDED, to include the installation of Owner Provided 16-inch and 12-inch waterline, fittings and valves. A second revision of the Bid Submittal Unit Price Bid Contract is attached. This revision adds Bid Option 1. Successful Bidder MUST submit the hereto attached *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT form in order to be considered. 3. Additional plans pertaining to the 16-inch waterline are attached. 4. New SPECIFICATIONS are CHANGED as follows and are attached: Extensive revisions to Section 01110, part 1.3 Extensive revisions to Section 02511, part 1.4 Minor revision to Section 02511, Part 3.3 on "Installation of Valves and Fittings" Minor revision to Section 02511, Part 3.3, "Backfill of Excavation", requires approval of soil testing contractor. Major revision to Section 02512, Section 1.5, Item G. Minor revision to Section 02513, Part 1.1, Paragraph C, Item 3. 5. Reference Addendum #1, item 9 regarding notification of residents prior to commencement of construction is CHANGED to read, "Reference specification Section 02511, paragraph 3.2, item 1. 'Contractor is responsible for notifying all utilities and other affected parties prior to beginning excavation."' 6. Reference Addendum #1, item 11. The question reading, "Will the City provide water for filling, flushing, testing, and watering dirt for backfill; if so does water need to be metered?" The RESPONSE is CHANGED to read as follows: 'The City will lend a meter to the contractor for the duration of the project and the contractor will be responsible for paying the water cost." 7. If only the Base Bid is awarded the time for substantial completion will remain at 120 (ONE HUNDRED TWENTY) consecutive calendar days. If OPTION 1 is accepted the time for substantial completion of the project is extended to "within 180 (ONE HUNDRED EIGHTY) consecutive calendar days after a date to be specified in the written Notice To Proceed, issued by the City." ITB#254-03/BMAd3 ITB #254-03/BM, Addendum #3 8. Bidder's attention is invited to the following question and answer: QUESTION: Will the proposed 30-inch and 16-inch lines cross any existing water mains or service lines along Third Street and Detroit Avenue? RESPONSE: The proposed 30-inch and 16-inch lines will cross an existing Six-inch AC water line at the following three intersections: Third Street/Boston Ave, Third Street/Canton Ave., and Third Street/Detroit Ave. No water service lines will be crossed. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to BmacnairCmvlubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#254-03/BMAd3 2 ITB #254-03/BM, Addendum #3 *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Qty U.M. Description Unit Cost Extended Cost 3,785 LF Install waterline in open trench from 0-feet up to 8-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 1: dollars cents ($ /LF) ($ ) 2. 200 LF Install waterline in open trench from depth greater than 8-feet up to 16-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 2: dollars cents ($ /LF) ($ 3. 161 LF Install waterline in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ TOTAL BID ITEM # 3: dollars cents ($ /LF) ($ _ 1 ITB#254-03/BMAd3 ITB #254-03/BM, Addendum #3 4. 362 LF Install waterline and casing in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 4: dollars cents ($ /LF) ($ ) 122 LF Perform utility bore 10-feet to 20-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 5: dollars cents ($ /LF) ($ 6. 122 LF Perform utility bore 20-feet to 30-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 6: dollars cents ($ /LF) ($ 7. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch tapping sleeves and 24-inch tapping valves for the unit price bid SERVICES: dollars cents ($ /EA) ($ _ ) MATERIALS: dollars cents ($ /EA) ($ TOTAL BID ITEM # 7: dollars cents ($ /EA) ($ 8. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 24-inch x 30-inch reducer fittings for the unit price bid SERVICES: dollars cents ($ /EA) ($ _ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 8: dollars cents ($ /EA) ($ ITB#254-03/BMAd3 4 ITB #254-03/BM, Addendum #3 9. 4 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 90-degree bends for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 9: dollars cents ($ /EA) ($ 1 10. 3 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 45-degree bends for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 10: dollars cents ($ /EA) ($ ) 11. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control ' and storm water control for the installation of 30-inch direct -buried butterfly valves and valve boxes for the unit price bid 1 SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 11: dollars cents ($ /EA) ($ ) 12. 1 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch x 12-inch tee for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 12: dollars cents ($ /EA) ($ ) 13. 6 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 22.5-degree bends for the unit price bid SERVICES: dollars cents ($ /EA.) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 13: dollars cents ($ /EA.) ($ ) 14. 1 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 55-degree bend for the unit price bid SERVICES: dollars cents ($ /EA) ($ _ ) MATERIALS: dollars cents ($ /EA) ($ TOTAL BID ITEM # 14: dollars cents ($ /EA)' ($ ITB#254-03/BMAd3 5 ITB #254-03/BM. Addendum #3 15. 13,850 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: dollars cents ($ /SF) ($ ) MATERIALS: dollars cents ($ /SF) ($ ) TOTAL BID ITEM # 15: dollars cents ($ /SF) ($ ) TOTAL BASE (BID ITEMS 1-15): SERVICES: ($ } MATERIALS: ($ } TOTAL BID ITEMS 1-15: ($ } OPTION #1: Install 16-Inch Waterline using Owner provided materials 2,403 LF Install Owner provided 16-inch waterline in open trench from depth greater than 0 feet to 8 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 85 LF Install Owner provided 16-inch waterline in open trench from depth greater than 8 feet to 16 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ } 60 LF Install Owner provided 16-inch waterline in open trench from depth greater than 16 feet to 24 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ } 10 LF Install Owner provided 16-inch waterline and 30-inch steel casing in open trench from depth greater than 16 feet to 24 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid l , SERVICES: dollars cents ($ /EA) ($ ) 235 LF Install Owner provided 16-inch waterline and 30-inch steel casing in open trench from depth greater than 20 feet to 30 feet deep (existing grade to bottom of trench) including all equipment, k tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) ITB#254-03/BMAd3 ITB #254-03/BM, Addendum #3 275 LF Perform utility bore 10 to 20 feet deep to install Owner provided 16-inch water pipe, steel casing and casing spacers. Include all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 155 LF Perform utility bore 20 to 30 feet deep to install Owner provided 16-inch water pipe, 30-inch steel casing and casing spacers. Include all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch tapping sleeves and 14-inch tapping valves with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch x 14-inch reducer fittings with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch, 90 degree bend with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch, 45 degree bends with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch gate valve with joint restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ 1 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch x 12-inch tee with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 4 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch, 22.5 degree bends with joint restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 1 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 30-inch, 30 degree bend with joint restraint for the unit price bid ITB#254-03/BMAd3 ITB #254-03/BM, Addendum #3 4 SERVICES: dollars cents ($ /EA) ($ ) 60 LF Install Owner provided 12-inch waterline in open trench from depth greater than 0 feet to 8 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch gate valves with joint restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch, 90-degree bends with restraint for the unit price bid SERVICES: dollars cents ($ /EA) ($ EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch tee fittings with restraints for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) 14,000 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: dollars cents ($ /SF) ($ ) MATERIALS: dollars cents ($ /SF) ($ ) TOTAL: dollars cents ($ /SF) ($ ) TOTAL OPTION #1: SERVICES: ($ ) MATERIALS: ($ ) TOTAL OPTION #1: ($ ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days for BASE BID ONLY (no OPTION); or if OPTION 1 Is accepted, 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. j Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. ITB#254-03/BMAd3 8 ITB #254-03/8M, Addendum #3 Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on.or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ J, which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date s Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - r' MIWBE Firm: I Woman I I Black American Native American I- Hispanic American Asian Pacific American Other S eci 1TB#254-03/BMAd3 9 ITB #254-03/13M, Addendum #2 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TH STREET LUBBOCK, TEXAS 79401 PH: (806) 775.2167 FAX: (806) 775-2164 http://purchasing.ci.tubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ADDENDUM #2 ITB #254-03 / BM Relocate 30-Inch Water Line Ahead of Freeway January 9, 2004 January 30, 2004 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. As requested, the Plan holder's list is attached. All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK s Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#254-03/BMAd2 L L L L co co 6 f:e co > S TITLE: BID# ATE ENTI INITIALS PLANS SENT COMPANY NAME COMPANY ADDRESS PHONE# FAX NUMBER ADD #1 ADD #2 ADD #3 ADD E-mail Address* L) W&J-­5 E-mail Address: Ale, 4 7-x '.4 9 E-mail Address; 14- -144-2 E-mail Address:, bb tdtS6&, %Y E-mall Address: !%5 '5afkahrv- (605) &*Aux- AJ M, 3 ILI 3b J-a E-mail Address: mc 1 61 7—, --q ca CJt O cu CL rl) w B I D # �5 M DATE SENT/ PLANS COMPANY NAME COMPANY ADDRESS PHONE# FAX NUMBER ADD ADD ADD ADD INITIALS SENT #t #2 #3 #4 i c- K 0-1 (,"A + E-nW Address: A E-mg Address: L E-mit Address: E-mail Address: "741 qoe, Cl E-maM Address: E-mal Address: -7�y 7Lb'L- 7 -j --I 1p C. se TITLE: > DATE SENT! PLANS COMPANY NAME COMPANY AD .p. DRESS PHONE 0 FAX NUMBER ADD ADD ADD ADD #4 INITIALS SENT # W2 03 E-MR Address: e"3 E4oqU Address: E-mal Address: pi ,� B �c Letje,[W. 7)( E-ira Address: E-mff Address: J c'K E-mg Address: ITB #254-03/BM, Addendum #1 City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.lubbock.tx.us ADDENDUM # 1 ITB #254-031 BM Relocate 30-Inch Water Line Ahead of Freeway MAILED TO VENDOR: January 7, 2004 OLD CLOSE DATE: January 15, 2004 @ 2:00 P.M. CST NEW CLOSE DATE: January 30, 2004 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Due date and time are CHANGED from January 15, 2004 @ 2:00 P.M. to January 30, 2004 @ 1:00 P.M. CST. 2. Revised Bid Submittal Unit Price Bid Contract is attached. Successful Bidder MUST submit the *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT form to be considered. 3. Soil Data, as provided by TxDOT, is attached. 4. On the REVISED BID SUBMITTAL CONTRACT, Item 11 is CHANGED from "gate valve" to "butterfly valve and valve box". The specification for the butterfly valve and valve box is described in the paragraphs below. Butterfly Valve Butterfly valves shall conform to AWWA Specifications C504 for Class 150-B. Valve bodies shall be cast iron and may be either short body or long body lengths. The butterfly valves are for direct ground buried installation and shall be equipped with a 2-inch operating nut. The valves shall be designed for positive stop in the closed position. The valves shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. The valve shall open by turning to the left (counter -clockwise). The design water pressure differential shall be 150 psi upstream and 0 psi downstream. Valve Box Valve box shall be cast iron. The boxes shall be designed to fit over a section of 6-inch PVC pipe that will be used as an extension from the top of the valve. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base approximately 4" larger in diameter than the outside diameter of the barrel of the box. The cover shall be type No. 70 as manufactured by East Jordan Iron Works or approved equal. 4. CHANGE "gate valve" as shown on the drawings at Station 18+00 to "butterfly valve and valve box". 5. ADD one additional 30-inch butterfly valve and valve box to the original project drawings at the location Station 27+20, as reflected in the REVISED BID SUBMITTAL CONTRACT. 6. No steel reinforcement is required in the concrete cap placed under asphalt for pavement repair. Reference the attached pavement repair details for the two approved methods of pavement repair. 7. The City is in the process of coordinating areas to be used as staging areas. The City will designate the exact locations for the staging areas once arrangements have been finalized. 8. Spoil material will be removed and disposed of by contractor. The cost of the material haul -off shall be included In the unit prices for pipe installation. I.a [__ITB#254-03/BMAd 1 ITB #254-03/BM, Addendum #1 City will be responsible for the notification of residents and property owners prior to the start of construction. 10. Soil density testing for backfill of excavations will be at the contractor's responsibility and cost. ADD to the specifications Section 02511, page 7, paragraph 5.c.i, the underlined words: "The tests shall be performed by an approved, reputable contractor specializing in geotechnical work and will be at the Contractor's expense." 11. Bidder's attention is invited to the following questions/comments and their respective responses: QUESTION: Is the 30" water line restrained or unrestrained? If it is restrained, where is it restrained? The drawings do not show any restraint. RESPONSE: The 30-inch waterline shall be restrained at each fitting and butterfly valve. Pipe joints up to a distance of 40-feet on each side of a fitting or butterfly valve shall have restraints. QUESTION: Is it all right to use Flex -Ring pipe for the restrained portions? RESPONSE: Mechanical restraints at fittings and valves as described in the written specification are required. Flex -Ring pipe at joints up to 40 feet on each side of the fitting and butterfly valve is permitted. QUESTION: Is carrier pipe inside steel casings to be restrained? RESPONSE: Restraints on the pipe to be installed inside steel casing is not explicitly required by the specifications. However, the unit price bid of installing pipe inside steel casing will include all costs associated with a complete installation. If special restraints are required to pull pipe through the steel casing per manufacturers instructions, the cost of such restraints must be reflected in the unit price bid. QUESTION: Will the City provide water for filling, flushing, testing, and watering dirt for backfill; if so does water need to be metered? RESPONSE: The City will provide water for construction purposes, however the water must be metered. The City will lend a meter to the contractor for the duration of the project. QUESTION: For the 30" x 12" tee, will you accept a 12" weld on pipe to the 30" pipe with the same outlet configuration (MJ)? RESPONSE: Yes QUESTION: Bid item 3 calls for 161 feet of pipe in "greater than 16 feet to 24 feet deep". Bid item 4 has 362 feet with the same criteria, what is the difference? RESPONSE: Bid item 3 is waterline only. Bid item 4 is waterline installed inside steel casing. COMMENT: Referencing bid items 3 and 4, with a type 5 backfill for ductile iron pipe, class 200 pipe would be required for 30" pipe greater than 22 feet deep. The specifications only mention class 150. RESPONSE: Most of the pipe installed at depths greater than 22 feet will be installed inside steel casing. COMMENT: I find no bid item for the 30-inch, 55-degree bend. RESPONSE: Please see Item 14, on the REVISED BID SUBMITTAL CONTRACT, attached. COMMENT: I find no bid item for the 30-inch, 22.5-degree bends. RESPONSE: Please see Item 13, on the REVISED BID SUBMITTAL CONTRACT, attached. COMMENT: I only count 3 (not 10) 30-inch, 45-degree bends. RESPONSE: Please see Item 10, on the REVISED BID SUBMITTAL CONTRACT, attached. e ITB#254-03/BMAdl 2 C. 1 ITB #254-03/BM, Addendum #1 All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us THANK YOU, CITY OF LUBBOCK Bruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. ITB#254-03/BMAd1 3 ITB #254-03/BM, Addendum #1 *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE PROJECT NUMBER: #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY :. • (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Qtv U.M. Description Unit Cost Extended Cost 3,785 LF Install waterline in open trench from 0-feet up to 8-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 1: dollars cents ($ /LF) ($ ) 2. 200 LF Install waterline in open trench from depth greater than 8-feet up to 16-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ TOTAL BID ITEM # 2: dollars cents ($ /LF) ($ ) 161 LF Install waterline in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 3: dollars cents ($ /LF) ($ ) ITB#254-03/BMAd1 4 ITB #254-03/BM, Addendum #1 4. 362 LF Install waterline and casing in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 4: dollars cents ($ /LF) ($ ) 5. 122 LF Perform utility bore 10-feet to 20-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 5: dollars cents ($ /LF) ($ ) 122 LF Perform utility bore 20-feet to 30-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ /LF) ($ ) MATERIALS: dollars cents ($ /LF) ($ ) TOTAL BID ITEM # 6: dollars cents ($ /LF) ($ ) 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30" tapping sleeve and 24" tapping valve for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 7: dollars cents ($ /EA) ($ ) 8. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 24" x 30" reducer fitting for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) j TOTAL BID ITEM # 8: dollars cents ITB#254-03/BMAd1 ITB #254-03/BM, Addendum #1 9. 4 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 90-degree bend for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 9: dollars cents ($ /EA) ($ ) 10. 3 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 45-degree bend for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 10: dollars cents ($ /EA) ($ ) 11. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch butterfly valve and valve box for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 11: dollars cents ($ /EA) ($ 12. 1 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch x 12-inch tee for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 12: dollars cents ($ /EA) ($ ) 13. 6 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 22.5-degree bend for the unit price bid SERVICES: dollars cents ($ /EA.) ($ MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 13: dollars cents ($ /EA.) ($ __ ? 14. 1 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 55-degree bend for the unit price bid SERVICES: dollars cents ($ /EA) ($ ) MATERIALS: dollars cents ($ /EA) ($ ) TOTAL BID ITEM # 14: dollars cents ($ /EA) ($ ) ITB#254-03/BMAd 1 ITB #254-03/13M, Addendum #1 15. 13,850 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: dollars cents ($ /SF) ($ ) MATERIALS: dollars cents ($ /SF) ($ ) TOTAL BID ITEM # 15: dollars cents ($ /SF) ($ ) TOTAL BID ITEMS 1-15: SERVICES: ($ ) MATERIALS: ($ ) TOTAL BID ITEMS 1-15: ($ ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or ail bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the _ plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. 11-, ITB#254-03/BMAd1 i _ ITB #254-03/BM, Addendum #1 Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Authorized Signature (Printed or Typed Name) Company Secretary Address Bidder acknowledges receipt of the following addenda: City, County Addenda No. Date State Zip Code Addenda No. Date Telephone: - Addenda No. Date Fax: - Addenda No. Date M/WBE Firm: Woman I I Black American Native American Hispanic American I I Asian Pacific American I I Other S eci ) j �:3 CITY OF LUBBOCK INVITATION TO BID FOR TITLE: RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 254-03/BM PROJECT NUMBER: 9742.8107.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS NOTICE TO BIDDERS NOTICE TO BIDDERS ITB #254-03/BM Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 15th day of January, 2004, 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: "RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on the 15th day of January, 2004, and the City of Lubbock City Council will consider the bids on the 12th day of February, 2004, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 30th day of December, 2003 at 9:00 o'clock a.m., in the Engineering Conference Room 107, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 131h Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from City of Lubbock Purchasing Department, 1625 13th Street, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VACTORMAN PURCHASING MANAGER GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 15th day of January, 2004 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #254-03113M, RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 9:00 a.m., December 30th, 2003 in Engineering Conference Room 107, Lubbock, Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 'LL 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. �.,f t 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the .., Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CON FIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. . 2 1, 7 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasina Manaaer if anv lanauaae, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. 12.2 NO. BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL r INFORMATION OR -CLARIFICATION CONCERNING THIS INVITATIONTGBID (ITB) MUST BE S.UBMITTED: IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: BRUCE MACNAIR, SENIOR BUYER City of Lubbock 1625 13t' Street Lubbock, Texas 79401 _. Fax: (806) 775-2164 Email: BMacnair@mylubbock.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 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. 16 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. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 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. - 19 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 f been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. L (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. } 4 1' 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 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. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE r_ 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of _s cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether r, 5 performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 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 k under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. j f' i 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be 7 deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 13. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. BID SUBMITTAL ITB #254-03/BM, Addendum #4 *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: / ®i /0 11 PROJECT NUMBER: #254-03/BM - RE.L�O`CATE 30-INCH WATER LINE AHEAD OF FREEWAY Bid off; f,�� C��is�c�pks of AA"'-, (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, "1 materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Item Qtv U.M. Description Unit Cost Extended Cost 1. 3,785 LF Install waterline in open trench from 0-feet up to 8-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVI MATER TOTAL BID ITEM # 1: 2. 200 LF Install waterline in open trench from depth greater than 8-feet up to 16-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: MATERIALS: -rDvs i TOTAL BID ITEM # 2: ON,,E 4141byt,0 reAl dollars 1W cents ($ z90 /LF) ($40) 3. SERV MATE 161 LF Install waterline in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid TOTAL BID ITEM # 3: t ITB#254-03/BMAd4 3 ITB #254-03/BM, Addendum #4 4. 362 LF Install waterline and casing in open trench from depth greater than 16-feet up to 24-feet deep (existing grade to bottom of trench) including all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: 0✓2/,F �iy.v�l��� ,F/y,F�/ dollars A10 cents ($ )//. G'O/LF) ($ '�VW,2,Od ) MATERIALS: E4 ZI-tg� 121,;1 � dollars A-V cents ($ ef, a,91LF) ($ V ! TOTAL BID ITEM # 4: f Av,,a eei dollars IVO cents ($ • ��% Ga/LF) ($ i ��► 5. 122 LF Perform utility bore 10-feet to 20-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: MATERIALS: j;-, hA /.ci dollars IVO cents ($ R as /LF) ($ % 6,&. vD) TOTAL BID ITEM # 5: J0,.,1 /ljit ,,e4 dollars /U0 cents ($!&0,aa1LF) 6. 122 LF Perform utility bore 20-feet to 30-feet deep to install water pipe, steel casing and casing spacers. Include all material, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for t�h-e� unit price bid SERVICES: //1�iee, 11vy,evJ10 ,'items //l/t dollars /VO cents ($ 3a44 11-F) ($ i 066W) MATERIALS: AcveN dollars A) cents ($ Y�, ar% /LF) ($ 00) TOTAL BID ITEM # 7. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch tapping sleeves and 24-inch tapping valves for the unit price bid SERVICES: �,n e- / hav5,4414 dollars //O cents ($ yOa,IdEA) ($ 0,00,ga ) MATERIALS: TOTAL BID ITEM # 7: 8. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 24-inch x 30-inch reducer fittings for the unit price bid SERVICES: dollars fir% cents ($ /,/!?G' (,V EA) ($ 2 MATERIALS: dollars cents ($%�kU as /EA) ($ yDd a ) TOTAL BID ITEM # 8: ,�j hr fjvdzz l dollars /W cents t$ 87a a4EA) ($ .5-, Pip) ITB#254-03/BMAd4 4 ITB #254-03/BM, Addendum #4 9. 4 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 90-degree bends for the unit price bid SERVICES: k. /J" .kq dollars cents ($/ 3W',V1EA) ($ i ADD aO ) MATERIALS: TOTAL BID ITEM # 9: /h/�f, S�dollars yO cents ($3%d�MEA) ($/� 10. 3 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 45-degree bends for the unit price bid SERVICES: OlVe- dollars It —a cents ($ I ex? adEA) ($ 3. 000 Dt7 ) MATERIALS: �iX toe v -� dollars 4-zr2 cents ($ MV v0/EA) ($ y YoD ev ) TOTAL BID ITEM # 10: /tveA,4.5174- /Ii�,Y dollars !1/U cents ($a. /D1.)oIEA) ($ %a raa ) 11. 2 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch direct -buried butterfly valves and valve - [� boxes for the unit price bid SERVICES: Fayl- dollars A.-V cents ($' 9,ad AWEA) ($ X eP1O ®O ) MATERIALS: /4v,e%v /hrlu5e r�� dollars_ AV cents ($12 aWa./EA) TOTAL BID ITEM # 11: 12. 1 SERVICES MATERIAL EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch x 12-inch tee for the unit price bid TOTAL BID ITEM # 12: Fal/JUNI e dollars A//� cents ($�Dtd /EA) ($ y8al' z2) 13. 6 EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of 30-inch, 22.5-degree bends for the unit price bid SERVICES: Ac AA - AU.p',aw'q dollars /Vie cents ($ 90,,0 lEA.) ($ 5W,,s�Q_) rv" ` MATERIALS: TOTAL BID ITEM # 13: 14. 1 SERVICE MATERb EA Provide all material, joint restraint, equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of a 30-inch, 55-degree bend for the unit price bid wzxll tl /�v�o dollars A✓0 cents � /EA . /aO,aO 3: /k,,? /%vL,SAA16 dollars /lira cents ($�D�D.��/EA) ($ �. Did, r?/J) TOTAL BID ITEM # 14: L r ITB#254-03/BMAd4 1 5 ITB #254-03/BM, Addendum #4 15. 13,850 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: /410 dollars NO cents ($ 2.av /SF) ($ 2i SOD r70) MATERIALS: fW-Jz dollars cents ($'2_oD /SF) ($ "l %®D, W) TOTAL BID ITEM # 15: t'41v' dollars Ala cents /SF) OPTION #1: Install 16-Inch Waterline using Owner provided materials I 1 2,403 LF Install Owner provided 16-inch waterline in open trench from depth greater than 0 feet to 8 feet _ 1 deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, joint restraint, traffic control and storm water control for the unit price bid SERVICES: TOU,- fa :Zt,// dollars /VV cents ($ YYAa /EA) ($/A 73;1-901) b 85 LF Install Owner provided 16-inch waterline in open trench from depth greater than 8 feet to 16 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, joint restraint, traffic control and storm water control for the unit price bid SERVICES: dollars cents ($ .S75.OD /EA) ($ � 5 eO ) 3-1,, 60 LF Install Owner provided 16-inch waterline in open trench from depth greater than 16 feet to 24 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, joint restraint, traffic control and storm water control for the unit price bid SERVICES: 10Ji�)tlg T01i1' dollars AIV cents ($%/>r/D /EA) ($S,�W,DD ) ', 10 LF Install Owner provided 16-inch waterline, 30-inch steel casing and casing spacers in open trench ' from depth greater than 16 feet to 24 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: ZVIA t lid ZV' 7 dollars lVd cents ($ %q aO /EA) ($ !Mf7 DD ) 235 LF Install Owner provided 16-inch waterline, 30-inch steel casing and casing spacers in open trench from depth greater than 20 feet to 30 feet deep (existing grade to bottom of trench) including all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit � /price bid --/l -' SERVICES: wo y ✓ds°eg9 dollars Alit cents ($ AM,dy /EA) ($ f7Wa, ; ) ITB#254-03/BMAd4 6 ITB #254-03/BM, Addendum #4 275 LF SERVICES: 1� 155 LF SERVICES: 2 EA _ SERVICES: i Perform utility bore 10 to 20 feet deep and install Owner provided 16-inch water pipe, steel casing and casing spacers. Include all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid Perform utility bore 20 to 30 feet deep and install Owner provided 16-inch water pipe, 30-inch steel casing and casing spacers. Include all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the unit price bid Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch tapping sleeves and 14-inch tapping valves with restraints for the unit price bid - 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch x 14-inch reducer fittings with restraints for the unit price bid SERVICES: SevL✓y �U� e,� dollars A0%V cents ($'�O® ea /EA) ($ �;Ia� as ) ( 1 EA Provide all equipment, tools, labor, trench'safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch, 90 degree bend with restraints for the unit price bid SERVICES: dollars /U® cents ($ �W prl /EA) ($ %O®dAV ) 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 16-inch, 45 degree bends with restraints for the unit price bid SERVICES: Seavc."- hvvl���.�J dollars /U® cents ($ %V.WMP /EA) ($� 1 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 16-inch gate valve with joint restraints for the unit price bid - SERVICES: k,/>, dollars A/® cents ($ %®>cV /EA) ($ 7®D- -W ) 1 /J { EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the iinstallation of an Owner provided 16-inch x 12-inch tee with restraints for the unit price bid SERVICES: dollars /1/O cents ($ /, 9W,c��/EA) ($ /, W,0 L-a 4 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control ' for the installation of Owner provided 16-inch, 22.5 degree bends with joint restraints for the unit price bid SERVICES' �L've,r/ hie.vdeGE�% dnllart IV19 rPntc (t %0-_,"/FA1 11,2 IM /Jill j [ -"" ITB#254-03/BMAd4 ITB #254-03/BM, Addendum #4 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of an Owner provided 30-inch, 30 degree bend with joint restraint for the unit price bid SERVICES: .S�e�c.r� LVA e o dollars A42 cents ($ IQG''i? /EA) ($ %C,, W ) 60 LF Install Owner provided 12-inch waterline in open trench from depth greater than 0 feet to 8 feet deep(existing grade to bottom of trench including all equipment, tools, labor, trench ( 99 )� 9safety, backfilling, traffic control and storm water control for the unit price bid SERVICES: kilt dollars Ala cents ($ /EA) ($ 915,9a O °. 2 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch gate valves with joint restraints for the unit price bid SERVICES: dollars Ald cents ($ bl01 -;.' /EA) ($ J�6a Oa ) 3 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch, 90-degree bends with restraint for the unit price bid SERVICES: six dollars Alo cents ($ ky, a4, /EA) ($ 1 EA Provide all equipment, tools, labor, trench safety, backfilling, traffic control and storm water control for the installation of Owner provided 12-inch tee fittings with restraints for the unit price bid SERVICES: 5eve ry kyvOoG1J dollars /v62 cents ($ :7,9G?,ag/EA) ($ );/ F 200 COY Provide Bedding Material installed in place for the unit price bid MATERIAL: dollars cents /CY) F 40 CY Provide Concrete Blocking installed in place for the unit price bid MATERIAL: G�✓�� /ifse��r�dQ / ii'frr� dollars /1/� cents ICY) ($ S�/%®0 1 �) 14,000 SF Provide all material, equipment, tools, labor, traffic control and storm water control to perform asphalt repair for the unit price bid SERVICES: -% G dollars 'Ala cents ($ Q,aa /SF) ($.2X,g624?0 MATERIALS: dollars A✓G' cents /SF) TOTAL: ivv!+ dollars U cents ($ Y as /SF) ,-OTAI AnTIAIJ -U4. SEi MA TO' (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) ITB#254-03/BMAd4 8 ITB #254-03/BM, Addendum #4 Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 120 (ONE HUNDRED TWENTY) consecutive calendar days for BASE BID ONLY (no OPTION); or if OPTION 1 is accepted, 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,000 (ONE THOUSAND) for each consecutive - calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the a general conditions of the contract documents. .. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. ' The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 6 A TaT/+a &-I� /oUy,,,/ r Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (15) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: r , ITB#254-03/BMAd4 9 Date: a a.S1®'V nature (Printc(d or Typed Name) Comparfy 1116 % / Address bb1&P1--% Ci r Co my State Zip Code Telephone: - /3 /S' Fax: —--- - 1�/ v I5 34' ITB #254-03/BM, Addendum #4 Addenda No. Date /- 1-0y Addenda No. _ Date /- 1-0 � A Addenda No. 3 Date i /.5-o- d4 Addenda No. Date j ,?Z,3 - v y MIWBE Firm: Woman Black ITB#254-03/BMAd4 10 No Text CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. - 7�14 Contr r ( ignature) Cont ctor (Print) ~` CONTRACTOR'S FIRM NAME: Uiii-iW Lj®W&4X61Cs Di !► w (Print or Type ) CONTRACTOR'S FIRM ADDRESS:/ Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: v,�,�� k ; 4,/ Agent/Broker Telephone Number: ( �06 ) 1�� 31/ Date: cx� NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. !` BID #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY 6 SAFECO® NW7 a, SAFECO Insurance Company PO Box 34526 Seattle, WA 98124-1526 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, UTILITY CONTRACTORS OF AMERICA LTD. and the SAFECO INSURANCE COMPANY OF AMERICA as Principal, hereinafter called the Principal, of Seattle, Washington , a corporation duly organized under the laws of the State of Washington , as Surety, hereinafter called the Surety, are held and fn•miy bound unto CITY OF LUBBOCK as Obligee, hereinafter called the Obligee, in the sum of 5%of Bid Amount ------------------------------------------------------------------ Dollars ($ 5% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY. ITB #254-03/BM NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of Januan/ 2004 ii t Q✓`Z" Witness MARL A ILL Witness UTILITY CONTRACTORS OF AMERICA, LTD. (Seal) Principal Title SAFECO INGJJAANCE CO NY OF AMERICA Byi HOWARD COWAN Attorney -in -Fact registered trademark of SAFFM Cornoratinn FRP No Text �� S A F E C O" POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 11561 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint s*sss:s**+*:*s•*******ss:::****«*::**:ss:ssss:*:ss***:****HOWARD COWAN; MARLA HILL; Lubbock, Texas***"•*:*****s*******a****::*«:**********:**s*ss*** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 2nd day of March 2000 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to - execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 15TH day of JANUARY 2004 ORgr�yp�, /• CORPORATE SEAL s SEAL al I9513 0� �� l sip Of WASt1�1> �o fWdS���i� R.A. PIERSON, SECRETARY S-0974/SAEF 7/98 ® Registered trademark of SAFECO Corporation. 3/2100 PDF No Text i City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13TM STREET LUBBOCK, TEXAS 79401 PH: (806) 775-2167 FAX: (806) 775-2164 http://purchasing.ci.Lubbock.tx.us MAILED TO VENDOR: ITB #254-03/BM, Ad( ADDENDUM #4 ITB #254-03 / BM Relocate 30-Inch Water Line Ahead of Freeway January 23, 2004 iendum #4 CLOSE DATE: February 5, 2004 @ 1:00 P.M. CST The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. A third revision of the Bid Submittal Unit Price Bid Contract is attached. This revision clarifies items in Bid Option 1. Successful Bidder MUST submit the hereto attached *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT form in order to be considered. 2. Reference Addendum #3, item 6, regarding Contractors water. Water requirements CHANGED to reflect the most current City ordinance. The City will provide a water meter to the Contractor after a $1,500 refundable deposit is paid. The contractor is responsible for all water cost. 3. Bidder's attention is invited to the following questions and answers: QUESTION: Regarding OPTION #1, Install 16-Inch waterline, is the City providing the following materials: 1) Bedding material, 2) Casing end seals, 3) Trace wire, 4) Warning tape, 5) Concrete blocking, and 6) Water? ANSWER: The hereto attached *** REVISED *** BID SUBMITTAL UNIT PRICE BID CONTRACT Includes bid items for bedding material and concrete blocking. The unit cost of each will be Dollars/Cubic Yard of installed bedding material and of installed concrete blocking. The City will provide casing end seals, Trace wire, and Warning Tape. Water is addressed in item #2 above. QUESTION: Is the steel casing provided by the City new or used, beveled ends or torch cut, true round or egg shaped? ANSWER: The steel casing is used with beveled ends. The casing is round, not egg shaped. QUESTION: What type of pipe is the 16" provided by the City? ANSWER: The City will provide PVC C-905 16-inch pipe. QUESTION: Does the 40 feet of restraint from each fitting and valve for the 30" piping apply to the new 16" piping? ANSWER: The Contractor will install 16-inch PVC pipe that will be provided by the City. Wedge -type joint restraints will also be provided for the fittings and valves. There is no requirement for the pipe joints to be restrained within 40 feet of a fitting and valve for the 16-inch line. 1 All requests for additional information or clarification must be submitted in writing and directed to: Bruce MacNair, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806) 775-2164 or Email to Bmacnair@mylubbock.us L... ` ITB#254-03/BMAd4 1 ITB #254-03/BM, Addendum #4 THANK YOU, CITY OF LUBBOCK ,7 ruce MacNair Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications ' will be made. - _i c_l LA ' ITB#254-03/BMAd4 2 -_s LICENSED _, PAYS pr1D BOND NO. 6253603 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) UTILITY CONTRACTORS KNOW ALL MEN BY THESE PRESENTS, that OF AMERICA, LTD. (hereinafter called the Principal(s), as Principal(s), and SAFECO,INSURANCE COMPANY OF AMERICA (hereinafter called the Sure80), ��*(§)I ff$�eVLV fMlg� fld unto the City of Lubbock (hereinafter called the Obligee), in the amount of juggg H11NpgIz1) Fnumv sg jlubT 4,ND N9 i molars ($ 1,095,347 .Pdwful money of the United States for the payment whereof, the said Principal and Surety b►nd themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 4TH day of MARCH ,20 04 ''to BID #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 8TH day of MARCH 2004 . SAFECO INSURANCE COMPANY OF AMERICA Surety By. ( itle) MARLA HILL ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) LTD. (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. SAFECO INSURANCE COMPANY OF Surety AMERICA * By' a -- ( itie' MARLA HILL ATTORNEY -IN -FACT Approved as to form: City of Lubbock i By: City Attorney T� * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the bylaws 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. _ EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. P1 S-6248 2/03 rf�j SAFECO" State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com POWER SAFECO INSURANCE COMPANY OF AMERICA S A F E C O- GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 11561 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington Corporation, does each hereby appoint •+rss:*ses«s**s****s**a*ss**s:s**stss***::::**:+***s*#****HOWARD COWAN; MARLA HILL; Lubbock, Texas:::s::sssss::sss:s*s*•:***s*:****+s*************sss its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character S issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 2nd day of March 2000 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 8TH day of MARCH 2004 ` ` SEAL e srl 1953 FAP WAStn ' S-097,1/SAEF 7/98 �r CORPORR y` SEAL A x lg23 Of Was�+�cra�s R.A. PIERSON, SECRETARY O Registered trademark of SAFECO Corporation. 3/2/00 PDF REST RATING B%"D c"EcK LICENSE IN TEXAS PIATEV-1 ce 'Blo"D BOND NO. 6253603 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) UTILITY CONTRACTORS OF AMERICA, LTD. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and SAFECO INSURANCE COMP{{��ASN))Y�� OF AMERICA (hereinafter called the Sur tv( �`MILLION'(N�NETY�FIVE THOUS bound unto the City of Lubbock (hereinafter called the Obligee), in the amount ofqPAPP4 l R gars ($1, 095 , 347 . gtawful money of the United States for the paymen w ereo , t e sai rmcipa and urety in �4 emselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 4TH day of MARCH ,2004,to BID #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this8TH day of MARCH , 20 04 . SAFECO INSURANCE COMPANY OF AMERICA Surety t " By. 'M itle) MARLA HI L ATTORNEY -IN -FACT UTILITY CONTRACTORS OF AMERICA, (Company Name) LTD. By. (Prin a Name) (Si na r ) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship. SAFECO INSURANCE COMPANY Surety OF AMERICA *B � ��a Y (title) MARLA HILL ATTORNEY -IN -FACT Approved as to Form City of Lubbock By: Ci y Attorne * 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. CERTIFICATE OF INSURANCE MAR-19-2004 FRI 11:46 AM ALAN HENRY INSURANCE FAX NO, 1+806+7976235 P. 01 ACORD. CERTIFICATE OF LIABILITY INSURANCE PRODUCER Alan Henry ins. Agancy, Inc. THIS CERTIFICATE IS ISSUED AS A MATTER ONLY AND CONFERS NO RIGHTS UPON ' 3407 IM Street HOLDER. THIS CERTIFICATE DOES NOT AN Lubbock TX 79410 ALTER THE COVERAGE AFFORDED BY THE DATE (MM/DD/YYYY) 03/16/2004 INFORMATION CERTIFICATE 1, EXTEND OR _ INSURERS AFFORDING COVERAGE NAIC # _ INSURED UtRE ty Contactors of America, Ltd., INSUR A: Hartford I — 24767_ _ Utility Contractors Of America, Inc. VRER e:. St. Pau , __ _ 927 Highway 62 _INSURER c: -- VVolffarth TX 79382 INSU , ER D: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A60VE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, ERAL LIABILITY 46CQT0995 09/05/2003 09/05/2004 EAcH OCCUR] 1ENCE _( , OMMERCIAL GENE L LIABILITY DAMAGE TO RENTED RFMI.,ES IF, orm renCAL_- CLAIMS MADE X OCCUR MEO EYp An o e pefson _ PERSONAL & AOV INJU Y „ GENERAL,AGGREGAYE „ L AGGREGATE LIMIT APPLIES PER: PRODUCTS • COMP/OP AGG !1 AUTOMOML.E LIABILITY 4 ANY AUTO ALL OWNED AUTOS I SCHEDULED AUTOS X HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO E CESSIUMBRELLAA LIABILITY OCCUR ( CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILJTY ANY PROPRIETORMARTNER/EX9001VE DFACER/AIEMBER EXCLUDED? _ 100,001 1_0,001 00,o0i _ 2,000,00( 2,000,00( 461JENQT0996 09/05/2003 09/05/2004 COMBINED SINGLE LIMIT = 1,000,00C (Ea accident) BODILY INJURY S (Par ptaecn) BODILY INJURY $ (Per accldenl) PROPERTY DAMAGE S (Per accident) 09/05/2003 OTHER THAN EA ACC _ AUTO ONLY: E.L.AL _ C11ACCIDENT 1,000 .E,{.; DISFAS , _ EA EMPLOYE _ 1,000 E.L. DISEASE . POLICY LIMIT J I,000 OTHER I B Installation Floater II(09102978 9-5-2003 19-5-2004 �$1,1110,000. per project DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE BOLDER IS ADDITIONAL INSURED ON GENERAL LIABILITY AND AUTO LIABILITY. CERTIFICATE HOLDER IS GRANTED A WAIVER OF SUBROGATION ON WORKER'S CONDE-NSATION. Project: Relocate 30—inch water line ahead of Freeway 1TB 1254-03/BK CITY OF LUB13OCK ATTN: Tina 1625 13TH STREET LUBBOCK TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFONTHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL j (J DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORLZEO REPRESENTATIVE a��. �, CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 2 No Text CONTRACT CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 4TH day of MARCH, 2004 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and UTILITY CONTRACTORS OF AMERICA of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and inconsideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #254-03/BM - RELOCATE 30-INCH WATER LINE AHEAD OF FREEWAY - $1,095,347.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CP By: ATTEST: CityWecVetary U 7:�EQT FONT T: Owner's Representative APP"ED ASJ�XORM:,..-) City'Attorney CONTRACTOR: Y, By: kL, PRIN NAME: TITLE: 1 210 COMPLETE ADDRESS: Utility Contractors of America, Ltd. 4611 85t" Street Lubbock, Texas 79424 ATTEST: Corporate Secretary GENERAL CONDITIONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit UTILITY CONTRACTORS OF AMERICA LTD. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CHES CARTHEL CHIEF ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES 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. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10, LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. ' 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions i given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." G. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 10 (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; 11 (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in anyway, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material i I or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or i required in these contract documents by Owner; provided, however, if choice of alternate design, device, material__ or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the I contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the I LJ 12 l Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 (ONE THOUSAND) PER - DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 13 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 14 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less ail previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, 15 if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the i Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and 16 constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR - In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the -,k Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, 17 and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or 18 effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Y Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 19 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/Boiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Hourly 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 N EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. 3 SPECIFICATIONS RELOCATE WATER DISTRIBUTION LINE AHEAD OF MARSHA SHARP FREEWAY 30-INCH WATER DISTRIBUTION LINE ON U.S. HIGHWAY 82 AND 4TH STREET TECHNICAL SPECIFICATIONS OCTOBER 2003 TABLE OF CONTENTS RELOCATE 30-INCH WATER DISTRIBUTION LINE AHEAD OF MARSHA SHARP FREEWAY SPECIFICATIONS DIVISION 1— GENERAL REQUIREMENTS 01110 Summary of Work 01330 Administrative Procedures DIVISION 2 — SITE CONSTRUCTION 02511 Installation of Water Distribution System Components 02512 Water Systems Pipe and Fittings 02513 Bores and Encasements Relocate 30-inch Water Line Ahead of Marsha Sharp Freeway 00010-1 10/V2003 No Text SECTION 01330 ADMINISTRATIVE PROCEDURES PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement and all Divisions of the Contract Documents apply to work of this Section. 1.2 SECTION INCLUDES A. Submittal Procedures B. Proposed Products list. C. Product Data. D. Samples. E. Manufacturer's instructions. F. Manufacturer's certificates. 1.3 SUBMITTAL PROCEDURES A. Transmit each submittal with Contractor's standard transmittal letter including Contractor's name, address and telephone number. B. Sequentially number the transmittal forms. C. Identify Project, Contractor, Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and Specification section number, as appropriate. D. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Owner's Representative at business address. Coordinate submission of related items. Relocate 304nch Water Line Ahead of Marsha Sharp Freeway 01330-1 ionl2003 F. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Owner's Representative review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. J. Submittals not requested will not be recognized or processed. 1.4 RESUBMITTAL REQUIREMENTS A. Revise initial submittals as required and resubmit to meet requirements as specified. B. Mark as RESUBMITTAL. C. Re -use original transmittal numbers and supplement with sequential alphabetical suffix for each re -submittal. 1.5 PROPOSED PRODUCTS LIST A. Within 7 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.6 SHOP DRAWINGS A. For drawings larger than 11 x 17 inches, submit in the form of one reproducible transparency and one opaque reproduction. B. For drawings 11 x 17 inches and smaller, submit the number of opaque reproductions, which Contractor requires plus four copies, which will be retained by Owner's Representative. Relocate 30-inch Water Line 01330-2 10n12003 Ahead of Marsha Sharp Freeway No Text 1.9 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturer's certificate to Owner's Representative, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and Certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owner's Representative. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION Relocate 304nch Water Line 013304 iont2003 Ahead of Marsha Sharp Freeway SECTION 02511 INSTALLATION OF WATER DISTRIBUTION SYSTEM COMPONENTS PART1 GENERAL 1.1 SECTION INCLUDES. A. This section contains requirements for the installation of water distribution system components such as pipe, fittings and valves. It also includes requirements for trench safety, final clean up and acceptance. 1.2 PRODUCTS INSTALLED UNDER THIS SECTION. A. Approved municipal water pipe. B. Approved fittings, connections, valves and appurtenances. C. Warning tape. D. Locator wire, if pipe is of non-ferrous material. 1.3 RELATED SECTIONS A. 00300- Information Available to Bidders. B. 02512- Water Systems Pipe Fittings and Accessories. C. 02513- Steel Encased Utility Bore 1.4 UNIT PRICES A. Water Distribution Pipe. 1. Payment for installation of water distribution pipe will be on a linear foot basis. Unit cost shall include pipe installed, complete in place including all appurtenances, trench safety and traffic barricading required. 2. The Owner's Representative will perform measurement. B. Tapping Sleeves and Valves. 1. Payment for purchase and installation of the tapping sleeve and valve will be per each, Relocate 30-inch Water Line 02511-1 12/11/2003 Ahead of Marsha Sharp Freeway complete in place including all appurtenances, trench safety and traffic barricading required. B. Steel Encased Utility Bore. 1. Payment for installation of the encased bore will be at a linear foot basis, Unit cost shall include all labor and equipment for the installation of the steel encasement pipe and the water carrier pipe, complete in place including all appurtenances, including casing spacers if recommended by the pipe manufacturer, trench safety and traffic barricading required. 2. The Owner's Representative will perform measurement. 1.5 SUBMITTALS A. Submit in accordance with the requirements of Section 1330 - Administrative Procedures. C. Submit trench protection procedures. C. Submit storm water pollution prevention plan (SWPPP) including the Notice of Intent. D. Submit traffic control plan. 1.6 WARRANTY A. Contractor to provide standard one year warranty. Warranty period will begin at the date of Substantial Completion. B. The Contractor at no additional expense to the Owner will perform any repairs, replacements or maintenance work on Work performed by the Contractor. C. The Owner's Representative will be the sole determinator of the warranty work required. Relocate 30-inch Water Line 02511-2 12/11/2003 Ahead of Marsha Sharp Freeway PART 2 PRODUCTS 2.1 See sections 02512 and 02513 PART 3 EXECUTION 3.1 EXAMINATION A. Contractor will examine the entire length of the project site to verify conditions before starting work. B. Contractor is responsible for verifying that site conditions are suitable for the proposed Work prior to beginning activities. 3.2 PROTECTION 1. Contractor is responsible for notifying all utilities and other affected parties prior to beginning excavation. 2. Contractor will comply with the State of Texas excavation notice requirements. 3. Contractor is responsible for providing shoring, bracing or other supports as required to prevent damage to adjacent utilities, structures or other affected components. 4. Contractor will excavate and expose any utilities or other potential conflicts to determine the lines and grades, if deemed necessary by the Contractor or Owner's Representative. 5. Contractor is responsible for any expenses incurred to repair, replace or otherwise restore facilities damaged due to excavation or installation of the sanitary sewer system. 6. 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. Traffic control plans shall be submitted to the City of Lubbock Traffic Engineer for approval. 7. 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 a portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's .q responsibility for maintenance of barricades, signs, and Relocate 304nch Water Line 02511-3 12/11/2003 Ahead of Marsha Sharp Freeway lights shall not cease until the days of issuance to Contractor of City's certificate of acceptance of the project. 8. Rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. B. Surface Preparation I. Within Unpaved Easements; or Cultivated, Agricultural or Undeveloped Land. a. Remove all vegetation, brush, heavy.growth, grass, weeds, decayed organic matter, rubbish or other unsuitable material within the area of excavation. b. Remove topsoil separately from the other excavation material. Store the topsoil separately from the other excavation material. 2. Within Unpaved Roadways a. Remove roadway cover material and store separately from other excavated material. b. Take care to keep the roadway material as clean as possible for placement back on the roadway. 3. Within Paved Areas a. Remove pavement, sidewalks, driveways, and curb and gutter in a neat and workmanlike manner. Use straight and perpendicular cuts. b. The cut will exceed the width of the excavation by 12 inches on each side of the trench. C. Cut concrete pavement, sidewalks, driveways, and curb and gutter with a power saw to a minimum depth of 2 inches prior to breaking. 3.3 INSTALLATION A. Excavation 1. Owner's Representative will provide construction -staking r services. The centerline of the proposed line will be established and cut sheets issued by the Owner's Representative. The Contractor is responsible for notifying Relocate 30-inch Water Line 02511-4 12/11/2003 Ahead of Marsha Sharp Freeway 11. Excavate to provide a firm trench bottom for the full trench width and length. Take care to not to over excavate. 12. Excavation for structures, manholes or other appurtenances j will be sufficient to provide adequate clearances for the work and trench protection. B. Installation 1. Install components in accordance with the City of Lubbock Construction Standards and the Manufacturer's Instructions. The Contractor will bring any conflict between these two methods to the Owner's attention. a. The City of Lubbock Construction Standards can be found on the internet at the following address: http://water.ci.lubbock.tx.us/designspecs .html. b. A hardcopy of the City of Lubbock Construction Standards is available upon request through the City of Lubbock Purchasing Department. 2. Products will be inspected prior to installation for any defects. No defective products will be installed. Products found to be defective will be replaced at the Contractor's expense. 3. Installation of Pipe. a. Fine grade the bottom of the trench using specified bedding material. Provide for bell holes to allow the pipe to be placed at the proper grade and alignment. b. Check for proper grade and alignment at each joint. C. Do not place pipe in wet trench conditions. Provide adequate dewatering methods to keep free water from the trench. d. Do not leave open joints overnight. Place watertight barriers at the end of the exposed pipe Relocate 304nch Water Line 02511-6 12/11/2003 Ahead of Marsha Sharp Freeway No Text segment to prevent water intrusion into the pipe after each day's work. e. All pipe shall be installed according to manufactures suggestions in both the open cut areas and in the steel encased areas. 4. Installation of Valves and Fittings. a. 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. 5. Backfill of Excavations. a. Backfill around pipe with specified bedding material that is free of large rocks, topsoil, debris or other unacceptable material. b. The backfill around the pipe shall be shovel sliced around the haunch of the pipe and mechanically compacted to a point 12 inches above the top of the pipe. C. Backfill from 12 inches above the pipe to the finished grade will be as follows: i. For unpaved areas, use excavated material that is free of large rocks, debris or other material determined unsuitable by the Owner's Representative. Backfill shall be placed in maximum 8 inch lifts and compacted to 95% Standard Proctor Density. Each lift shall be tested at a maximum of 500 feet intervals according to ASTM designation D-698. These tests shall be performed by a reputable contractor specializing in goetechnical work and will be at the Contractor's expense. Copies of these tests shall be provided to the Owners Representative. Retesting due to unsatisfactory compaction is required and Relocate 30-inch Water Line 02511-7 12/11/2003 Ahead of Marsha Sharp Freeway will be at the expense of the contractor. The City of Lubbock will perform random spot testing at no expense to the contractor. ii. For paved areas, place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards to the bottom of the pavement or Provide mechanical compaction as follows. Backfill shall be placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. Each lift shall be tested at a maximum of 200 feet intervals according to ASTM designation D-698. These tests shall be performed by a reputable contractor specializing in goetechnical work and will be at the Contractor's expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock will perform random spot testing at no expense to the contractor. 3.4 FIELD QUALITY CONTROL A. Inspection 1. Owner's Representative will provide all inspection services. Owner's Representative will be present at all tests. Do not cover pipe or valves until inspected by the Owner's Representative. 2. Notify the Owner's Representative a minimum of 24 hours prior to placement of pipe, manholes or other buried components. B. Testing 1. General a. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. b. The Contractor is responsible for all costs associated with testing. C. All testing will be performed in the presence of the Owner's Representative and only after the Owner's Relocate 30-inch Water Line 02511-8 12/11/2003 Ahead of Marsha Sharp Freeway '�1 ��� will be at the expense of the contractor. The City of Lubbock will perform random spot testing at no expense to the contractor. ii. For paved areas, place Cement Stabilized Backfill (CSB) meeting City of Lubbock Standards to the bottom of the pavement or Provide mechanical compaction as follows. Backfill shall be placed in maximum 6 inch lifts and compacted to 95% Standard Proctor Density. Each lift shall be tested at a maximum of 200 feet intervals according to ASTM designation D-698. These tests shall be performed by a reputable contractor specializing in goetechnical work and will be at the Contractor's expense. Copies of these tests shall be provided to the Owners Representative. The City of Lubbock will perform random spot testing at no expense to the contractor. 3.4 FIELD QUALITY CONTROL A. Inspection 1. Owner's Representative will provide all inspection services. Owner's Representative will be present at all tests. Do not cover pipe or valves until inspected by the Owner's Representative. 2. Notify the Owner's Representative a minimum of 24 hours prior to placement of pipe, manholes or other buried components. B. Testing 1. General a. Notify the Owner's Representative a minimum of 24 hours prior to conducting any testing. b. The Contractor is responsible for all costs associated with testing. C. All testing will be performed in the presence of the Owner's Representative and only after the Owner's Relocate 30-inch Water Line 02511-8 12/11/2003 Ahead of Marsha Sharp Freeway No Text Representative has agreed the system being tested is ready for the appropriate test. d. Components to be tested will be thoroughly cleaned to remove debris, gravel, grit, dirt or other foreign material prior to performing any tests. e. The Owner's Representative will approve equipment used for testing. The Contractor at no expense to the Owner will replace testing equipment rejected by the Owner's Representative. 2. Pipe Testing Requirements a. After the pipe has been laid, the line shall be subjected to a hydrostatic pressure test and leakage test. The line shall be tested at 100 p.s.i. gauge pressure. The duration of each pressure test shall be as directed by the Owners Representative but shall not exceed for (4) hours. b. No pipe installation will be accepted until or unless the leakage as determined by above test is less than the amount set forth below. The allowable leakage (gallons per hour) shall not be greater than determined by the following formula: L = ND P Y' 7400 L = Gallons Per Hour D = Nominal Pipe Diameter N = Number of Joints P = Test Pressure (PSI) C. If individual sections show leakage greater than the limits specified above, the contractor shall at his own expense locate and repair the defective joints until the leakage is within the specified allowance. 3. Sterilization of Pipe Lines a. The contractor shall furnish all labor, equipment and material necessary for the sterilization of the new pipelines according to AWWA C 651 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 Relocate 304nch Water Line 02511-9 12/11/2003 Ahead of Marsha Sharp Freeway r^° i r. other methods approved by the engineer. The chlorinating agent shall be applied 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 pipelines for a period of not less than twenty-four (24) hours. b. Samples shall be taken from the contractor's sample port by Owners Representative and will be tested for 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. C. 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. 3.5 ADJUSTING AND CLEANING A. Contractor will return areas disturbed by the work to the conditions existing prior to commencement of the work. Contractor will grade disturbed areas to the preexisting grade. 2. Owner's Representative will determine if adequate adjustments and cleaning have been performed. 3. Contractor will leave the construction site clean, neat and free of construction debris. 4. Areas that have established turf will have sod placed in the excavated areas. 5. Paved areas will have pavement replaced in accordance with the City of Lubbock Pavement Cut Repair Standard Specifications provided with the project drawings. END OF SECTION Relocate 304nch Water Line 02511-10 12/11/2003 Ahead of Marsha Sharp Freeway SECTION 02512 WATER SYSTEMS PIPE AND FITTINGS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Agreement, Division 1. 1.2 WORK INCLUDED A. Furnishing water system piping, fittings and appurtenances. SYSTEM DESCRIPTION A. Minimum Dimension Ratios (DR) or pipe pressure classes are as follows: 30-inch potable water distribution line a. C-905, PVC DR 25 b. Bar Wrapped Concrete Cylinder Class 150 C. Ductile Iron Class 150 1.3 SUBMITTALS A. Product Data. Submit manufacturer's descriptive data for all pipe, fittings, and miscellaneous products including net assembled weight. B. Affidavits of compliance with appropriate standards. C. Product warranties. D. Manufacturer's installation instructions. E. Manufacturer's operation and maintenance data. F. Manufacturer's loading, unloading and storage requirements. 1.4 QUALITY ASSURANCE A. Provide the following certification: 1. Affidavit of compliance with NSF 60/61 for all products. 2. Affidavit of compliance with the appropriate AWWA standard for the product being provided. 3. Affidavit of compliance with specific tests required by product standards as requested. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver products only to staging and storage areas specifically designated by the Owner's Representative. Relocate 30-inch Water Line 02512 - 1 12/10/03 Ahead of Marsha Sharp Freeway s B. Supplier is responsible for unloading materials. When loading and unloading pipe use hoists or slide or roll on skids to avoid shock or damage to pipe. C. Do not drop pipe. D. Do not push or roll pipe handled on skids against pipe already on the ground. E. Store pipe, fittings, and accessories on site in such a manner as to be kept as free as possible from dirt, sand, mud or other foreign material. F. Store materials in accordance with the manufacturer's instructions. 1.6 WARRANTIES A. Submit standard manufacturer's warranties. PART 2 PRODUCTS 2.1 MATERIALS A. Ductile Iron Pipe 1. Furnish ductile iron pipe that conforms to AWWA C150/151 and is cement lined in accordance with AWWA C104. 2. Provide pipe and fittings with bell and spigot, restrained, mechanical or flanged joints as appropriate. Provide a continuous ring rubber gasket seal for all joints that complies with AWWA C111. 3. Provide pipe and fittings with an external asphalt protective coating. 4. Ductile iron fittings will comply with AWWA C110 or C-153 and be cement lined in accordance with AWWA C104. B. Polyvinyl Chloride (PVC) Pipe 1. PVC pipe will meet or exceed the requirements of AWWA C9001905 as appropriate for the pipe diameter being furnished. 2. Provide bell and spigot type joints with a rubber gasket conforming to AWWA C111. C. Bar Wrapped Concrete Cylinder Pipe 1. Bar wrapped Concrete Cylinder Pipe (B 303) will meet or exceed AWWA C303. D. Fittings 1. Ductile iron and PVC pipe. Furnish ductile iron fittings that meet or exceed the requirements of AWWA C110 or C 153 and are cement lined according to AWWA C104. 2. Bar Wrapped Concrete Cylinder fittings shall meet or exceed AWWA C303 for materials, fabrication and tolerances. 1 E. Tapping Valves 1. Provide cast or ductile iron body, a Ductile iron wedge, fully Llencapsulated in rubber. Relocate 30-inch water Line 02512 - 2 12/10/03 Ahead of Marsha Sharp Freeway 2. The shaft shall be ASTM B-138 bronze, or ANSI stainless steel, and non rising. 3. All exposed surfaces of the valve will have an epoxy coating with a minimum thickness of 10 mils. Epoxy coating must meet ANSI/AWWA C550 standard. 4. The valve provided will be a direct bury valve. The valve will be operated with a standard 2-inch square operating nut and will open in the counter clockwise direction. 5. Furnish valves with flanged joints that that meet or exceed the requirements of AWWA. 6. The valve shall have a working pressure rating of 250 psi. 7. Acceptable valve manufacturers are Mueller, M&H, Darling, Clow, Tyler, AVK or approved equal. F. Tapping Sleeves 1. The tapping sleeves for Line 1 shall be a complete, true watertight connection with 30-inch diameter B303 bar wrapped concrete cylinder pipe as manufactured by Hanson Pipe & Products Inc., or approved equal, and made to accept a 24-inch diameter tapping valve. 2. The tapping sleeves for Line 2 shall be a complete, true watertight connection with 16-inch diameter cast iron pipe, and made to accept a 14-inch diameter tapping valve. Tapping sleeve shall conform to ANSI/AWWA C800. 3. The tapping sleeve for Line 3 shall be a complete, true watertight connection with 12-inch diameter cast iron pipe, and made to accept a 10-inch diameter tapping valve. Tapping sleeve shall conform to ANSI/AWWA C800. 2.2 ACCESSORIES A. Detection Tape 1. Provide detection tape made of plastic, blue in color, and a minimum of 4 inches wide and have lettering that states there is a buried water line below. This tape shall be buried 2 feet from the existing surface. B. Locator Wire 1. On non ferrous pipe installations, two locator wires shall be installed in the trench under the pipe. This wire shall be #12 AWG solid copper with a blue 30 mil polyethylene insulation jacket. The cable shall be accessible at 1000 foot intervals using marker posts or valve boxes. C. Joint Materials 1. Furnish all necessary accessories for completing the joining of the pipe. 2. Provide diapers for SCRC pipe. 3. Furnish rubber gaskets and gasket lubricant, as appropriate. 4. Provide sufficient bolts to connect all joints. Provide standard low allow T-bolt package. Relocate 30-inch Water Line 02512 - 3 12/10/03 Ahead of Marsha Sharp Freeway No Text B. Schedule the Work to accommodate this requirement. PART 2 PRODUCTS 2.1 STEEL CASING A. The steel casing shall be new material and be free of any structural defects such as cracks, dents, bends or heavy rust. Used Casing may be used with the Owners Representative approval and inspection. Casing joints shall be fillet welded. PART 3 EXECUTION • 2:1: A. Contractors shall have option of wet bore, dry jacked bore or tunneling. B. The bore must be at or near level. A tolerance of 1/2 % grade either positive or negative will be allowed. C. Contractor is responsible for removing all excavated material. D. Contractor shall be responsible for all trench safety requirements and all traffic control practices. E. After installing the water pipe in the encasement the ends of the encasement must be sealed to prevent soil creep into the pipe. 3.2 OPEN TRENCH ENCASEMENT A. This project will cross several areas that will be future paved areas. These areas will need steel encasement. This encasement can be installed in an open cut trench, the joints shall be fillet welded. B. The water distribution pipe shall be installed in the same manner as the encased bores. The cost of installing the carrier pipe will include any appurtenances needed to protect the pipe as per manufacture recommendation. C. The ends of the encasement shall be sealed after the carrier pipe is installed. END OF SECTION Relocate 30-inch Water Line 02445 — Page 2 ion/2003 Ahead of Marsha Sharp Freeway