HomeMy WebLinkAboutResolution - 817 - Contract - A Action A_C Company - A_C System, LP&L 302 Municipal Drive - 05_28_1981JCR:cl RESO. NO. 817 5/28/81
Bid #6356
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 between
A -Action Air Conditioning Company and the City of Lubbock, for a new air
conditioning system, attached herewith which shall be spread upon the minutes
of the Council and as spread upon the minutes of this Council 'shall constitute
and be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 28th day of May ,1981.
ILL MCALI TER, MAYOR
ATTEST:
Evelyn Gaf a, Cit�'jSS6 tary- reasurer
'y_ - 'T 'a- ter:"L r�
APPROVED AS TO FORM:
ohn C. Ross, Jr., City Attorney
LUBBOCK POWER. & LIGHT °-'
v
P. Q. boa 2000. • TUSSOCK, TEXAS PO 3.9381
MEMORANDUM, INTER OFFICE
TO: purchasing
FROM: Electric Distribution
Date May 20, 1981
SUBJECT: Air Conditioning
Three bidders responded to our, request for a new air --conditioning system. They
were:
1. A Action Air Conditioning quoting Trane at $10,500.00.
2. Neagle Air Conditioning quoting Dunham Bush at $10,950.00.
3. State Heating and Air Conditioning quoting Dunham Bush at $11,577.00.
Each of the above bidders meets the specifications. We recommend the lowest
bidder "A Action Air Conditioning" at $10,500.00.
.ref
Tommy tdchanan_
Joe raham
RESOLUTION NO. 817 - 5/28/81
Bid #6356
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE L•P.&L. 302 Municipal Brive
DATE
PROJECT NO. Air on i ioning
Proposal of A Action Air Conditioning (hereinafter
called "Bidder")
To the Honorable Mayor and City Council
City of Lubbock,�Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction
of a new air conditioning system
having carefully examined the plans, specifications, instructions to bidders,
notice to bidders and all other related contract documents and the site of the
proposed work, and being familar with all of the conditions surrounding the
construction of the proposed project including the availability of materials
and labor, hereby proposes to furnish all labor, materials, and supplies; and
to construct the project in accordance with the plans, specifications and
contract documents, within the time set forth therein and at the price stated
below. The price to cover all expenses incurred in performing the work re-
quired under the contract documents, of which this proposal is to be a part,
is as follows:
Ten Thousand Five Hundred And NoX100
($ 10,500.00 )
(Amount shall be shown in both words and figures. In case of discrepancy, the
amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or
before a date to be specified in a written "Noti�e to Proceed" of the Owner.
and to fully complete the project within 5 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 $ 10.00 for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all
as more fully set forth in the general conditions of the contract documents.
Bidder -understands and agrees that this bid proposal shall be completed
and submitted in accordance with instruction number 20 of the General Instruc-
tions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all
bids and to waive any formality in the bidding.
EL The bidder agrees that this bid shall be good and Tpay not be withdrawn
for a period of thirty (30) calendar days after the scheduled closing time for
receiving bids. .
The undersigned Bidder hereby declares that he has visited the site of
the work and has carefully examined the plans, specifications, and contract
documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed,
and to substantially complete the work on which he has bid; as provided in the
contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
N/A Dollars ($
or a Proposal 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
proposal is accepted by the Owner and the undersigned fails to execute the
necessary contract documents and the required bond (if any) with the Owner
within ten (10) days after the date of receipt of written notification of
acceptance of said proposal; otherwise said check or bond shall be returned
the undersigned upon demand.
to
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.
A Action Air Conditioning
Contractor
BY: & , 'A"A'
Rikki J Morris President
(Seal if Bidder is a Corporation)
ATTEST:
Se etary
Compliance With Specifications
We submit the following which meets or exceeds all specifications
for the new air conditioning system at L. P. $ L.
Air Cooled Condensing Unit i
Trane model RAUB-C11
Air Handling Uniti
Trane model BACA-C106
With 5 Year Compressor
Warranty
With 1 Year Parts
Warranty
This equipment is better than specified because it is
factory matched instead of mixing two brands.
Annual Maintenance
Minamalt consisting of normal seasonal checks
l
f,
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
RESOLUTION NO. 817 - 5/28/1
Bid #6356
PLACE L.P.&L. 302 Municipal Drive
DATE -jj0l
PROJECT NO. Air on 1 loning
Proposal of A Action Air Conditioning (hereinafter
called "Bidder")
To the Honorable Mayor and City Council
City of Lubbock, -Texas (hereinafter called Owner)
Gentlemen:
The Bidder, in compliance with your invitation for bids for the construction
of a new air conditioning system
having carefully examined the plans, specifications, instructions to bidders,
notice to bidders and all other related contract documents and the site -of the
proposed work, and being familar with all of the conditions surrounding the
construction of the proposed project including the availability of materials
and labor, hereby proposes to furnish all labor, materials, and supplies; and
to construct the project in accordance with the plans, specifications and
contract documents, within the time set forth therein and at the price stated
below. The price to cover all expenses incurred in performing the work re-
quired under the contract documents, of which this proposal is to be a part,
is as follows:
Ten Thousand Five Hundred And No/100
($ 10,500.00 )
(Amount shall be shown in both words and figures. In case of discrepancy, the
amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or
before a date to be specified in a written "Notice to Proceed" -of the Owner
and to fully complete the project within 45 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 $ 10.00 for each consecutive calendar day in
excess 'of the time set forth hereinabove for completion of this project, all
as more fully set forth in the general conditions of the contract documents.
Bidder- understands and agrees that this bid proposal shall be completed
and submitted in accordance with instruction number 20 of the General Instruc-
tions 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 Tpay not be withdrawn
for a period of thirty (30) calendar days after the scheduled closing time for
receiving bids.
The undersigned Bidder hereby declares that he has visited the site of
the work and has carefully examined the plans, specifications, and contract
documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed,
and to substantially complete the work on which he has bid; as provided in the
contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
NA Dollars ($
or a Proposal 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
proposal is. accepted by the Owner and the undersigned fails to execute the
necessary contract documents and the required bond (if any) with the Owner
within ten (10) days after the date of receipt of written notification of
acceptance of said proposal; otherwise said check or bond shall be returned to
the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder
shall be bound and include all contract documents made available to him for
his inspection in accordance with the Notice to Bidders.
A Action Air Conditioning
Contractor
�2j///ff
BY: 44
Rikki J.Morris President
(Seal if Bidder is a Corporation)
ATTEST:
aj6_ .
Se etary
� � f
Compliance With Specifications
We submit the following which meets or exceeds all specifications
for the new air conditioning system,at L. P. $ L.
Air Cooled Condensing Unit :
Trane model RAUB-C11 With 5 Year Compressor
Warranty
Air Handling Unitt
Trane model BACA-C106 With 1 Year Parts
Warranty
This equipment is better than specified because it is
factory matched instead of mixing two brands.
Annual Maintenance
Minamalt consisting of normal seasonal checks
more a' F, f. t • • • • f n r f • • I
NAME AND ADDRESS OF AGENCY
l:al''er : r enc-,- COMPANIES AFFORDING COVERAGES
2304 Clovis Rd. COMPANY
Lubbock, Texas 79415 LETTER A American General Fire Casual
COMPANY
LETTER
NAME AND ADDRESS OF INSUREDCOMPANY
r
A —Action Appliance, Inc. LETTERV
1525-F-:34th. St. COMPANY D
Lubbock, Texas 79404 LETTER
COMPANY
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
* COMPANY
POLICY
Limits of Liability
In Thousands
)
OCCEACH URRENCE
AGGREGATE
LETTER
TYPE OF INSURANCE
POLICY NUMBER
EXPIRATION DATE
GENERAL LIABILITY
INJURY
$300,0
Q 300,0
A
'COMPREHENSIVE
TKP67108527
7/1/81
BODILY
*' la
FORM
R "PREMISES —OPERATIONS
TI671QH527
7/1/Hl
PROPERTY DAMAGE
s 50,0
Q 50,0
❑EXPLOSION QND COLLAPSE
_ HAZARD DUNDERGROUND HAZARD
A
PRODUCTS/COMPLETED OPERATIONS HAZARD
T"1P67108527
7/1/81
BODILY INJURY AND
❑ CONTRACTUAL INSURANCE
PROPERTY DAMAGE
3
s
❑ BROAD FORM PROPERTY
COMBINED
DAMA- - "GE
:
-DEPENDENT
THP67108527.
7/1/81
- IN CONTRACTORS
❑ PERSONAL INJURY
PERSONAL INJURY
$
AUTOMOBILE LIABILITY
BODILY INJURY
00,00
A
COMPREHENSIVE FORM
GL61300571
7/1/81
(RsoN)
BOODILYDILYINJURY
V00,00
A
jj'''��
GL61300571
7/1/81
(EACH OCCURRENCE)
A
LFOWNED
HIRED
GL61300571:
7/1/81
PROPERTY DAMAGE
f
BODILY INJURY AND
_
A
:0 NON -OWNED
GL61300571--'
7/1/81
PROPERTY DAMAGE
COMBINED
EXCESS LIABILITY->
BODILY INJURY AND
t
❑ UMBRELLA FORM
s
$
k'
❑ OTHER THAN UMBRELLA
PROPERTY DAMAGE
COMBINED
FORM '
A
WORKERS' COMPENSATION
TC120710356
7/1/81
STATUTORY
and
EMPLOYERS' LIABILITY
$ 100,000 (MMACCIDENT)
1
OTHER
DESCRIPTION OF OPERATIONS&OCATIONSNEHICLES
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICATE HOLDER: 6 / 1 / Sl
DATE ISSUED
City of Lubbock
Lubbock, Texas _7
AUTHORIZED REPRESENTATIVE
��'a Agency
CITY OF LUBBOCK
SPECIFICATIONS
for
TITLE New Air Conditioning System
ADDRESS 302 Municipal Drive
PREPARED BY:
DEPARTMENT Electric Distribution
INDEX
1. NOTICE TO BIDDERS
2. GENERAL INSTRUCTIONS TO BIDDERS
3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
4. CONTRACT
5. GENERAL CONDITIONS OF THE AGREEMENT
6. SPECIFICATIONS
7. SPECIAL CONDITIONS
NOTICE TO BIDDERS
i
NOTICE TO BIDDERS
Sealed proposals addressed to Floyd P. Nesbitt, Director of Purchasing, City of
Lubbock, Texas, will be received at the office of the Director of Purchasing,
916 Texas Avenue, Lubbock, Texas, until o'clock _.m. on the
day of , 19_02_, to furnish all labor and materials and
perform all work for the construction of the following described project:
The work will include the purchase and installation of an air conditioning unit
to replace an existing 73 Ton Westinghouse Unitaire System along with the purchase
and installation of a roof mounted air cooled condensing system for the new unit, and
:in addition, the work of removing the malfunctioning system. The new unit will
be sized for 10 Tons of cooling ARI and will connect into the existing duct system.
After the expiration of the time and date above first written said sealed proposals
will be opened by the Director of Purchasing at his office and publicly read
aloud.
It is the sole responsibility of the bidder to insure that his bid is actually
in the office of Floyd P. Nesbitt, Director of Purchasing for the City of
Lubbock, prior to the expiration of the date above first written.
The City Council will consider the bids on the day of
19 , at City Hall Lubbock, Texas, or as soon thereafter as may be reasonably
convenient, subject to the right to reject. any or all bids and waive any for-
malities. The successful bidder will be required to furnish a performance bond
and payment bond in accordance with Article 5160, Vernon's Ann.Civ.St., in the
amount of 100% of the total contract price in the event..that said contract
price exceeds $25,000.00. If the contract price does not exceed $25,000.00 the
said statutory bonds will not be required.
Bidders are required to submit a cashier's or certified check issued.by a bank
satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable. -without recourse to the order of the City of Lubbock in an
amount not less than 5% of the total amount of -the bid -submitted -as-a-guarantee
that bidder will enter into a contract and execute all necessary bonds (if
required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work
and 'to inform himself regarding all local conditions under which the work is to
be done. It shall be understood and agreed that all such factors have been
thoroughly investigated and considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be ex-
amined at the office of the Director of Purchasing for the City of Lubbock,
Texas. -
Attention of each bidder is particularly called to the schedule of general
prevailing rate of per diem wages -included in the contract. documents on file.in
the office of the Director of Purchasing of the City of Lubbock, which document
is specifically referred to in this notice to bidders. Each bidder's attention
is=further directed to provisions-of`�Article 5159a, Vernon's Ann. Civ.St. , and.
the requirements contained therein concerning the above wage scale and payment
by the contractor of the prevailing rates of wages as heretofore established by
owner in said wage scale.
City of Lubbock
BY.
Floyd P. Nesbitt, Director
of Purchasing
i'
L
GENERAL INSTRUCTIONS TO BIDDERS
1. SCOPE OF WORK
The work to be done under the contract documents shall consist of the
following:
The work will include the purchase and installation of an air conditioning
unit to replace an existing 731 Ton Westinghouse Unitaire unit along with the
purchase and installation of a roof mounted air cooled condensing unit for
the new unit-and.in addition,.the work of removing the malfunctioning system.
The new unit will be sized for 10 Tons of cooling ARI and will connect into
the existing duct system.
The contractor shall furnish all labor, superintendence, machinery, and
equipment and all materials necessary to complete this project in accor-
dance with contract documents.
2. CONTRACT DOCUMENTS
All work covered by this contract shall be done in accordance with contract
documents described in the General.Conditions.
All bidders shall be thoroughly familiar with all of the requirements.set
forth on the contract documents for the construction of this project and
shall be responsible for the satisfactory completion of all work contemplated
by said contract documents.
3. PLANS FOR USE BY BIDDERS
It.1s 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.
4. TIME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed
within 45 calendar days from the date specified in the Notice to Proceed
issued by the City of Lubbock to the successful bidder.
The contractor will be permitted to prosecute the work-in the order of
his own choosing, provided however, the City reserves the right to require
the Contractor to submit a progress schedule of the work contemplated by
the contract documents. In the event the City requires a progress schedule
to be submitted and it is determined by the City that the progress of the
work is not in.accordance with the progress schedule so submitted, the
City may direct the Contractor to take such action as the City deems
necessary to insure completion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the
provisions of the General Conditions of the contract documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this
project to require the Contractor to execute an affidavit that all bills
for labor, materials and incidentals incurred in the construction of the
improvements contemplated by the contract documents have been paid in
full and that there are no claims pending, for which the Contractor has
been notified.
7. MATERIALS AND WORKMANSHIP
The intent of these contract documents is that only materials and work-
manship 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 construction 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.
B. GUARANTEES
All equipment and materials incorporated in the project and all construc-
tion.: 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).
9. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption
provisions pursuant to provisions of Article 20.04 of the Texas Limited
Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit
which shall enable him to buy the materials to be incorporated into
the work without paying the tax at the time of purchase.
10. INSURANCE
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 cancellation or
change. All policies shall contain an agreement on the part of the
insurer waiving the right to subrogation.
The insurance certificates furnished will name the City as an additional
insured and shall further state that all subcontractors are named as
additional insureds, or in the alternative shall be accompanied by a
statement from the Contractor to the effect that no work on this parti-
cular project shall be subcontracted.
11. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general
prevailing rate of per diem wages included in these contract documents.
The wage rate which must be paid on this project shall not be less than
specified in the schedule of general prevailing rates of per diem wages
as abovementioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing
for the payment of the wage schedules above mentioned and the bidder's
obligations thereunder. The inclusion of the schedule of general pre-
vailing rate of per diem wages in these contract documents does not
release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an in-
spector will not be performed on weekends or holidays unless the following
conditions exist:
(1) The project being constructed is essential to.the City of Lubbock's
ability to provide the necessary service to its citizens.
(2) Delays in construction are due to factors outside the control of
the Contractor. The Contractor is approaching the penalty provisions
of the contract and Contractor can show he has made a diligent
effort to complete the contract within the allotted time.
Before construction work requiring an inspector is to be performed on
weekends or holidays, the Contractor must notify the Owner's Represen-
tative not less than three full working days prior to the weekend or
holiday he desires to do work and obtain written permission from the
Owner's Representative to do such work. The final decision on whether to
allow construction work requiring an inspector on weekends or holidays
will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this
project or from the work being done under the contract which is hazardous
or dangerous to property or life, the Contractor shall immediately com-
mence work, regardless of the day of the week or the'time of day, to
correct or alleviate such condition so that it is no longer dangerous to
property or life.
12. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The Contractor and each of his subcontractors shall pay each of his
employees engaged in work on the project under this contract in full
(less mandatory legal deductions) in cash, or by check readily cashable
without discount, not less often than once each week. The Contractor
and each of his subcontractors engaged at the site of 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 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.
13. PREPARATION OR PROPOSAL
The .bidder shall submit his proposal on forms furnished by the City. All
blank spaces in the form shall be correctly filled in and the bidder
shall state the price both in words and numerals, for which he proposes
to do the work contemplated or furnish the materials required. Such
prices shall be written in ink, distinctly and legibly, or typewritten.
In case of discrepancy between the price written in words and the price
written in figures, the price written in words shall govern. If the
proposal is submitted by an individual, his name must be signed by him
or his duly authorized agent. If a proposal is submitted by a firm,
association, or partnership, the name and address of each member must be
given and the proposal signed by a member of the firm, association or
partnership, or person duly authorized. If the proposal is submitted by
a company or corporation, the company or corporate name and business
address must be given, and the proposal signed by an official or duly
authorized agent. Powers. of attorney authorizing agents or others to
sign proposals must be properly certified and must be in writing and
submitted with the proposal. The proposal shall be executed in ink.
Each proposal shall be enclosed in a`sealed envelope, addressed as specified
in the Notice to Bidders, and endorsed on the outside of the envelope in
the following manner:
(a) Bidder's Name.
(b) Proposal for (description of the project).
Bid proposals may be withdrawn and resubmitted at any time prior to the
time set for opening of the bids, but no proposal may be withdrawn or
altered thereafter.
14. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder
shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any)
(h) Specifications.
(i) Insurance Certificates.
(j) All other documents made available to bidder for his inspection
in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically
bound, they are to be considered incorporated by reference into the
aforementioned contract documents.
BID PROPOSAL
BID FOR.LUMP SUM CONTRACTS
BID PROPOSAL
BID FOR LUMP SUM CONTRACTS
PLACE
DATE
PROJECT NO.
Proposal of
called "Bidder")
To the Honorable Mayor and City Council
City of Lubbock, Texas (hereinafter called Owner)
Gentlemen:
(hereinafter
The Bidder, in compliance with your invitation for bids for the construction
of a
having carefully examined the plans, specifications, instructions to bidders,
notice to bidders and all other related contract documents and the site of the
proposed work, and being familar with all of the conditions surrounding the
construction of the proposed project including the availability of materials
and labor, hereby proposes to furnish all labor, materials, and supplies; and
.to construct the project in accordance with the plans, specifications and
contract documents, within the time set forth therein and at the price stated
below. The price to cover all expenses incurred in performing the work re—
quired under the contract documents, of which this proposal is to be a part,
is as follows:
(Amount shall be shown in both words and figures. In case of discrepancy, the
amount shown in words shall govern.)
Bidder hereby agrees to commence the work on the above project on or
before a date to be specified in a written "Notice to Proceed" of the Owner
and to fully complete the project within 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 $ for each consecutive calendar day in
excess of the time set forth hereinabove for completion of this project, all
as more fully set forth in the general conditions of the contract documents.
Bidder understands and agrees that this bid proposal shall be completed
and submitted in accordance with instruction number 20 of the General Instruc—
tions to Bidders.
Bidder understands that the Owner reserves the right to reject any or all
bids and to waive any formality in the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn
for a period of thirty (30) calendar days after the scheduled closing time for
receiving bids.
The undersigned Bidder hereby declares that he has visited the site of
the work and has carefully examined the plans, specifications, and contract
documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed,
and to substantially complete the work on which he has bid; as provided in the
contract documents.
Enclosed with this proposal is a Cashier's Check or Certified Check for
Dollars ($
or a Proposal 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
proposal is accepted by the Owner and the undersigned fails to execute the
necessary contract documents and the required bond (if any) with the Owner
within ten (10) days after the date of receipt of written notification of
acceptance of said proposal; otherwise said check or bond shall be returned to
the undersigned upon demand.
Bidder understands and agrees that the contract to be executed by Bidder
shall be bound and include all contract documents made available to him for
his inspection in accordance with the Notice to Bidders.
(Seal if Bidder is a Corporation)
ATTEST:
I
Secretary
Contractor
BY:
CONTRACT
CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK
THIS AGREE_-MENT, made and entered into this day of
A.D. 1981, by and between the City of Lubbock, County of Lubbock, State of
Texas, acting by and through , Mayor, thereunto
authorized to do so, hereinafter referred to as OWNER, and
of the City of , County of
and State of . hereinafter termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the OWNER and under the
conditions expressed in the bond bearing even date herewith (if any) the CON-
TRACTOR hereby agrees with OWNER to commence and complete the construction of
The work will include the urchase
certain improvements described as follows: p
and installation of an air conditioning unit to replace an exiting 7� Ton Westing-
house Unitaire System along with.the purchase and installation of a roof mounted
air cooled condensing system for the new unit.and in addition,'the work of removing
the malfunctioning system. The new unit will be sized for 10 Tons of cooling ARI
and will connect into the existing duct system.
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 perfor-
mance of the contract in accordance with the proposal submitted therefor,
subject to additions and deductions, as provided in the contract documents and
to make payment on account thereof as provided therein.
IN WITNES��OF'e pa
'ties to these presents have executed this
agreement in in the year and day first above written.
ATTEST,& -
,J
'Secre`tar �'
ATTEST:
CITY OF LUBBOCK, TEXAS (OWNER)
1
BY:
MR X Url
APPROVED AS TO CONTENT:
IV
APPROVED AS TO FORM:
CONTRACTOR
i
COMPLETE ADDRESS:
✓ 1�'zs-� 35�
0
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First
First Party, are used in this contract, it shall be understood as
the City of Lubbock, Texas.
2. CONTRACTOR
Part, or
referring to
Whenever the word Contractor, or the expression Party of the Second Part,
or Second Party, is used, it shall be understood to mean the person, persons,
co -partnership or corporation, to -wit:
who has agreed to perform the work embraced in
this contract, or to his 'or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's— Representative or representative is used in
this contract, it shall be understood as referring to Tommy Buchanan
Electric Distribution City Hall, Lubbock, Texas, under
whose supervision these contract documents, including the plans and specif-
ications, were prepared, and who will inspect constructions; or to such other
representative, supervisor, or inspector as may be authorized by said Owner to
act in any particular under this agreement. Engineers, supervisor or inspectors
will act for the Owner under the direction of Owner's Representative, but
shall not directly supervise the Contractor or men acting in behalf of the
Contractor.
4. ' CONTRACT DOCUMENTS
The contract documents shall consist of the Notice to Bidders, General
Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if re-
quired), General Conditions of the Agreement, Special Conditions of the Agree-
ment (if any), Specifications, Plans, Insurance Certificate, and all other
documents made available to Bidder for his inspection in accordance with the
Notice to Bidders.
5. INTERPRETATION OF PHRASES
Whenever the words "Directed," "Permitted," "Designated," "Required,"
"Considered Necessary," "Prescribed," or words of like import are used, it
shall be understood that the direction, requirement, permission, order, designa-
tion or prescription of the Owner's Representative is intended; and similarly,
the words "Approved," "Acceptable," "Satisfactory," or words of like import
shall mean approved by or acceptable or satisfactory to the Owner's Representa-
tive.
Whenever in the Specifications or drawings accompanying this agreement,
the terms of description of various qualities relative to -finish, workmanship,
or other qualities of similar kind which cannot, from their nature, be specifi-
cally and clearly described and specified, but are necessarily described in
general terms, the fulfillment of which must depend on .individual judgment,
then,. in all such cases, any question of the fulfillment of said Specifications
shall be decided by the Owner's Representative, and said work shall be done in
accordance with his interpretations of the meaning of the words, terms, or
clauses defining the character of the work.
6. WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in
person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended,or if delivered at or sent certified
mail to the last business address known to him who gives the notice.
7. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all
materials, supplies, machinery, equipment, tools, superintendence, labor,
insurance, and all water, light, power, fuel, transportation and all other
facilities necessary for the execution and completion of the work covered by
the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The
Contractor shall, if required, furnish satisfactory evidence as to the kind
and quality of materials. Materials or work described in words which so
applied have well known, technical or trade meaning shall be held to refer such
recognized standards.
All work shall be done and all materials furnished in strict conformity
with the contract documents.
8. 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 materials is furnished and said work is done in accordance
with the specifications therefor. The Contractor shall furnish all reasonable
aid and assistance required by the subordinate engineers, supervisors, or
inspectors for the proper inspection and examination of the work. The Contractor
shall regard and obey the directions and instruction of any subordinate engineers,
supervisors or inspectors so appointed, when such directions and instructions
are consistent with the obligations of the Agreement and accompanying plans
and specifications, provided, however, should the Contractor object to any
orders by any subordinate engineer, supervisor, or inspector, the Contractor
may within six (6) days make written appeal to the Owner's Representative for
his decision.
9. CONTRACTOR'S DUTY AND SUPERINTENDENCE
The Contractor shall give personal attention to the faithful prosecution and
completion of this contract and shall keep on the work, during its progress, a
competent superintendent and any necessary assistants, all satisfactory to
Owner's Representative. The superintendent shall represent the Contractor in
his absence and all directions given to him shall be binding as if given to the
Contractor. Adequate supervision by competent and reasonable 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 will not be responsible for the acts
or omissions of the Contractor, or any subcontractors, or any of his agents or
employees, or any other persons performing any of the work.
10. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination,
satisfied himself as to the nature and location of the work, the confirmation
of the ground, the character, quality and quantity of materials to be encountered,
the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and the general and local conditions, and all other
matters which in any way effect the work under this contract. No verbal agree-
ment or conversation with any officer, agent, or employee of the Owner, either
before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained.
11. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material
brought on the site of .the work for .use' in -the work .or selected "for .the .same,
shall be deemed by the Owner or Owner's Representative as unsuitable or not
in conformity with plans, specifications and contract documents, the Contractor
shall, after receipt of written notice thereof from the Owner's Representative,
forthwith remove such material and rebuild or otherwise remedy such work so
that it shall be in full accordance with this contract. It is further agreed
that any remedial action contemplated as hereinabove set forth shall be at
Contractor's expense.
12. 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 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 sha1T recozgPense the Contractor for any material or labor so used,
and for any actual loss occasioned by such change, due to actual expenses in-
curred in preparation for the work as originally planned.
13. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work
described in the proposal, the specifications, plans and other contract docu-
ments, is to be done for the prices quoted by the Contractor and that such price
shall include all appurtenances necessary to complete the work in accordance
with the intent of these contract documents as interpreted by Owner's Represen-
tative. If the Contractor finds any discrepancies or omissions in these plans,
specifications, or contract documents, he should notify the Owner's Representative
and obtain a clarification before the bids are received, and if no such request
is received by the Owner's Representative prior to the opening of bids, then it
shall be considered that the Contractor fully understands the work to be in-
cluded and has provided sufficient sums in his proposal to complete the work in
accordance with these plans and specifications. It is further understood that
any request for clarification must be submitted no later than five days prior
to the opening of bids.
14. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's
Compensation Insurance with an insurance company licensed to transact business
in the State of Texas, which policy shall comply with the Workmen's,Compensa-
tion laws of the State of Texas. The Contractor shall at all times exercise
reasonable precaution for the safety of employees and others on or near the
work and shall comply with -all applicable provisions of federal, state and
municipal laws and building and construction codes. All machinery and equip-
ment and other physical hazards shall be guarded in accordance with the
"Manual of Accident Prevention in Construction" of Associated General Con-
tractors of America, except where incompatible with federal, state or municipal
laws and building and construction codes. All machinery and equipment and
other physical hazards shall be guarded in accordancewith the "Manual of
Accident Prevention in Construction" of Associated General Contractors of
America, except where incompatible with federal, state or municipal laws or
regulations. The Contractor, his sureties and insurance carriers shall
defend, indemnify and save harmless the Owner and all of its officers, agents
and employees from all suits, actions, or claims of any character whatsoever,
brought for or on account of any injuries or damages received or sustained by
any person or persons or property, on account of any negligent act or fault
of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the:project which is the
subject matter of this contract, on account of the failure of Contractor
or any subcontractor to provide necessary barricades, warning lights, or
signs, and will be required to pay any judgment with costs which may be
obtained against the Owner or any of its officers, agents, or employees
including attorney's fees.
The safety precautions taken shall be the sole responsibility of the
Contractor, in his sole discretion as an Independent Contractor; inclusion
of this paragraph in the Agreement, as well as any notice which may be given
by the Owner, the Owner's Representative concerning omissions under this
paragraph as the work progresses, are intended as reminders to the Contractor
to his duty and shall not be construed as any assumption of duty to supervise
safety precautions by either the Contractor or any of his subcontractors.
f
15— CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through-
out the life of this contract, insurance protection as hereinafter specified.
Such insurance shall be carried with an insurance company licensed to transact
business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor,
or separate policies shall be provided covering the operation of each sub-
contractor.
(A) Workmen's Compensation and Employer's Liability Insurance
As required by State statute covering all employees employed on a
work whether employed by the Contractor or any Subcontractor on the job.
(B) Proof of Coverage
Before work on this contract is commenced, each Contractor and sub-
contractor shall submit to the Owner for approval a certificate of in-
surance 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 operation 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 statement that the insurance of the type afforded by
the policy applies to all of the operations of whatever
character, which are undertaken by the insured during the
performance of this contract, provided such operations are
required in the performance of the contract.
(6) A provision that the policy may be cancelled only by mailing
written notice to the named insured at the address shown in the
policy stating when, not less than ten (10) days thereafter,
cancellation of such policy shall be effective, with a copy to
the Owner of said letter of intent.
16. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN,
'AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless
from all claims growirig; out of any demands of subcontractors, laborers, work-
men, mechanics, materialmen and furnishers of machinery and parts thereof,
equipment, power tools, all suppliers, including commissary, incurred in the
futherance of the performance of this contract. When Owner so desires, the
Contractor shall furnish satisfactory evidence that all obligations of the
nature hereinabove designated have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness
to accrue for work furnished by any of those designated in the preceding
paragraph and shall fail to pay and discharge any such indebtedness within
five (5) days after demand is made, then Owner may, during the period for
which such indebtedness shall remain unpaid, withhold from the unpaid portion
of this contract, a sum equal to the amount of such unpaid indebtedness or may
apply the sum so withheld to discharge any such indebtedness.
Any and all communications between any party under this paragraph must be
in writing.
17. LAWS AND ORDINANCES
. The Contractor shall at all times observe and comply with all federal, state
and local laws, ordinances and regulations, which in any manner effect the
contract or the work, and shall indemnify and save harmless the Owner against
any claims arising from the violation of any such laws, ordinances, and regu-
lations, whether by the Contractor or his employees. If the Contractor ob-
serves that the plans and specifications are at variance therewith, he shall
promptly notify the Owner's Representative in writing and any necessary changes
shall be adjusted as provided in the contract for changes in the work. If the
Contractor performs any work knowing it to be contrary to such laws, ordinances,
rules and regulations, and without such notice to the Owner's Representative,
he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law
from which it derives its powers, insofar as the same regulates the objects
for which, or the manner in which, or the conditions under which the 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.
18. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will
give his personal attention to the fulfillment of this contract. The Contractor
further agrees that subletting of any portion or feature of the work, or
materials required in the performance of this contract, shall not relieve the
Contractor from his full obligations to the Owner, as provided by this contractual
agreement.
19. TIME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein
specifically provided, that the Contractor shall be allowed to prosecute his
work at such time and sessions, in such order of precedence, and in such
manner as shall be most conductive to economy of construction; provided,
however, that the order and time of prosecution shall be such that the work
shall be substantially completed as a whole and in part, in accordance with
this contract, the plans and specifications, and within the time of completion
designated in the proposals; provided, also, that when the Owner is having
other work done, either by contract or by his own force, the Owner's Represen-
tative 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 subunit, at such times as may reasonably be requested
by the Owner's Representative, schedules which shall show the order in which
the Contractor proposes to 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. _
20. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in under-
taking to complete the work within the time herein fixed, he has taken into
consideration and made allowances for all hindrances and delays incident to
such work, whether growing out of delays in securing materials or workmen or
otherwise. No charge shall be made by the Contractor for hindrance or delays
from any cause during the progress of anypart 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 judgment of the Owner's Reparesentative that is caused by such stoppage
shall be paid by Owner to Contractor.
21. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and
material and the completion of all work by the Contractor, and on the -delivery
of all materials embraced in this contract in full conformity with the specifi-
cations and stipulations herein contained, the Owner agrees to pay the Contractor
the price set forth in the proposal attached hereto, which has been made a part
of this contract, and the Contractor hereby agrees to receive such price in
full for furnishing all materials and all labor required for the aforesaid
work, also, for all expenses incurred by him and for well and truly performing
the same and the whole thereof in the manner and according to this agreement,
the attached specifications, plans, contract documents and requirements of
Owner's Representative.
22. 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 pay-
ment of the contract price shall constitute a waiver of all claims against Owner
which have not theretofore been timely filed as provided in this contract.
23. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's
Representative written notice that the work has been completed or substantially
completed, the Owner's Representative and the Owner shall inspect the work and
within said time, if the work be found to be completed or substantially completed
in accordance with the contract documents, the Owner's Representative shall
issue to the Owner and Contracter his certificate of completion, and
thereupon it shall be.the duty of the Owner within thirty-one (31) days to
issue a certificate of acceptance of the work to the Contractor.
24. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Represen-
tative shall proceed to make final measurement and prepare a final statement
of the value of all work performed and materials furnished under the terms
of the agreement, and shall certify same to the Owner, who shall pay to
the Contractor on or before the 31st day after the date of certificate of
completion, the balance due Contractor under the terms of this agreement,
provided he has fully performed his contractual obligations under the terms
of this contract; and said payment shall become due in any event upon said
performance by the Contractor. Neither the certificate of acceptance nor the
final payment, nor any provisions in the contract documents shall relieve the
Contractor of the obligation for fulfillment of any warranty which may be
required in the special conditions (if any) of this contract or required in
the specifications made a part of this contract.
25. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Neither the final payment nor certificate nor any provision in this contract
shall relieve the Contractor of responsibility for faulty materials or work-
manship, and he shall remedy any defects due thereto and pay for any damage
to other work resulting therefrom, which shall appear within a period of
one (1) year from the date of substantial completion. The Owner or the
Owner's Representative shall give notice of observed defects with reasonable
promptness.
26. CORRECTION OF WORK AFTER'FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract
shall relieve the Contractor of responsibility for faulty materials or work-
manship, and he shall remedy any defects due thereto and pay for any damage
to other work resulting therefrom, which shall appear within a period of one
(1) year from the date of substantial completion. The Owner or the Owner's
Representative shall give notice of observed defects with reasonable promptness.
27. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail to resume work within ten
(10) days after written notification from the Owner or the Owner's Represen-
tative, or if the Contractor fails to comply with the orders of the Owner's
Representative, when such orders are consistent with this contract, this
Agreement, or the Specifications hereto attached, then the Surety on the
bond shall be notified in writing and directed to complete the .work and a
copy of said notice shall be delivered to the Contractor.
28. 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.
29. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor
arising out of the nature of the work to be done, or from the action of the
elements, or from any unforeseen circumstance and the prosecution of the same,
or from unusual obstructions or difficulties which may be encountered in the
prosecution of the work, shall be sustained and borne by the Contractor at
his own cost and expense.
30. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor, with full,
complete and exclusive power and authority to direct, supervise, and control
his own employees and to determine the method of the performance of the work
covered hereby. The fact that the Owner or Owner's Representative shall have
the right to observe Contractor's work during his performance and to carry out
the other prerogatives which are expressly reserved to and vested in the Owner
or Owner's Representative hereunder, is not intended to and shall not at any
time change or effect the status of the Contractor as an independent contractor
with respect to either the Owner or Owner's Representative or to the Contractor's
own employees or to any other person, firm, or corporation.
Lubbock Power and Light
New Air Conditioning System Specification
Section A
Bid Invitation
Sealed bids will be received by the City of Lubbock, Texas, for Lubbock Power.and
Light Electric Distribution Department prior to 2:00 p.m. C.S.T. ,
1981, then publicly opened for a new air conditioning system per this specification.
This specification is divided into the following subdivisions.
Section Title Section
Bid Invitation A
General Requirements B
Technical Specification C
Salvaged Material D
Bidders are•invited to bid on the new air conditioning system which will be required
by Lubbock Power and Light prior to the Summer of 1981. Any proposed exception to
these specifications shall be designated by the bidder.
No bid may be altered,withdrawn, or resubmitted after the date set for the opening
of bids.
The City of Lubbock reserves the right to reject any and all bids, and to waiver
defects on bids.
Included with each bid shall be a completed and properly signed affidavit.' A sample
follows in this section of the specification.
1
Section A.
(Sample Form)
AFFIDAVIT
The undersigned hereby certifies to their best knowledge and belief that:
(1) The bid to Lubbock Power and Light dated has been
prepared by and was not prepared in collusion with
any other bidder on this specification, and
(2) The prices, terms or conditions of said bid have not been communicated
by the undersigned nor by any employee or agent of
to any other bidder prior to'.the official opening of said bid, in -violation of
the Final Judgment in Civil No. * entered by the United States District Court
for the Eastern District of Pennsylvania on October 1,1962. -
Dated:
Signature of person responsible for the
preparation of the bid.
Signature of person supervising the
above person, where applicable.
* U.S.A. vs West. Elec. Corp.,.et. al, #28105
U.S.A. vs Gen. Elec. Co., et. al, #28106
U.S.A. vs McGraw Edison Co., et. al, #28107
2
SPECIFICATIONS
Lubbock Power and Light
New Air Conditioning System Specifications
1.0.0 Technical Specification General
Lubbock Power and Light (LP&L) desires to replace the existing air
conditioning system at its Electric Distribution offices. The existing
system is comprised of two 7k Ton Westinghouse Unitaire Units which
have a water cooled condenser. At this time, one of these units is
not functioning and would require major repair exceeding its value.
The two units when working were not sufficiently sized to provide
adequate cooling.
1.1.0 Description of Services
The work will include the purchase and installation of an
air conditioning unit to replace the existing malfunctioning
unit along with the purchase and installation of a roof mount-
ed air cooled condensing unit for the new unit and in addition,
the work of removing the malfunctioning system. The new unit
will be sized for 10 Tons of cooling ARI and will connect into
the existing duct system.
The bid quotation is to include adequate thermostat and controls
to allow the 10 Ton unit to start-up initially with the 712 Ton
unit only starting up when the 10 Ton unit is not able to maintain
a comfortable environment.
1.2.0 Detail Specifications
The bidder shall furnish and install a Dunham -Bush Single Zone
Air Handler complete with blower section, coil section, and
accessories as listed below. The unit shall be a model VAH40
Dunham Bush Vertical air unit with a DX coil or an approved
equal. The unit shall be rated in accordance with ARI Standard
No. 430-66 (Central'Station Air Handling Units).
Blower Section: Wheels shall be forward curved DWDI. Blower
scrolls and wheels shall be constructed of heavy gauge zinc
coated steel. Fan shafts are to be solid .steel, ground and
polished to close tolerances and conservatively sized to provide
operation well below the first critical speed at all design
operating conditions. Shaft to be coated after assembly to
assure positive corrosion resistance.
Bearings shall be pre -lubricated, ball bearing type selected to
assure a nominal design life in excess of 100,000 hours. Fan
Sheave, 'V' belt drive and a variable pitched motor sheave shall
be provided.
Construction of the blower section shall consist of heavy gauge
114 oz. per sq. ft. mill galvanized steel with standard spangle.
Panels to be provided with stiffeners as required to prevent panel
vibration. Exposed welds and -structural steel parts shall be
treated with an anti -corrosion compound. Top, side, and discharge
panels shall be insulated with 1" thick, 3/4 lb. density, neoprene
coated fiberglass insulation cemented to the inside of the casing.
Blower support legs shall be heavy gauge steel and shall provide for
floor mounting. Leg arrangement shall provide for full air circulation
under the cabinet to prevent water damage.
Drain Pan: A drain pan under the cooling coil shall be provided
from the air inlet side at the cooling coil and shall extend to the
blower section. Pan to be fully insulated with 12" thick rigid
styrofoam insulation covered with bitumastic.
The blower section bottom panel shall be insulated with 1�" rigid
styrofoam and shall be sloped towards the drain pan to insure
drainage of any carryover back to the drain pan.
Coils: All cooling coils shall be of the wave -fin design and shall
be tested at 400 psig air pressure in a water bath. Coils shall be
of continuous aluminum (plate type) fin with seamless copper tubes
and shall be mechanically bonded to the fin collars. Headers shall
be of copper and all tube connections to headers and return bends
shall be brazed with a silver bearing alloy. Coil casing and tube
sheets shall be galvanized steel properly formed to provide good
support for the finned surface.
Economizer: A mixing box with parallel type dampers shall be pro-
vided complete with linkage to automatically control the recirculated
and outside air. The mixing box and associated outside air duct
shall be capable of handling 100% vent cycle for economizer service.
Mixing box shall include an integral angle type filter section with
throwaway filters. The Economizer is to be equipped with an enthalpy
controller and necessary controls to lock out compressors and set
the dampers in the mixing box for 100% vent cycle.. Room thermostat
is to override vent cycle when room temperature is satisfied.
Individual (rubber in shear) isolators shall be provided for unit
mounting.
The bidder shall also furnish and install new Janitrol Model
C120-3 (or approved equal) air cooled condensing unit on the roof.
Refrigerant line will connect the condensing unit into the DX
coils.
The construction of the condensing unit jacket is to be of a
heavy gauge zinc clad steel. The cabinet is to be supported with
heavy gauge "U" channels supports. The unit is to include the
following equipment.
a. Quiet operating top discharge
b. Reversible, directional top grille
C. Self-cleaning copper tube, aluminum fin condenser coil
d. Dual condenser fans with built-in divider to eliminate re-
circulation when only one fan is operating. Motor is to
be permanently lubricated and be equipped with ball bearings.
e. Suction and liquid line valves with service parts
f. Internally protected compressor motor (hermetic)
g. Isolated, sound treated compressor compartment
h. Protection of the compressor is to be provided by a 5 minute
+ 30 second delay after power interruption.
i. One condenser fan cycle to maintain adequate head pressures
down to 45 degrees Fo ambient, to be controlled by refrigerant
head pressure.
j. Crankcase heaters to be included.
k. Dual high pressure, low pressure controls; high pressure is to be
manual reset; low pressure is to be automatic reset.
1. Heavy duty sealed compressor/motor assembly
M. Sight glass with moisture indicator and filter drier to be
supplied with each condensing unit.
n. A voltage and phase monitor is to be supplied and installed to
protect the units motors and compressors. A Furnas Cat #947PB10AG
or approved equal is required.
The bidder is also to provide a thermostatic control system which
will allow the 10 Ton cooler to operate initially and to start-up
the 7� Ton cooler only if the 10 Ton unit is unable to maintain the
set temperature.
Blower motors for both air conditioner units are to run constantly
when the thermostat is set in the cool mode, when the space is being
cooled by outside air, the thermostat will override the enthalpy
controller when the space temperature is satisfied.,
With the thermostat ;system-control'..in;-.the off position, everything
is off and the economizer dampers are to be closed to the outside
air.
With the thermostat system controls set in the heat mode, the blower
in the 10 Ton unit is to run constantly and the thermostat will control
the existing duct furnace to maintain the space temperature.
SPECIAL CONDITIONS
Lubbock Power and Light
New Air Conditioning System Specification
1.0.0 General Requirements:
Each bidder shall submit written evidence of his qualifications -to' -Lubbock
Power and Light Electric Distribution Department, in duplicate,
not less than 15 days before the advertised date of bid opening, unless
previous evidence has been supplied. Such evidence shall include all
information necessary to certify that the bidder:
1.1.0 Maintains a permanent place of business:
1.2.0 Does not anticipate change in ownership; or major policy during
the applicable calendar year. If such change is anticipated,
scope and effect thereof shall be defined;
1.3.0 Has adequate plant and equipment available to do the work properly
and expeditiously within the time period requested;
1.4.0 Has adequate organization and qualified manpower available to
efficiently prosecute the work;
1.5.0 Has adequate technical knowledge and practical experience
1.6.0 Has adequate financial status to meet the financial obligations
incident to the work;
1.7.0 Has no just or proper claims pending against him regarding the
quality or performance of his work.
1.8.0 Has installed air conditioning systems similar to the type as
described in these specifications for at least five years. He
shall be able to supply a users list to substantiate his claim
of satisfactory operation in users system, if requested to do so.
Proposals may be withdrawn, altered, and resubmitted at any time before
the time set for opening the bid. Proposals may not be withdrawn, altered
or resubmitted after bid opening.
The City of Lubbock reserves the right to accept the bid which, in its
judgment, is the lowest and/or best bid; to reject any and all bids;
and to waive irregularities and informalities in any bid that is sub-
mitted. Bids received after specified time of closing will be returned
unopened.
2.0.0 Inspection of LP&L Facilities
In order to accurately quote this project, the bidders are required to
visit the job site to determine the specific work required. The existing
unit has space limitations which must be inspected to insure job
satisfaction. Also, the roof mounted condensing units will require special
supporting which must be inspected.
3.0.0 Preparation of Bids:
Only bids prepared in conformance with this section will be considered
for evaluation. Each bidder should supply the following information:
3.1.0 Exceptions - Any and all exceptions to this specification shall
be in writing and shall accompany the bid. It will be assumed
that the service and repairs offered by the bidders will be in
strict accordance with the specifications unless otherwise noted
by the bidder.
3.2.0 Descriptive Literature - Each bidder shall supply with the bid
descriptive literature covering the services and equipment being
bid. This literature shall describe the warranty, and estimated
yearly maintenance services required.
4.0.0 Evaluation of Bids;
All acceptable bids will be evaluated with the following information
considered in the evaluation;
a. Compliance with specifications
b. Price and pricing policy
c. Delivery time
d. Warranty
e, Annual maintenance
5.0.0 Invoices
When billing Lubbock Power and Light, the bill should be sent to the
Purchasing Agent for the City of Lubbock. A copy of that invoice
should also be mailed to;
Lubbock Power and Light
ATTN: Joe Graham
P.O. Box 2000
Lubbock, Texas 79457
6.0.0 Salvaged Equipment
The salvaged equipment is to remain the property of Lubbock Power and
Light. The contractor shall store the equipment on city property in
close proximity to the job site as directed by Lubbock Power and Light
management.