Loading...
HomeMy WebLinkAboutResolution - 4916 - Contract - Row Wall Electric - Medium Voltage Controllers, Sudan Pump Station - 08_10_1995Resolution No. 4916 August 10, 1995 Item #20 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 and all related documents by and between the City of Lubbock and Row Wall Electric, of Lubbock to furnish and install all services and materials as bid for the Furnish and Install Medium Voltage Controllers at Sudan Pump Station, for the City of Lubbock, which contract is attached hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this ATTEST: . Betty ftjohngon, City Secretary APPROVED AS TO CONTENT: Victor Kilman, Puichasing Manager APPROVED AS TO FORM: Dbdald G. Vaniiver, 5 Assistant City Attorney DGV:dplccdocsVowwapRes August 2, 1995 CITY OF LUBBOCK SPECIFICATIONS FOR FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION BID #13315 1 rt F4 O CITY OF LUBBOCK Lubbock, Texas P F F F F F-il a §M Fail City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 B06-767-2167 MAILED TO VENDOR: CLOSE DATE: July 13,1995 July 19,1995 @ 3 P.M. Office of Purchasing BID #13315 - FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION ADDENDUM #1 The following items take precedence over specifications for the above named bid. Where any item called for in the bid documents is supplemented here, the original requirements, not affected by the addendum, shall remain in effect. 1. On plans, page 2 of 2, Pump Building Electrical Notes, Item No. 13, the new 4 inch conduit will be of rigid construction. 2. There are four existing medium voltage control panels to be removed by the Contractor. 3. On the specifications, Section 16400, pa&,e 3. Subsection 2.1 A. the switchboard will not require a KWH meter and case for utility billing. 4. Contractor shall pull all wire from the abandoned electrical conduits as indicated on the plans. 5. Multiple conductor cable will not be an approved replacement for single conductor cable. 6. In the pump building, from the motor controllers to the motors, unshielded cables will be used in lieu of shielded cables. 7. All wiring will be along the wall as indicated on the plans, and not the bar joist of the ceiling. 8. Contractor shall backfill all the electrical lines trenches dug in the vicinity of the roadway with a minimum of one (1) feet of cement soil stabilizer and backfill the remaining depth with the removed sandy soil as shown on the plan on the following page. All requests for additional information or clarification concerning this bid must be submitted in writing and directed to Laura. Ritchie, Buyer. PLEASE RETURN ONE COPY WITH YOUR BID jLThank You, Thank Ritchie Buyer r ti i' -E E-}►- x x E - x— L x r !TURE BUILDINGS l r- Al L � 1E UE , r � 3 E T )MPHOUSE C, Road 0 r r E Depth of Trench based ' on National Electrical ' r. Code N.E.C. x x x x- NEW 120/' GROUND MC SERVICE E Road UE Dug'Trenches requiring backf ill . Backfill the removed existing sandy soil Cement Soil Stabilizer 1 feet minimum thick 9 17 'Q . .�; Concrete Encasement Electrical Conduit Standard Width according to N.E.C. CITY OF LUBBOCK REQUEST FOR BIDS FOR TITLE: FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION ADDRESS: LUBBOCK, TEXAS BID NUMBER: 13315 PROJECT NUMBER: 9751.9226 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND S. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 11. SPECIAL CONDITION No Text r� NOTICE TO BIDDERS BID #13315 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 3:00 o'clock n.m. on the 19th day of July, 1995 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: "FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION" 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 insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. . ." The City of Lubbock will consider the bids on the 10th day of August, 1995, 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 r formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article X 5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best &tin of B or superior, as the rating of the bond company is a factor that will be considered in determination of the lowest recnonsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check r.► issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the j 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, bid forms and contract documents may be examined in the office of the Purchasing Manager for the City of Lubbock, Lubbock, Texas, located at 1625 13th Street, Room L-04, Lubbock, Texas 79401. There will be a pre -bid conference on 12th day of July, 1995, at 10:00 o'clock a.m., in the Purchasing Conference Room, L04, Lubbock, Texas. Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. 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, Vcmon'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. F Pak i 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 Purchasing Department at (806) 767-2167 (Monday Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting. CITY OF LUBBOCK L� L�� VICTOR L N PURCHASING MANAGER ADVERTISEMENT FOR BIDS BID # 13315 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Lubbock Texas, will be received in the r" Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 3:00 o'clock p.m. on the 19tb day of July,1995, 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: "FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION" 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. The plans, specifications, bid forms and contract documents may be examined in the office of the Purchasing Manager for the City of Lubbock, Texas, located at 1625 13th Street, Room L-04, Lubbock, Texas 79401 There will be a prebid conference on the 12th day of July, 1995, at 10:00 a.m., in the Purchasing Conference Room, L04, Lubbock, Texas. Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L04, Lubbock, Texas 79401; Telephone (806)767-2167/Fax (806)767-2164. Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the .�. contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is fiuther P directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. r- 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. t* The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible ,,. format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 9:00 - 5:00 p.m.) or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting. s CITY OF LUBBOCK ] LZA ui VICTOR KIL PURCHASING MANAGER per GENERAL INSTRUMONS M BIDDERS GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the FURNISH AND INSTALL MEDWM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION. All work covered by this contract shall be done in accordance with contract documents d=ibed 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. 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 of 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 160 (ONE HUNDRED SUCM consecutive 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 tone specified. S. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision The specifications for materials and methods set forth in thecontract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. r" 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 9. PLANS FOR TILE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its -- certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. II. 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. 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor,during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be 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 I r PW and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 14. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. r In all uses 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 ftither use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an under%Titer authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor, The Contractor is approaching the penalty provisions of the contract and Contractor can show he has 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 Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer.dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the 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. 19. PROVISIONS CONCERNING ESCALATOR 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 20. PREPARATION FOR BID 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. 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. 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: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (1) 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. No Text r BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: I G DATE: -7— 1 PROJECT NUMBER: 13315 - FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION Bid of [Ze Lu i, L C I-e e.fyzi c--- (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 3117 having carcfully 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. 1. Furnish and install 3 medium voltage controllers and all the electrical wiring as shown on the plans and `. spccitcations. --T f zv;yent�ywDyyA S lMATERIALS: ihtH yrti0U5 SERVICES:T1nW.et1+'y Tyre-�-L,a,,�� ,� d e.�G W tdV-ed-f-�,tr-F �� (s �-3� �-13 ) TOTAL BID: O N fku rC� r e ct v e w+N N t tv t_ N J,v n " u(s ,5)evev��� piit is 2. Furnish and install 3 high pressure sodium wall packs light with photocell, and all the electrical wiring as shown on the plans and spe`cificatiotns. fr MATERIALS: l�c v� rk vy\ctrfA Si j(Ay E bo 1.L4 SERVICES: tyo Ruy�AY-4 't` 5/X hbLLcNr `oo ) TOTAL BID: S I X k v K cal r e ei S tf V-e_ r,, 4 y e x' e 1i a L L n r . I TOTAL BASE BID (items I and 2) MATERIALS: ` N i n> 11 P t u SERVICES: +l1 re e +110 J 5A.-off to v r s, N't✓te Leopf (S 2 1 ) TOTALBASEBID: 6Y1e uJncireek L'tC k,.4--ee1J 40.,tso-J s/X ku^tVUk(f FV6 w (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 160 (ONE HUNDRED SIXTY) 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 $200.00 (TWO HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project., all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 20 of the General instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specification and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. i Bidders arc required, whether or not a payment or performance bond is required, to submit a cashier's check or certified f check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (S% ) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashices Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of S % Dollars (S ), 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 and the required bond (if any) with the Owner within ten (10) days aficr 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 exocuted 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: Secretary r I Ro L', (,v �t't C (C /'11 Contractor Lyvvt-, ew (Printed or Typ& Name) Q, w L '�" %�Gfrt c Company PO VV S�_� L- U �CJDGIG City, County 7 5 V6,R- State ��Zip Code Telephone: - 7� � y- Fax Numbcr: 6 G 6 '7 i BID OR PROPOSAL BOND r` KNOW ALL MEN BY THESE PRESENTS: I. That we, ROW -WALL ELECTRIC, INC. (hereinafter called the Principal), as Principal, and WASHINGTON INTERNATIONAL INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of Arizona, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of _TRXAS as Surety, are held and firmly bound unto CITY OF LUBBOCK (hereinafter called the Obligee) in the just and full sum of FIVE PERCENT OF THE GREATEST _AMOUNT BID Dollars (-------- lawful money of the United States of America, for the payment of which well and truly to be made, we hereby bind ourselves and each of our successors and assigns, jointly and severally, firmly be these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit the Obligee a bid or proposal for the FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION ,•. in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. r" NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the *^ completion of said work as required by law, then this obligation to be null and void: otherwise to be and remain in full force and effect. ,., IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this _19TH day of JULY , 19—U . j� ROW -WALL ELECTRIC INC. !� By r• WASHINGTON INTERNATIONAL w INSURANCE COMPANY By L( av Qkd BDB 600201 MARLA LL, ATTORNEY -IN -FACT k E� LIST OF SUBCONTRACTORS 1. 2. 3. 4. 5. 6. 7. S. 9. 10. Minority Owned Yes No 0 0 ❑ ❑ ❑ ❑ 0 0 ❑ 0 0 ❑ ❑ 0 0 ❑ 0 0 ❑ ❑ i r r! PAYMENT BOND BOND CHECK BEST RATING LICEN IN S DATE Z y I STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL, STATUTES OF TEXAS r- AS AMENDED BY ACTS OF THE 567H LEGISLATURE, REGULAR SESSION, 1959 KNOW ALL MEN BY THESE PRESENTS, thali.J O9 UY - W a MAJ-c , l _ (hereinafter called the Principal(s), as (hereinafter called S ), 4s %e--"S) held and bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of - Dollars ($ t1, $� lawful money of the United States for the payment whereo the said Princi% urety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 16 11day of 190, to and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the r` 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. r., NOW, TIIEREFORE, 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 Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the Stith Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this l6 day of Surety I/ �f' Principal +By: U v r/-kN_ By: COW }TOWARD A critic) ATTY IN FACT By. (Title) By: (Title) rw The undersig� company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWA�nt resident in Lubbock County to whom ay requisite notices may be delivered and on whom servio of process may be had in matters arising out of such suretyship. YLDI,th t`.e r� Surety // « By. k (Title) HOWA D COWAR r„ Approved as to form: ATTY IN FACT i City of Lubbock - C By; _ r _ ttorney r « 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. C" r� is I BOND CHECK BEST RATING LICENSE IE' DATE r rfl-.W.Aff' ro A STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE THE 56TH LEGISLATURE, REGULAR SESSION 1959 ((°°ot�t�l KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Prineipal(s), as Principal(s), and (hereinafter called ►I✓ S (, as, re (s),. re held firmly bound unto the City of Lubb6c1c (hereinafter called the Obligee), in the amount o ' � o`��"` Dollars (5J�(�-� ) lawful money of the United States for the payment whereof, the said Frin d Surety bind themselves, and the' heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. y� WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the /D' -flay of 19to -0-LA- 13315 - Xv,d • ,AW 77LX d t rn 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, TM EFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be 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 d5y of 19'?,K-. tt Surety O Principal * By: By: itie) R6I vAR bt0WAIV (Title) ATTY IN FACT (Title) By: (Title) r 1 The ed surety company represents that it is duly qualified to do business in Texas, and hereby designates r HOWARD C0 gent resident in Lubbock County to whom any requisite notices may be delivered on whom ice process may be had in matters arising out of such suretyship. � c�Q Surety / M e) HOWARD COWAN Approved as to Form ATTY IN FACT City of bbock By: Ci Attorney 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 s 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. IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX # (512)475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. I 6er+e r a l pa VASHIKGTOK INTERNATIdlAL INSURANCE COMPANY lIj P061ER OF ATTORNEY CNOU ALL MEN BY THESE PRESENTS: That the Washington International Insurance CoTaany,a corporation organized an - existing -under the taus of the State of Arizona, and having its principal office in the Village of Schaumburg Illinois, does hereby constitute and appoint • HOUARD COWAN, KEVIN DUNN AND KARLA HILL ' its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its- behalf as surety, arty and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are c- r:;f be ac r:.E:', required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instnment(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to ell intents and purposes, as if the same has been duly f execLted and acknowledged by its President at its principal office. ���**•rrr This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation. I This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Oirectors adopted `R Karch 22, 1978, Juty S, 1980 and October 21, 19M rich read, in part, as follows: 1. The President may designate AttorTmeys-In-Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Comrpany thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys - in - Fact, who are hereby authorized to 4 certify to copies of any power -of-attorney issued in pursuant to this section and/or any of the By -Laws of the { Cciparry, and to remove, at any time, any such Attorney -in -Fact or Special Attorney - in - Fact and revoke the authority given him." 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and SecTetary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the company. IX TESTIPZKY WHEREO Washington International Insurance Company has caused this instrument to be signed and its corporate seat] Q� its authorizeJLOIRZI , this th day of Kovember, 1992. OWN ��• •••••••••fyuf��+ K ATIONAL INSURAKCECOMPANY CORPORATE".O SEAL "1 O rson, Vice President Y •or STATE OF I% 13 i ,y •s.s•-•aa o COLIM OF On this 18th day o xblvember, 1992, before we came the individual who executed the preceding instrument, to me personally known, and, being by re duly sworn, said that he is the therein described and authorized officer of the Washington Interttacional Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said may; k 1N TESTIMOKT WHEREOF, I have hereunto set sry hand and affixed my Official Seal, the day and year first above written. "OFFICIAL SEAL" j ri S CHRISTINE ZARETSKY (l _L _ ' � ` ,•i-t-rr dC-c t S Notary P6FIC, SUIe of Illinois 4 Sistine Zaretsky; Notary Publ ic. ( Ky Commission ExpiVes October 7,--1996 1 MY C4mm7ti:an Ei.p:res 10-7.96 _.-­ CtRnFTCATE STATE OF ILLIUCIS ) COUNTY OF COOK ) 1, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY r CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and jt furthermore that Article lit, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated t 16THday.,of AU T� , 19 95 . JLewis M. Moeller, Secretary 7 l , li QRTMCATE OF INSURANCE ADVORD. CERTIFICATE OF INSURANCE - ISSUE DATE (MMIDD/YY) PRODUCER THIS CERTIFICATE RIGHTS IS UPON THE HAS E ACERTIFICATEMATTER A E08-ONLY A OF INFORMATION ONLY AND HOLDER. THIS CERTIFICATE Joe Schoenig Agency DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 7402 University POLICIES BELOW, Lubbock, TX 79423 COMPANIES AFFORDING COVERAGE COMPANY 35 77 315 LETTER A Truck Insurance Exchange ¢ COMPANY B iINSURED LETTER r I r i iCOMPANY Row Wall Electric Co. LETTERC 1f P.O. BOX 1914 COMPANY Lubbock, TX 79408 LETTER D COMPANY E LETTER 'COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. l CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DDIYY) DATE (MMIDDIYY) LIMBS A GENERAL LIABILITY 7581 16 84 9-1-94 9-1-95 GENERAL AGGREGATE $2,000,000 J x COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGG. $ 2, 0 0 0, 0 0 0 CLAIMS MADE OCCUR, PERSONAL A ADV. INJURY $1, 0 0 0, 0 0 0 OWNER'S & CONTRACTOR'S PROT, j EACH OCCURRENCE $ 1, 000, 000 FIRE DAMAGE (Any one fire) t MED. EXPENSE (My one person) t A AUTOMOBILE LIABILITY 7581 16 83 — COMBINED SINGLE $ 1, 000, OOO ANY AUTO LIMIT ALL OWNED AUTOS BODILY INJURY = % SCHEDULED AUTOS (Per person) x HIRED AUTOS BODILY INJURY x NON -OWNED AUTOS (Per accident) = GARAGE LIABILITY PROPERTY DAMAGE _ AEXCESS LIABILITY EACH OCCURRENCE $ x UMBRELLA FORM 6903 25 07 9-1-94 9-1-95 AGGREGATE $1, 000, 000 OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS A x N2307 37 64 9-1-94 9-1-95 EACH ACCIDENT $ 500,000 AND DISEASE —POLICY LIMIT $ 500,000 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE = SO . O00 OTHER DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS j City of Lubbock is added to the i Auto Liability policy as Additional Insurer. CERTIFICATE HOLDER CANCELLATION City Of Lubbornk SHOULD ANY OF THE -ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE P.O. Box 2000 Lubbock, TX 79401 ATTN: Purchasing cnrirv+iivry ui+ic Incncvr, Inc IQQUnvu V UMl'AfVT TVILL CIVLJMAVVr1 IV MAIL _La DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S (71901 Jam(' 1Y11� CACORD CORPORATION 199C y r' �. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Appropriate Insurance Agent/Broker Prior to Award of Contract I, the undersigned Agent/Broker, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Contractor. If the below identified Contractor is awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by contractor, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. Agent (Signature) Agent (Print) Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: Agent/Broker Telephone #: ( ) Date: CONTRACTOR'S NAME: (Print or Type ) CONTRACTOR'S ADDRESS: NOTE TO AGENT/BROKER If this time requirement 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)767-2165. BID # 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; r (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 projec: (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 10 days after the contractor knew or should have known, of arty 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 miles. 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: REQUIRED WORKERS' COMPENSATION COVERAGE '"The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and 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 S 12/440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) 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 (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) 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; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) 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; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) 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 (Fi) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (F j, with the certificate of coverage to be provided to the person for whom they are providing services. D r.. r� � .: �. �.____: � t...�_� [ _�� : �.a_ is --: t��.: ti = � �._ a a t_.:�: � _ �.� r.. ,��: � �: c_.__� �: r CONTRACT r. STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this loth day of August,1995, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and ROW WALL ELECTRIC, of the City of Lubbock, County of Lubbock, and the State of Texas, hereinafter termed CONTRACTOR rWITNESSETH: 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 an)) the CONTRACTOR hereby �,.. agrees with OWNER to commence and complete the construction of certain improvements described as follows: ' BID # 13315 - FURNISH AND INSTALL MEDIUM VOLTAGE CONTROLLERS AT SUDAN PUMP STATION - $118,650.00 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 i year and day first above written. d ATTEST: r i Secretary r j APPROVED AS TO CONTENT: Own is Representative VED AS FO r^ � Ci orney r ATTEST: Corporate Secretary I I CONTRACTOR: By: /✓ PRINTED NAME: N h i1 l J 86 464AI TITLE: COMPLETE ADDRESS: Row Wall Electric P.O. Box 1914 Lubbock, Texas 79408 the GENERAL COMMONS OF THE AGREEMENT GENERAL CONDITIONS OF THE AGREEMENT e k 1. .OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. r 2. CCONTRACTOR 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-iAt:Row Wall Electric, who has agreed to perform the work X 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 MIKE MURPHY, SENIOR ENGINEER City of Lubbock, under whose supervision these contract documents, including r• plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS r 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 his inspection in accordance with the Notice to Bidders. S. 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 him who gives the notice. 8. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. AI. YOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Omer that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DITTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage my be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation. to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representatives' estimates and findings shall be conditions precedent to the right to any action on the contract, and to any rights of the Contractor to receive any money under this contract. The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work or the interpretation of the contract, specifications and plans. 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 r 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, C supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. �. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable 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 commenoement 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 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained 18. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such manor men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. r I r If ay 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 approval, and any work which meets the requirements of any such tests or approval but does not meet the requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that if the work or any part thereo& 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 Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full !- accordance with this contract. It is further agreed that any remedial action contemplated as hereinalwve 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 r" 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 r.. 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 rwork already done or material already furnished or used in said work, then the Owner shill recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred m 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. r 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 r Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. r In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the 'actual field cost" is hereby defined to include the cost of all workmen, such as foremen, dmekcepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100°/a, 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 (151/o) of the actual field cost to be paid to Contractor shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the bid, the specifications, plans and other contract documents, 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 Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his bid to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC r- 28. The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General 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 Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. CONTRACTOR'S INSURANCE r 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 r with this contract, whether 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 prior to contract execution. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations 4• Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c" waived) t B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, 500 000 Combined Single Limit. This policy shall be submitted prior to contract execution C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Nury/Property Damage, S500.000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Installation Floater The Contractor shall obtain an Installation Floater in the amount of 100% of the total contract price (1001/o of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $500.000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability overages. F. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC41, TWCC42, TWCC43, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. _ 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. r 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract 4. If the coverage period shown on the contractoes current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. S. The contractor shall obtain from each person providing services on the 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. 6 The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall 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 8. The contractor shall post on each project site a notice, in the text, form and manner prescnbed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and r" filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) 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, (d) 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) a new certificate of coverage showing extension of coverage, prior to the end of the r- coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; P - (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 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 (g) contractually require each person with whom it contracts to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) 'The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) , A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (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. (4) 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; r (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 overage for all persons providing services on the project; and (ii) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the overage period shown on the current certificate of overage 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 overage 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 overage 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: 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' compensatum insurance This includes persons providing, hauling, or delivering equipment and 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 on the Legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's fallure to provide coverage" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide overage 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 language in subsection (e) (3) of this rule; (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 (A) ", with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY. EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness 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. 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 or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner, provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless r." i 7 from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 32. LAWS AND ORDINANCE The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be 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 r4 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. 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 prodded by this contractual agreement. 34. TBAE FOR COMPLETION AND LIQUIDATED DAMAGES *' It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be ,. specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $200.00(7WO HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and I" extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. T1ME 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 r 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, r P either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor 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. EXTENSION OF TIME The Contractor agrees that he has submitted his 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 33 hereinabove set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood The Contractor may apply in writing for an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for an extension of time by the Contractor supported by all requested documentation shall then submit such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be famished 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. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. -. r r' 40. PRICE FOR WORK In consideration of the finishing 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 attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate r showing the Contractor's total outstanding indebtedness in connection with the work Before final payment is made, s 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 r waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's r Representative's .Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the 7 Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said. time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the !' duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 44. FINAL PAYMENT r Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and F P �P 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 frilly performed his contractual E 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 Ailfiliment of any warranty which may be required in the special conditions (if any) of this contract or required in the specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. 46. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: (a) Defective work not remedied. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. THE OF FILING CLAWS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. 49. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra r k 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 rin case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner, or . (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the co.M under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written r„ notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale fro may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any t machinery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms 7 within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's r' Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor at the prices stated in the attached bid, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by �,., the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fiuther agreed that this contract shall not be in effect until such bonds are so furnished 52. 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 53. 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. 54. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, -- supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are 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. 55. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials 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. CURRENT WAGE DETERMINATIONS Resolution #2502 January 8, 1987 Agenda Item #18 DGV:da RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of 1 Ranett"oyd, City Secretary � f APPROVED T ONTENT: i PM Bi 1 P,! Xyne, D rector of Building j Services i January , 1987. B.C. McMINN, MAYOR APPROVED AS x/T^O+ FORM: 1J (\�!� ..�I. . Do`rral d G. Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Acoustical Ceiling Installer Air Conditioner Installer Air Conditioner Installer -Helper Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator Heavy Light 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 Hourly Rate $11.60 8.35 5.50 10.50 5.00 .11.00 5.50 7.35 8.70 10.50 5.25 8.00 5.70 8.00 7.50 9.50 5.00 7.30 4.75 5.60 8.75 9.25 6.00 7.65 4.75 8.75 5.50 8.00 F. EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. 7, SPECIFICATIONS r N Lubbock Water Utilities Engineering Technical Specifications For Medium Voltage Controllers Prepared by Lubbock Power and Light r CITY OF LUBBOCK MEDIUM VOLTAGE CONTROLLERS TABLE OF CONTENTS DIVISION 1 01010 SU RVIARY OF WORK 01019 CONTRACT CONSIDERATIONS 16000 ELECTRICAL GENERAL PROVISIONS 16100 CONDUCTORS 16200 ELECTRICAL DISTRIBUTION 16300 RACEWAYS AND FITTINGS 16400 MEDIUM VOLTAGE MOTOR CONTROLLERS AT WATER UTILITIES SUDAN PUMP STATION 01010 - 1 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.1 SECTION INCLUDES A Contract Description. B. Contractor use of site. C. Work Sequence. D. Owner occupancy. 1.2 CONTRACT DESCRIPTION A. The work done under this contract will include the following: r- 1. Furnish and install three (3) new medium voltage induction motor controllers at the City of Lubbock, Sudan Pump Station. These controllers shall be allowed to ' be installed after November 1st, 1995. 2. Submit shop drawings, and all data as called for in Section 16400 - 1.3, Submittal 'i data of Medium Voltage Controller. r- 3. Electrical Work which includes electrical wiring, conduits, junction boxes as called for in the plans and specifications. ^, 4. Install three 150 Watts high pressure sodium wall packs light with photocell, as manufactured by Hubbel, Lamp Stock No. 2V452 or Grainger Stock No. 2V674, as indicated on the plans. B. Contract Time will be 160 days from the Notice to Proceed and the liquidated damages '. will be $200.00 per dU. ►- 1.3 WORK SEQUENCE A. Construct Work with the Production Supervisor and time allotted for "out of service" shall not exceed 2 weeks. r- B. Submit all shop drawings and product data information within 10 days from the date of Owner -Contractor Agreement. C. For each submittal for review, allow 10 days excluding delivery time to and from the Contractor. r D. Materials shall only be ordered after the submittals has been approved. E. Submit work sequence for review at the Pre -construction meeting. F. For the purpose of establishing when the project is substantially completed and suitable for its intended purpose, the Contractor shall be completely installed, tested and fully r- f functional on the 150th day from the Notice to Proceed. City of Lubbock, Sudan Pump Station L: 01010 - 2 1.4 OWNER OCCUPANCY A. The Owner will occupy the site during the entire period of construction. B. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.5 COORDINATION AND MEETINGS A. There will be no monthly progress meetings for this contract. 1.6 CONTRACT CLOSE-OUT A. Execute final cleaning prior to final project assessment. B. Remove waste and surplus materials, rubbish form the site. C. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 SUBMITTALS A. Transmit all submittals to Owner's Representative: Michael E. Murphy, P.E. Water Utilities Engineering City of Lubbock 1625 13th Street Lubbock, TX 79401 B. Transmit each submittal as specified in each individual sections. C. Apply Contractor's stamp, signed or initialed certifying that review, approval, 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. D. Schedule submittals to expedite the Project, and deliver to Mr. Michael E. Murphy at business address. Coordinate submission of related items. E. For each submittal for review, allow 10 days excluding delivery time to and from the Contractor. F. Identify variations from Contract Documents and Products or system limitations which may be detrimental to successful performance of the completed work. G. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the contractor. H. No work will be allowed to commence until all the submittals have been approved. City of Lubbock, Sudan Pump Station r 01010 - 3 PART 2 PRODUCTS r• Not Used. PART 3 EXECUTION Not Used. END OF SECTION r 4 r r 4 r r s a. r C .,, City of Lubbock, Sudan Pump Station I 01019 - 1 r SECTION 01019 CONTRACT CONSIDERATIONS PART 1 GENERAL 1.1 SECTION INCLUDES A. Schedule of values. B. Application for payment. C. Change procedures. D. Measurement and payment - Lump Sum 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work. 1.3 SCHEDULE OF VALUES A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Include within each line item, a direct proportional amount of Contractor's overhead and profit. D. Revise schedule to list approved Change Orders, with each Application For Payment. 1.4 APPLICATIONS FOR PAYMENT A. Submit three copies of each application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet or Contractor's electronic media driven form. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment based on percentage of completion. C. Payment Period: Every 5th day of the month. D. Include an updated construction progress schedule. 1.5 CHANGE PROCEDURES A. The Owner's Representative will advise of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time as authorized by Change Proposal Request. City of Lubbock, Sudan Pump Station 01019 - 2 B. The Owner's Representative may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose changes by submitting a request for change to the Owner's Representative, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other Contractors. D. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation. E. Execution of Change Orders: Owner's Representative will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. IT, in the opinion of the Owner's Representative, it is not practical to remove and replace _ the Work, the Owner's Representative will direct an appropriate remedy or adjust payment. 1.7 MEASUREMENT AND PAYMENT -LUMP SUM " A. Authority: Measurement methods are delineated in the individual specification sections. B. Payment Includes: Full compensation for required labor, Products, tools, equipment, plant and facilities, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. C. Electrical Work: Includes the furnishing and installing medium voltage motor controllers, all electrical wiring and conduit, junction boxes, and all the electrical components called for in the plans and specifications. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION City of Lubbock, Sudan Pump Station 16000 - 1 C SECTION 16000 - ELECTRICAL GENERAL PROVISIONS PART I - GENERAL DESCRIPTION OF WORK *" General: This Section specifies several categories of provisions for electrical work, including: 1) Certain adaptive expansions of requirements specified in Division 1; �- 2) General performance requirements within the electrical systems as a whole; and 3) General work to be performed as electrical work, because of its close association. Drawings: Refer to the Electrical Drawings for graphic representations, schedules, and notations showing electrical work. Specifications: Refer to this Division 16 for the primary technical specifications of electrical work. Work Included: This work includes the furnishing of all labor, materials, equipment, r.- fixtures, operators, and appurtenances required for complete installation of the major facilities and systems as follows: 1. 2400 Volt Power Distribution System 2. 120/240 Volt Power Distribution System 3. Grounding 4. Electrical Connections to Equipment 5. Additional items shown on Drawings or specified herein. Finish painting, prime and protective painting are included in the Work of this Division. Motors and motor starters that are an integral part of the equipment are furnished under Division 15 with the driven equipment. However, all other motor starters, electrical wiring, and connections are included in the Work of this Division. Equipment control relays and electrical interlock devices are specified under Division 15, except as herein specified. COORDINATION OF ELECTRICAL WORK: r„ General: It is recognized that the Contract Documents are diagrammatic in showing certain physical relationships which must be established within the electrical work, and in its interface with other work including utilities and mechanical work, and that such establishment is the exclusive responsibility of the Contractor. Arrange electrical work in a neat, well organized manner with conduit and similar services running parallel with primary lines of the building construction, and with a minimum of T- 0" overhead clearance where possible. r Locate operating and control equipment properly to provide easy access, and arrange entire electrical work with adequate access for operation and maintenance, and for proper Code clearances. Advise other trades of openings required in their work for the subsequent move -in of large units of electrical n City of Lubbock, Sudan Pump Station r 16000 - 2 CODES: General: Comply with the most recently revised versions of all applicable laws, rules, regulations, and ordinances of Federal and State Authorities.. Modifications required by the above said Authorities shall be made without additional charge to the Owner. Where alterations to and deviations from the Contract Documents are required by said Authority, report the requirements and secure approval before starting work. Precedence: Where Contract Document requirements are in excess of Code requirements and are permitted under the Code, the Contract Documents shall govern. SITE VISIT AND FAMILIARIZATION: General: Become familiar with the Drawings and Specifications and examine the premises and understand the conditions under which the Contract shall be performed. Site: Verify locations of utility services and determine the exact requirements and provisions for connection.` DRAWINGS: General: The Drawings are schematic in nature and show approximate locations of feeders, circuits, panels, outlets, switches, fixtures, and other materials and devices of the electrical systems except where specific locations are noted and dimensioned on the Drawings. These items are shown approximately to scale and attempt to show how these items should be integrated with building construction. Locate all the various items by on- the-job measurements, conformance with Drawings, Code requirements, and in cooperation with other trades. DISCREPANCIES: Clarification: Clarification shall be obtained before submitting a proposal for the Work under this Division as to discrepancies or omissions from the Contract Documents, or questions as to the intent thereof. Contractor Agreement: Consideration will not be granted for misunderstanding of the amount of work to be performed. Tender of a proposal conveys full agreement of the items and conditions specified, shown on the Drawings, and required by the nature of the project. PROJECT RECORD DOCUMENTS: General: Maintain project record documents at the site as specified in Division 1. Accuracy: The project record documents shall indicate exact locations of all concealed raceways installed and all pull and junction boxes that are not installed at locations shown. QUALITY ASSURANCE AND STANDARDS: General: Refer to Division 1 for general administrative/ procedural requirements related to compliance with codes and standards. City of Lubbock, Sudan Pump Station �f C10I4I01W r : Standards: This Work shall meet the standards set forth in the applicable portions of the following recognized codes and standards: 1. Association of Edison Illuminating Companies (AEIC). 2. Certified Ballast Manufacturers (CBM). 3. Factory Mutual (FWI). 4. Institute of Electrical and Electronics Engineers (EEEE)• 5. Illuminating Engineering Society (IES). 6. Insulated Cable Engineering Association (ICEA). 7. Lightning Protection Institute (LPI)> 8. National Electrical Code (NEC). 9. National Electrical Contractors' Association (NECA). 10. National Electrical Manufacturers' Association (NEMA)• 11. National Fire Protection Association (NFPA). 12. Underwriters' Laboratories, Inc. (UL). 13. Standard Building Code, Latest Edition. 14. Texas Senate Bill 773 (Barrier Free Construction). SUBMITTALS: Shop Drawings and Product Data Brochures: Submittals shall contain all necessary information for review, including additional information when requested. Product Data Brochures shall contain only information relevant to the particular equipment or materials to be furnished. Unless all irrelevant information is deleted or unless relevant information is clearly marked, including accessories, ratings, appurtenances, and dimensions as required, submittals will be returned marked "Resubmit". Submittals for the Work shall include, but not be limited to: Cable, Wire, and Connectors. Electrical Raceways and Fittings. Electrical Boxes and Fittings: include dimensioned drawings of special electrical boxes showing the accurately scaled boxes, their layout, and relation to associated equipment. Panelboards and Enclosures: Include dimensioned drawings of panelboards and enclosures showing accurately scaled layout of enclosure and required unit sections, including but not necessarily limited to, circuit breakers, fusible switches, and accessories. Submit, if requested, transparencies of circuit breaker characteristics with unlatch times and fuse characteristics with melting/clearing times for use by the Architect in verifying coordination of these devices. Electrical Gutters. Wiring Devices. City of Lubbock, Sudan Pump Station 16000 - 4 Safety and Disconnect Switches: Include dimensioned drawings of electrical safety and disconnect switches which have a rating of 100 amperes or larger, showing the accurately scaled switches, their layout, and relation to associated equipment. Transformers. Lighting Fixtures: Include clips and supports, as required. Include certified test data showing return air performance of return air fixtures, both with heat extract slots only, and with heat extract slots and both side slots. Lamps. Warranties (Guarantees): Submit five copies of all warranties and guarantees for systems, equipment, devices, and materials (this includes two copies for maintenance manuals). Maintenance Manuals: Submit three copies, including wiring diagrams, maintenance and operating instructions, parts listings, and copies of all other submittals required by this Division 16. Organize each maintenance manual with Table of Contents, Index, and thumb -tab marked for each section of information. Bind in 2", three-ring binders, vinyl covered, with pockets to contain folded sheets. Properly label contents on spine and face of binder. Approval: Materials installed or work performed without approval of material shall be done at the risk of the Contractor and the cost of removal of such material or work which is judged unsatisfactory for any reason, shall be at the expense of the Contractor. ELECTRICAL PRODUCTS: General: Refer to the General Provisions, Supplementary Provisions, and Division 1 for general requirements on products, materials, equipment, and substitutions. ` Compatibility: Provide products which are compatible with other products of the electrical work, and with other work requiring interface with the electrical work, including electrical connections and control devices. For exposed electrical work, coordinate colors and finishes with other work. Determine in advance of purchase that equipment and materials proposed for installation will fit into the confines indicated, leaving adequate clearance as required by applicable codes, and for adjustment, repair, or replacement. Substitutions: Materials and products of manufacturers other than those listed in this Specification require approval of the Architect in writing prior to submittal of shop drawings and product data. PRODUCT DELIVERY, STORAGE, AND HANDLING: General: Ensure that all electrical equipment, devices, and materials arrive at the site in good condition, intact in factory package or crate. Any equipment found to be damaged shall be removed from the project site. Storage: Store all electrical equipment, devices, and materials in factory containers or package until ready for use. Storage facility shall be a clean, dry, indoor space which provides protection against weather. Avoid damage by condensation by providing temporary heating when required. City of Lubbock, Sudan Pump Station 16000 - 5 Handling: Handle all electrical equipment, devices, and materials carefully to prevent breakage, denting, or scoring of the finish. Damaged materials shall be removed from the r. project site. PART 11 - PRODUCTS AND EXECUTION ELECTRICAL SYSTEM IDENTIFICATION: Conduit Systems: Provide adequate marking of major conduit which is exposed or concealed in accessible spaces, to distinguish each run as either a power or signal/communication conduit. Except as otherwise indicated, use orange banding with black lettering. Provide self-adhesive or snap -on type plastic markers. Indicate voltage ratings of conductors exceeding 250 volts. Locate markers at ends of conduit runs, near switches and other control devices, near items of equipment served by the conductors, at points where conduit passes through walls or floors or enters nonaccessible construction, and at spacings of not more than 50' along each run of exposed conduit. Switch -leg conduit and short branches for power connections need not be marked, except where conduit is larger than V. r- Cable/Conductor Identification: Coordinate a uniform and consistent scheme of color identification throughout the building system. Identification shall be by the permanent color of the selected covering. On large conductors, secure identification by means of painted color banding or plastic tape. Color scheme shall be as follows: 120/240 Volt Phase A Black Phase B Red Phase C Orange Neutral White Ground Green Identification of Equipment: All major equipment shall have a manufacturer's label identifying the manufacturer's �- address, equipment model and serial numbers, equipment size, and other pertinent data. Care shall be taken not to obliterate this nameplate to any way. A black -white -black laminated plastic engraved identifying nameplate shall be secured by screws to each switchboard, distribution panel, motor control center, panelboards, and individual motor starter. Identifying nameplates shall have 1/2" high engraved letters. Each switchboard, distribution panel, and motor, control center device shall have a nameplate showing the load served in 1/4" high engraved letters. An embossed plastic tape identifying label shall be affixed to each safety switch, r- disconnect switch, bus duct plug, wireway, terminal cabinet, and capacitor. Cardholders and directory cards shall be furnished for circuit identification in panelboards. r Cardholder shall be located on inside of panel door and shall be in'a metal frame with clear front. Circuit lists be Circuit descriptions plastic shall typewritten. equipment served. END OF SECTION City of Lubbock, Sudan Pump Station L: 16100 - 1 SECTION 16100 - CONDUCTORS ; PARTI-GENERAL Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplement Conditions. Submittals: Submit manufacturer's data on all materials. Scope: The work shall include the furnishing of all conductors, together with all splices, connections, identification, bundling, etc., including pulling devices. PART II - PRODUCTS Medium Voltage Cables Type: Soft drawn, annealed copper, UL listed, rated at 5 KV, ethylene propylene rubber insulated with extruded conductor shields and insulation shields. Cables shall have a 5 mil thick copper tape shield and PVC jacket. Cables shall meet the requirements of NEMA WC 8. Terminations: EPDM molded rubber with weathersheds on outdoor units. Conductors (600 volts and under): Type: Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections; Okonite, Triangle, Anaconda or Simplex. No. 8 and larger shall be stranded; No. 10 and smaller shall be solid. Insulation: Branch circuits shall have type TW, THW; THHN, or RHW insulation unless the type is specifically designated or specified. Feeder circuits shall be Type THW or THHN. Circuits Subjected to High Temperatures: Type RHH conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat. Lighting Fixture Conductors: Type and size approved by the NEC for the purpose. Joints and Splices: Stranded Copper Conductors: UL approved solderless bolted pressure connectors or Thomas and Betts Series 54000 compression connectors. All connectors shall be of proper sizes to match conductor sizes. All compression connectors shall be applied with properly sized dies and tools. Split -bolt connectors are not acceptable. • Solid Copper Conductors: UL approved solderless bolted pressure connectors; or UL approved electrical spring connectors of "Scotchlock", Ideal or T & B "Piggy" make. All connectors shall be of proper sizes to match conductor sizes. Split bolt connectors are not acceptable. • • Color Coding Use standardized color -coding of conductors throughout. All color coding shall be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation. In cases where the specified colors of insulated wire and City of Lubbock, Sudan Pump Station 16100 - 2 4 cable are unavailable, such conductors shall be color -coded, as specified above, by means of Brady, or equivalent, slip-on colored plastic sleeves or plastic tape at all pull boxes, �•. support boxes, outlet boxes, panelboards, and other terminal and splicing points. Phase conductors shall be black, red and orange for phases A, B, and C respectively in the 120/240 volt system. PART III - EXECUTION Wire Pulling: Wire Pulling: Provide suitable installation equipment for pulling conductors into raceways or conduits. Use ropes of polyethylene, nylon or other suitable material to pull in conductors. Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors. All conductors to be installed in a single conduit shall be pulled in together. Pull no conductors into conduits until all work of a nature which may cause injury to conductors is completed. Use an Underwriters' listed cable pulling compound where necessary. r- Cable Lubricants: All cable lubricants shall be UL listed, and shall be certified by their manufacturer to be non -injurious to the insulation on which they are used. Pulling Devices in Empty Raceways: Provide in every empty raceway, not containing conductors to be installed by this Contractor, a suitable pull fine to facilitate future installation of wiring. Lines shall be free from splices and shall have ample exposed length at each end. Identify each end of each line with a linen tag bearing complete information as to the purpose of the raceway and the location of its other end. All Imes shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds.. r., Installation of Building Wire (600 volts and under): Feeders: Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable. Make joints in branch circuits only where circuits divide as shown r ' on drawings. Such joints shall consist of one through circuit to which shall be spliced the tap circuit. r— Branch Circuits: Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit. This provision shall not prohibit the installation in a single r conduit of all conductors of a circuit with three- and four-way switching. Sizes: No wire shall be smaller than No. 12 except for signal or control circuits, and " except for individual lighting fixture taps as permitted by the National Electrical Code. Receptacle and Motor Branch Circuits: No. 12 conductors unless noted or scheduled r otherwise. Power and Lighting circuits of different system voltages (eg. 208Y/120 and 480Y/277 volts) shall not occupy the same conduit. Joints and Splices: Make joints and splices only where necessary and only at outlet boxes and pull boxes. All joints shall be mechanically and electrically secure. After a joint or splice is complete, insulate it with Okonite rubber tape, and Manson friction tape to make the insulation of the joint or splice equal to that of the conductor. In lieu of this, 3M City of Lubbock, Sudan Pump Station 16100 - 3 Companys "Scotch" No. 33 vinyl plastic tape may be used if applied in at least four layers (half lapped in two directions), with all larger splices, terminals, sharp comers and voids being first being fist protected by application of "Scotchfil" insulating putty. Conductor splices in wet locations shall be made in accordance with the conductor manufacturer's recommendations. Identifying Tags: Non-ferrous; stamped to clearly identify each circuit. Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting power and distribution panelboards, etc. Bundling Conductors: Bundle all conductors in panelboards, cabinets and the like, using marlin twine lacing or nylon straps made for the purpose. Bundle conductors larger than No.10 in individual circuits. Bundle smaller conductors in larger groups. Conductor Test (600 volts and under): Measure the insulating resistance of service entrance conductors and between conductors and ground. Resistance shall be 1,000,000 ohms or more when tested at 500 volts by megger without branch circuit loads. Tests and procedures shall meet the approval of the Architect, and shall be in accordance with the applicable IPCEA standards for the wires and cables to be installed. Furnish all instruments, equipment and personnel required for testing, and conduct tests in the presence of the Architect. Submit written reports of the test and results when requested by the Architect. City of Lubbock, Sudan Pump Station 16200 - 1 6 SECTION 16200 - ELECTRICAL DISTRIBUTION PART I - GENERAL Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements and Supplemental Requirements. Submittals: Provide complete catalog data and drawings on all item of equipment. Manuals: Include all submittal data in the operation and maintenance manuals. Scope: Provide all labor, material, equipment, and service necessary for and incidental to the complete electrical distribution system. f ' PART II - PRODUCTS Panelboards: Panelboard Cabinets: Furnish and install cabinets to serve the various panelboards, of •- sizes as required to house the panelboards. All parelboards shall have NEMA 1 cabinets. I Panelboards, Generally:. Mount all panelboards in cabinets as specified hereinbefore, arranged for flush or surface mounting as indicated on drawings. Where a circuit protective device is scheduled as a "spare", provide the device complete for operation. Where such a device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled. Where breaker or switch is scheduled to serve a "future" load, provide the device complete for operation. .All circuit breakers shall be quick make, quick break, trip free, thermal magnetic, indicating type unless noted otherwise. Provide all multiple pole breakers with common trip and single operating handle; handle ties between breakers are unacceptable. Branch circuit breakers shall be fully interchangeable without disturbing adjacent units. Connect all circuit interrupting devices with sequence phasing. Provide each panelboard with a neatly typewritten directory of circuits mounted in a cardholder on the inside of the panelboard cabinet. Cover directory with transparent sheet plastic. All panelboards shall be listed by Underwriters' Laboratories Inc. and the building main panel shall be listed as suitable for "Service Entrance Equipment". Submit shop drawings of each panelboard for review before commencing fabrication; drawings shall indicate number, size, interrupting rating and type of circuit protective devices; dimensions, gauges and type of construction of cabinets, size and material of main bus and lugs, and any other pertinent information necessary to determine compliance with the drawings and specifications. Provide each panelboard with a factory engraved nameplate which shall identify the panelboard name. City of Lubbock, Sudan Pump Station r 16200 - 2 Lighting and Appliance Panelboards:Panelboards shall have the number and size of bolted -in circuit breakers are scheduled. Panels shall be of General Electric, Square D, or Westinghouse manufacture, equivalent to the panels listed below. Where a lighting and appliance panelboard contains more than 42 branch overcurrent devices, the assembly shall consist of two or more separate boxes bolted together and covered by a common multiple door front; each box containing not more than 42 branch overcurrent devices: Panelboards for 208 and 240 volt Service: General Electric Type AQ, with type THQB circuit breakers, Square D type NQOD with type QOB circuit breakers, or Westinghouse Pow-R-Line 1 with type BAB circuit breakers. Panelboards for 480 volts Service: General Electric type AD with Type THED breakers, Square D " F'-Line with type FH breakers or Westinghouse Pow-R-Line 2 with type FD breakers. Disconnect Switches: Unless otherwise noted or required, all disconnect switches shall be UL listed and shall meet NEMA Standard KS1-1969 for Type HD heavy duty switches. Switches shall be unfused unless noted otherwise; quick make, quick break; in NEMA 3R enclosures if exposed to the weather; elsewhere in NEMA 1 general purpose enclosures unless special enclosures are required. All motor circuit switches shall be horsepower rated. Where Class "R" fuses are specified below, provided appropriate Class "R" fuse clips. Add similar note to switchboards, fused panels & MCC & motor starters. Switches shall be of General Electric, Square D or Westinghouse manufacture, equivalent to General Electric Type TH quick make, quick break switches. Where space does not permit use of the above specified switches, such as within weatherproof fan housings, etc., use suitable horsepower rated tumbler switches as unfused disconnects; General Electric Type RB or equivalent. Where disconnect switches are used to disconnect starters, provide auxiliary poles in switches as required to disconnect all auxiliary control circuits in starters. City of Lubbock, Sudan Pump Station r 16300 - 1 r SECTION 16300 - RACEWAYS AND FITTINGS PARTI-GENERAL Note: Conform with applicable provisions of the General Conditions, Special Conditions, General Requirements, and Supplemental conditions. Submittals: Submit manufacturer's on allmaterials. Scope: The work shall include furnishing and installing all rigid steel and flexible metallic conduit, intermediate metallic conduit, electrical metallic tubing, polyvinyl chloride conduit, wireways, pull and junction boxes and outlet boxes, together with all supporting devices and other accessories required. PART II - PRODUCTS Underground Ducts: Plastic electrical conduits and fittings, in strict accordance with the requirements of NEMA Standard TC-6 and ASTM Standard F-512. Conduits shall be Type EB for encased burial and UL listed for 90 degree C. Cable. Material shall be virgin polyvinyl chloride (PVC). Conduits shall be Carton or equivalent. Rigid Steel Conduit: Rigid, threaded, thick -wall; galvanized inside and outside or galvanized outside with a protective coating inside; UL listed and labeled according to Standard UL6; conforming to ANSI Standard C80.1; Pittsburg, Republic Steel, Robroy or Allied. Liquidtight Flexible Metal Conduit: Spirally wound, galvanized steel strips, as for flexible metal .conduit; with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight; UL listed; Electri-flex type "LA" or equivalent. PVC Coated Steel Conduit: The conduit before coating shall conform to UL Standard UL6 and ANSI Standard C80.1. The conduit after coating shall meet NEMA Standard RN1-1974. The polyvinyl chloride coating shall be bonded to the galvanized outer surface of the conduit. The coating shall be a minimum of .020 inches (20 mil). A loose coupling shall have a PVC coating bonded to the outer surface with a PVC sleeve extending from both ends such that when the coupling and conduit are joined there shall be no exposed metal. Conduit shall be "Rob-Kote" as manufactured by Robroy Industries or "Ocal-20" as manufactured by Occidental Coating Company. Conduit Fittings: Couplings and Terminations for Rigid Steel Conduit: Factory made steel threaded r" couplings; bushing at all boxes and cabinets, with locknuts inside and outside box or f cabinet. Provide insulated bushings on all circuits #4 AWG and larger. Couplings and Terminations for Intermediate Metal Conduit: Same as for rigid steel conduit. City of Lubbock, Sudan Pump Station r- 16300 - 2 Couplings and Terminations for Liquidtight Flexible Metal Conduit: T & B 5271 Series adapters at connections between flexible and rigid conduit; T & B 5331 Series nylon insulated throat, steel connectors at box or cabinet terminations. Wireways: Interior Use: UL listed; enamel finished; sizes shown or required; screw covers; complete with all fittings, couplings, hangers and accessories; Square D, General Electric, or equivalent. Exterior Use: UL listed; epoxy enamel finished; sizes shown or required; removable front cover which is gasketed; weatherproof rainhood. Outlet Boxes: UL listed of sizes and types specified. Cast Metal Boxes: Cast iron or cast alloy with threaded hubs; Crouse-I1inds, Appleton or Pyle National. Pull Boxes and Junction Boxes: Sheet steel, galvanized inside and outside, with galvanized covers. Small Boxes: For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes. Larger Boxes: For boxes where the volume required is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws. All outdoor above ground pull boxes shall be NEMA 4X. Underground Pullboxes: Underground pullboxes shall be precast concrete with solid bottom, sump pit and aluminum manhole cover. Part III - Execution Conduit Uses: Rigid steel conduit may be used in all areas unless noted otherwise. Intermediate metallic conduit (IMC) may be used in all interior locations not in contact with earth unless noted otherwise. Type "EB" concrete encased duct may be used for underground service entrance conduits, underground feeders not under floor slabs, and telephone service entrances where indicated. Liquid tight flexible steel conduit shall be used in all outdoor locations and indoor damp or wet locations for equipment connections and vibration isolation. Excavation: Perform all excavation work required in connection with the installation of the work under this Division. After the electrical work has been installed, tested and approved, backfill all excavations with suitable material under the direction of the Architect. Include the cutting City of Lubbock, Sudan Pump Station r t T.M410M] of all sidewalks, streets and other pavement and repairing the openings in them to return to the surface to approximately its original condition. Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division. During excavation, stack material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins. Remove all excavated material not required or suitable for backfill, or waste as directed. Control r- grading to prevent surface water from flowing into excavations and remove any water accumulating therein by pumping. Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible. Grade the bottom of trenches accurately to provide uniform bearing and support for r' conduit or duct on undisturbed soil at every point along its entire length. Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required. Where rock excavation is required, remove the rock to minimum overdepth of 4 inches below the trench depths specified. Backfill the overdepth rock excavation and all excess trench excavation to the proper level with 3/4 inch crushed rock or the equivalent in coarse gravel prior to the installation of conduit or ducts. Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with 3/4 inch crushed rock or coarse gravel or other suitable material. Backfilling: Carefully backfill trenches with earth, 'sandy clay, sand and gravel, soft shale or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully rammed 6-inch layers. Do not use blasted rock, broken concrete or pavement, or large boulders as backfill material. Settling the backfill with water will be permissible and will be requirement when so directed. Re -open any trenches improperly filled or where settlement occurs to the depth required for proper compaction, then refill, mound over and smooth off. Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less than 95% Standard Proctor to such manner as to permit the rolling and compaction of the filled trench together with the adjoining earth to provide the required bearing value and permit paving of the area immediately after backfilling is completed. Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition. Opening and Closing Pavement: ^, Where excavation requires the opening of existing walks, streets, drives or other existing pavement, including "black topping," cut the pavement as required. Hold the size of the cut to a minimum consistent with the work to be accomplished. After the installation of the new work is completed and the excavation has been backfilled, patch the paving using City of Lubbock, Sudan Pump Station 16300-4 materials to match those cut out. Take care that the patches are level with the original surfaces and thoroughly bond with them. Installation of Underground Ducts: Use plastic electrical ducts, installed with concrete encasement, with a minimum of 3" of concrete between ducts and earth, and with 2 inches of concrete between adjacent ducts. Concrete shall contain a red dye additive to give a distinctive red color when concrete is cured. Provide at least 30 inches of cover from top of concrete encasement to finished grade. Install with uniform slope for drainage, with no low pockets to collect water. Build up duct banks completely in the trench before any concrete is poured, using factory - fabricated plastic conduit spacers in staggered configuration to provide the proper horizontal and vertical spacings, and securing the entire assembly with heavy twine or cord to insure rigidity during pouring. Do not use metal for this purpose. Assemble conduits with staggered adjacent couplings so that no two couplings will lie in the same transverse plane, in a vertical direction. Use solvent cement as directed by the duct manufacturer in making up all joints. Fabricate duct runs with standard factory -made fittings, elbows and accessories. Make all changes of direction, horizontal or vertical, with long sweep bends having a minimum radius of 25 feet, except that manufactured bends at or near the ends of the runs may be used on short runs of 100 feet or less. Make long sweep bends with one or more curved or straight sections of duct. Manufactured bends, where permitted, shall have a minimum radius of 10 times the nominal duct diameter. Where manufactured ducts of greater than a 30 degree angle are required, use rigid hot dipped galvanized steel conduit bends. During construction, protect partially completed duct lines from entrance of dirt and debris by means of suitable factory -made duct plugs. After completion of installation, seal all ends of spare ducts with factory made duct plugs. Where ducts turn up through floor slabs or above grade change from plastic duct to rigid galvanized steel conduit below grade, using suitable factory adapters. At the point of change of materials, extend the concrete envelope to enclose at least 2 feet of steel conduit. Wrap all steel conduits and fittings buried in earth as specified elsewhere herein, or use PVC coated steel conduits. Install the concrete envelope for a given duct run in one pour where possible. Use concrete of 3000 psi compressive strength. In pouring concrete, do not allow heavy masses of concrete to fall on ducts. Direct flow of concrete down sides of assembly to bottom, forcing it to flow to center of bank and then to rise up in middle, filling all spaces uniformly. Spade concrete liberally and carefully with a long, flat slicing bar between vertical rows to eliminate voids. Weight or brace the duct bank assembly if necessary, to prevent the assembly from floating. Because of the fact that plastic conduits may expand considerably during construction, each run and its concrete envelope shall be installed starting at one end and proceeding toward the other with any necessary adjustments to length being made at the end toward which the work is progressing. After ducts are installed, complete with envelope, and before pulling any cable, pull a mandrel through every duct to check for alignment and clear passage. Use an iron -shod mandrel with a diameter of 1/4 inch less than the nominal size of the duct and a length equal to the duct diameter. Mandrel shall have a leather or rubber gasket slightly larger than the duct hole. After testing the ducts with the mandrel, pull a stiff -bristled brush through each duct until it is clear of all particles of earth, sand or gravel; then install duct plugs immediately. City of Lubbock, Sudan Pump Station 16300 - 5 r Installation of Underground Steel Conduit: All steel conduit in earth shall be rigid galvanized steel conduit. Wrap such conduit with 3M Company 0.020 inch thick No. 51 "scotchrap" vinyl plastic tape, half lapped to give a double thickness wrap. Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping. If conduit is pre -wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both side of joints. Installation of PVC coated Conduits: During installation, visually examine the conduit for cuts. Patch these areas with a paste containing a PVC solvent obtained from the conduit manufacturer. The patch shall be built up to the original thickness of the coating and feathered out on all side of the damaged area a minimum of 1/2 inch to provide a complete bonded seal over the damaged area. Installation of Building Raceways: All wiring of every description shall be run in conduit or electrical metallic tubing unless ` noted or specified otherwise. Conduits may be run exposed in machinery and electrical rooms and unfinished areas. All other conduits shall be run concealed unless otherwise noted. All exposed runs shall be installed parallel to the surface of the building in a neat and orderly manner. Sizes: Size and install raceways so the conductors may be drawn in without injury or excessive strain. Make field bends with approved bending devices. Do not install bends or offsets in which conduit is crushed, deformed or otherwise injured. Connections: Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, generators, controls and other devices subject to movement because of vibration or mechanical adjustment. Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required. In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit. r Around Heat Producing Equipment: Do not install raceways within 3" of steam and hot water pipes, breeching and flues, except where crossings are unavoidable, and then keep raceways at least V from insulation on the pipe, breeching or flue crossed. Wherever possible, avoid installing raceways directly above or in close proximity to boilers and other Eke objects operating at high temperatures. Damp or Wet Locations: In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps. Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation with in the raceways. r Different Systems: In systems operating at more than 300 volts between phase conductors, where different phase conductors are to be run to a common gang wall switch box, install a separate conduit for each different phase wire and its return switch leg, and provide substantial barriers between adjacent switches in the box so that two different phase wires will not be the same compartment. City of Lubbock, Sudan Pump Station 16300 - 6 Joining Rigid Conduit: Join with threaded couplings. Ream out all conduit ends after threading. Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside. Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems. No running threads shall be used anywhere in conduit systems. Protection of Raceways: Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closures during construction. Do not pull any conductors into raceways until all plastering in the vicinity is completed. Swab out all raceways before pulling i conductors. Conduit Supports: Support spacing: Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions. Individual Conduits: Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps. Carry individually supported horizontal conduits 1-1/4" and larger on Kindorf No. 150 or Steel City No. C-149 hangers. Use no perforated strap iron as hanger material. Where conduits smaller than 1-1/4" are installed above metal lath and plaster ceilings or mechanically suspended dry ceilings of the non -removable type, they may be supported on ceiling runner channels. Where conduits smaller than 1-1/4" are installed above removable ceilings, attach them to the structure or bar joints (where present) or support them on threaded hanger rods with clips. Do not use any wire to support conduits or to attach conduits to supporting members. Locate conduits a sufficient distance above the ceiling to permit removal of the ceiling panels. Locate them so as not to hinder access to mechanical and electrical equipment through the ceiling panels. Installation of Outlet Boxes: Usage: Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate. Boxes recessed in construction: Sheet steel boxes. For Lighting Fixture Outlets: 4" octagonal with 3/8" fixture stud for incandescent lights which are surface mounted, wall mounted or suspended. For Wall Switches, Receptacles and Communications Use: Use 4"x4" size with proper square cornered tile wall cover, plaster cover, or finishing plate, except where construction will not permit or the device requires a larger box. Boxes for Exposed Work: Cast metal boxes. Boxes for Outdoors: Cast metal boxes with gasketed covers. Installation of Pull and Junction Boxes: Sizing: Size all pull and junction boxes in accordance with NEC using larger sizes than required by code where job conditions so indicate. City of Lubbock, Sudan Pump Station 16300 - 7 Mounting: Fasten all boxes securely to the building construction, independent of conduit systems. On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access. Installation of Surface Raceways: Surface raceway shall be installed parallel to the wall line in a neat and orderly manner. The surface raceway shall be mounted using only such fasteners that are recommended by the manufacturer for the type of surface material encountered. Paint raceway to match surface of installation. City of Lubbock, Sudan Pump Station 16400 - 1 r SECTION 16400 MEDIUM VOLTAGE MOTOR CONTROLLERS AT A" WATER UTILITIES SUDAN PUMP STATION PART 1- GENERAL 1.1 SCOPE A. This specification covers the requirements for three (3) new medium voltage induction motor controllers to be furnished and installed for the City of Lubbock. These motor controllers will be used to replace existing controllers at the City of Lubbock's Water Utilities Sudan pump station. This specification is for both materials and labor. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work. B. Section 01019 - Contract Consideration. 1.3 PROPOSAL DATA A. Contractors shall submit, along with price and delivery data, complete descriptive literature on the controllers being offered. Proposal that do not include complete data may be rejected. Proposal data shall include complete electrical ratings, outline drawings, weights, elementary electrical schematic and warranty information. Contractors should indicate if controller sections can be separated or laid horizontal to allow installation in the existing equipment room. �. 1.4 SUBMITTAL DATA A. The successful Vendor shall submit for approval, 5 copies of submittal drawings �— that include complete electrical schematics, conduit entrance locations, panel layouts, weights, dimensions and other pertinent data. The Vendor shall include in his proposal the cost to provide 3 copies of complete operating and maintenance manuals. 1.5 EXISTING MOTORS A. Controllers furnished under this specification shall be selected and designed to properly operate and control the existing induction pump motors is as follows: A f F City of Lubbock, Sudan Pump Station 16400 - 2 Pump Motor Gl Serial No. None Mfg ..... Fairbanks -Morse Induction Horsepower.............................300 Code...........................................E Frame ............................3 WP 804 V Pump Motor G2 Ser No.1-5-160-55488-1 Mfg......... Allis-Chalmers Induction Horsepower ...........................3 00 Class Insul...................................B Rise.......................................... 600 Frame .................................. 30ES 8 Pump Motor G3 Ser No. 1313413 Mfg......... U.S. Motors Horsepower ......... .................. 600 Class Insul.................................B Rise ................... Frame...:..............................1689 P Type... ....................... QZ V W RPM...............................880 Volts ............ 2,3000, 60 cycle Service factor . .............1.15 Phase...................................3 Amps ........... ...............71.2 Duty .............................24 hrs Type ................... ...HSO-S RPM...............................880 Volts..............2300, 60 cycle Phase..................................3 Amps.. .....................70.4 Duty............................. Cont. Rise..,.. ........ , ......600 Type ...... ................HY RPM...............................900 Volts.............2300, 60 cycle Phase.................. ...........3 Amps............:...............139 Duty..'---'...." ........ Cont. Rise...............................60° PART II PRODUCTS 2.1 MOTOR CONTROLLERS A. Provide and install three (3) each motor controllers to operate the motors described above. Controllers shall be reduced voltage, primary reactor type with closed transition designed to meet the requirements of NEMA Class E2 equipment. These controllers shall be rated for 2300 volts, each housed in its own free standing enclosure with a common bus feeding of the incoming line and bottom entrance for load cables. Controller shall have the following basic components: NEMA 1 gasketed enclosure Non load break, 3 pole gang operated disconnect switch City of Lubbock, Sudan Pump Station 16400 - 3 r" Three current limiting power fuses Main motor vacuum contactor w/DC coil Primary reactor with reduced voltage taps of 50, 65, and 80% (Factory set at 65%) Reactor shorting vacuum contractor w/DC coil Control power transformer with primary and secondary fuses Three current transformers 2 N.O. and 2 N.C. auxiliary contacts for customer use Start -Stop push-button HOA switch wired for remote (SCADA) start -stop Red run light Control relays Microprocessor based metering system .� Microprocessor based motor protection system Switchboard mounted KWH meter and case for utility billing Surge protection 1 _ Motor controllers must be able to fit through an existing 7 1 " high by 83" wide opening. Controllers shall be equal to Square D Iso-flex or Westinghouse Ampguard. 2.2 Microprocessor Metering System A. Controllers shall be provided with a microprocessor based metering system that shall provide the following minimum function: Motor current - phase A, B, C Motor voltage - line to line - phase A, B, C Motor voltage - line to neutral - phase A, B, C Three phase watts Three phase VARS Power factor Frequency KW demand Kilowatt hours Pullout option B. This metering package shall be panel mounted on the exterior of the motor controller. The metering system shall have push buttons or keypad for selecting meter values for viewing. The metering system shall have provisions for future digital communication with other systems or controllers. The actual communication modules need not be fiunished at this time if they can be field installed at a later date. Meter system shall be rated for operation in ambient temperatures from 0 to 60° Centigrade. 7 7 City of Lubbock, Sudan Pump Station 16400 - 4 Metering systems shall be equal to Square D "Power Logic" or Westinghouse "IQ Data Plus II" or multilin MTM plus or purchaser's approved equal. 2.3 Microprocessor Based Motor Protection System A. The motor controllers shall be furnished with a microprocessor based motor protection system that shall have the following minimum functions: Three phase motor overload Three phase and ground short circuit protection Phase reversal Phase loss/phase unbalance Under current minimum load Starts per hour/time between starts Undervoltage Pull out option B. In addition to the protection function the system shall store pertinent operation related data including running time, number of starts, number of motor trips, and pre -trip motor values. Programming of the system shall be through a unit mounted key pad. 'Access to the programming functions shall be stored in a non- volatile memory that does not require the use of battery- back-up. The system shall have capability for remote reset after certain user defined trip conditions and shall have provisions for future digital communication with other controllers or systems. Motor protection systems shall be rated for operation in ambient temperatures form 0 to 600 Centigrade. C. Motor protection systems shall be equal to Square D, "Multilin" or Westinghouse (IQ-1000 II) or purchaser's approved equal 2.4 Spare Parts A. Each controller shall be provided with one spare set of main high voltage power fuses and one spare set of all other high voltage fuses used for PT's, control power transformers. One spare set of vacuum bottles for one contractor. PART III - EXECUTION 3.1 Installation A. The work shall be coordinated with the Water Production supervisor and time allotted for, "out of service" shall not exceed 2 weeks. B. All work to comply with the City of Lubbock and National Electric codes. City of Lubbock, Sudan Pump Station 16400 - 5 C. The contract shall be for a complete installation and put in service with all necessary materials and labor as needed without additional charges. This will require each bidder to verify he has inspected the site and has satisfied themselves as to what material and labor will be required. D. Salvage of existing (3) three controllers shall become the property of the contractor. Contractors shall be responsible for the removal and disposal of the equipment. rexisting END OF SECTION f l i i t r f" r G i r City of Lubbock, Sudan Pump Station