Loading...
HomeMy WebLinkAboutResolution - 6079 - Contract - Automated Controls - Medium Voltage Controllers - 10/22/1998Resolution No. 6079 Item No. 39 October 22,1998 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 with Automated Controls of Lamesa, TX to install and furnish all materials and services as bid for the Furnish and Install Medium Voltage Controllers and all related documents. Said Contract is attached hereto and incorporated in this Resolution as if fully set forth herein and shall be included in the minutes of the Council. Passed by the City Council this 22nd day of Octnher , 1998. WINDY SITTO , MAYOR APPROVED AS TO CONTENT: qzif 6 - Victor Kilmait Purchasing Manager APPROVED AS TO FORM: William de Haas Competition and Contracts Manager/Attorney wdAktAntomated consro>&RES cWocs/Odober 12,1998 CITY OF LUBBOCK SPECIFICATIONS FOR FURNISH AND INSTALL MEDIUM VOLTAGE MOTOR CONTROLLERS BID #98213 « / ov Y Y t T Y OGO fr �� CITY OF LUBBOCK Lubbock, Texas P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ITB 098213, Addendum #2 Office of Purchasing ADDENDUM #2 ITB #98213 Furnish & Install Medium Voltage Motor Controllers October 6, 1998 October 6, 1998 @ 3:00 p.m. October 8, 1998 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The Close Date has changed From: October 6, 1998 @ 3:00 p.m. To: October 8, 1998 @ 2:00 p.m. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Questions may be faxed to: (806)775-2164 or Email to: Lritchie@mail.ci.lubbock.tx.us THANK YOU, C Laura Ritchie Buyer - -PLEASE RETURN�ONE.COPY OF THIS ADDENDUM WITH YOUR BID 98213ad2.doc P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 a Fax (806) 775-2164 MAILED TO VENDOR: OLD CLOSE DATE: NEW CLOSE DATE: ITB #98213, Addendum RC1 Office of Purchasing ADDENDUM #1 ITB #98213 Furnish & Install Medium Voltage Motor Controllers September 23, 1998 September 29,1998 G 2:00 p.m. October 6, 1998 @ 3:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The Close Date has changed From: September 29, 1998 2:00 p.m. To: October 6,1998 @ 3:00 p.m. 2. Please find the enclosed set of plans titled, "Pump Station #7 Motor Controller Room All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to or Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806)775-2164 Lritchie@mall.cl.lubbock.tx.us THANK YOU, L'a ---- k Lau Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM W1TH YOUR BID 98213ad1.doc r CITY OF LUBBOCK INVITATION TO BID FOR TITLE: FURNISH AND INSTALL MEDIUM VOLTAGE MOTOR CONTROLLERS ADDRESS: LUBBOCK, TEXAS BID NUMBER: 98213 PROJECT NUMBER: 6343.9408.9226 CONTRACT PREPARED BY: PURCHASING DEPARTMENT NI DEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS 7 No Text i" a 1 NOTICE TO BIDDERS BID #98213 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 29th day of September, 1998, 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 MOTOR CONTROLLERS" lAfter the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing l ing 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 22nd day of October. 1998, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or su erior. I~ G Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 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. There will be a pre-bid conference on 22nd day of September. at 10:00 o'clock a.m., in the Council Chambers, Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre-bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775-2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILLIAN PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164. No Text 1 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 MEDIUM VOLTAGE MOTOR CONTROLLERS. 2. CONTRACT DOCUMENTS All work covered by this contract shall be done In accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS It 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. BIDDER INQUIRIES • No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 5. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 30 (THIRTY) working days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. fi. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7. 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. 8. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project. 9. 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). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. The obligations contained herein apply to products and.services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 10. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. ?r" 11. PROTECTION OF THE WORK I 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. 12. 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. 13. 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. 14. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a director indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. 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. 16. 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. . 17. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether 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 coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each, subcontractor. 18. 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 Owners Representative. Iii 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, 1" 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. 19. 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 f" 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. 7 20. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 21. 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. 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) ' All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 23. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. 6 r no AUTOMATED CONTROLS III H. E. 14TH STREET INDUSTRIAL PARK LAMESA, TEXAS 79331 PHONE (806) 872-8341 FAX (806) 872-3860 QUOTATION C!O Victor Kilman LOCATION LUBBOCK, TEXAS TO Office of Purchasing Mar JOB NAME . #98213 1625 13th Street DATE September 28, 1998 Lubbock, TX 79401 BY Emial L. Douglas PROJECT #98213 -FURNISH AND INSTALL MEDIUM VOLTAGE MOTOR CONTROLLERS AT PUMP STATION #7. This quote includes Medium Voltage Controllers,labor, material to install the medium voltage controllers at Pump Station # 7 and includes removal and disposal of existing controllers. All electrical installation and construction will be in accordance with the 1996 National Electrical Code, and all prevailing state and local codes. All electrical wiring will.be completed in a workmanlike manner. We will furnish workers compensation, public liability and property damage insurance, excluding any theft or other peril damage. Bid Price $106,765.00 BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: PUMP STATION # 7 :� DATE: SEPTEMBER 28, 1998 PROJECT NUMBER: #98213 - FURNISH AND INSTALL MEDIUM VOLTAGE MOTOR CONTROLLERS Bid of AUTOMATED CONTROLS (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a MEDIUM VOLTAGE MOTOR CONTROLLERS AND REMOVAL OF EXISTING CONTROLLERS AT PUMP STATION V. having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents. within the time set forth therein and at the price stated below. The price to Cover all expenses incurred in performing the work required under the contract documents. MATERIALS: EIGHTY SIX THOUSAND SEVEN HUNDRED SIXTY—FIVE DOLLARS($ 86,765.00 t SERVICES: TWENTY THOUSAND DOLLARS ($ 20, 000.00 TOTAL BID: ONE HUNDRED SIX THOUSAND SEVEN HUNDRED SIXTY—FIVE DOLA%kRS 106,765.00 (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 30 (THIRTY) working 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 $500.00 (FIVE HUNDRED DOLLARS) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. r The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days r- after the scheduled closing time for receiving bids. ! The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work • on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock,,or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent 5N of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for AWCM wsAaa rhL#Pr-e,6L4 e�orM��err-ems Dollars ($ 5338.25 )ora Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Authorized Signature /"- EMIAL L. DOUGLAS " (Printed or Typed Name) AUTOMATED CONTROLS Company 111 N.E. 14TH STREET Address LAMESA DAWSON City, County 79VA1 TEXAS State 1 Zip Code Telephone: 806 - 872-8341 Fax: 806 - 872 -3860 (Seal if Bidder is a Corporation) ATTEST: i Secretary Bidder acknowledges receipt ofIhe following addenda: ! Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date i� r LIST OF SUBCONTRACTORS Minority Owned .• Yes No 1. ❑ ❑ r 2. ❑ ❑ 3. ❑ ❑ rr 6 4. 0 ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ s. ❑ ❑ 9. ❑ ❑ r. 10. 0 ❑ Pak od CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. �''l�: AUTOMATED CONTROLS BY EMIAL L. DOUGLAS Contractor (Signature)- Contractor (Print) I"! 9 CONTRACTOR'S NAME: AUTOMATED CONTROLS (Print or Type ) CONTRACTOR'S ADDRESS: 7 Name of Agent/Broker: Address of Agent/Broker: City/State/Zip: 111 N.E. 14TH STREET LAMESA, TEXAS 79331 McDONALD AND COMPANY 12225 GREENVILLE AVE, SUITE 330 DALLAS, TEXAS 75243 Agent/Broker Telephone Number: ( 972 ) 918-9800 Date: SEPTEMBER 28, 1998 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #98213 - FURNISH AND INSTALL MEDIUM VOLTAGE MOTOR CONTROLLERS a low I, PAYMENT BOND iI �... BOND CHECK BEST RATING LICENSED IN TEXAS w MATE t POO r Bond # 741656 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY "THESE PRESENTS, that Automated Controls (hereinafter called the Principal(s), as Principal(s), and Capitol Indemnity Corporation (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), In the amount of X5106, 765.00 Dollars ($ 106,765. 0 lawful money of the United States for the payment whereof, the said Principal and Surety 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 22nd day of October .19 98 to Bid 4 Wt2f1—Furnish and install Medium Voltage Motor Controllers and said Principat under the law is required before commencing the work provided for in said contract to execute a bond 1 the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent a: If copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor In the prosecution of the work provided for In said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined In accordance with the provisions of said Article to the same extent as If It were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this Instrument this 3rd day of November 19-2L. Surety .By. ( itle) Staci Gross Attorney—in—Fact I Automated Controls Principal Byz -✓(5;7 i By: (Title) "POO r 1 r r i rI I r� r. i I I i I r� r PERFORMANCE BOND r I r� I 'r r� r� r �.. ' BOND CHECK BEST RATING i LICENSED IN TEXAS DATE l BY r , Bond # 741656 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(x) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Automated Controls KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and ;aoitol Indemnity Corporation (hereinafter called the Surety(s), as Surety(s), are held and firmlyy bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of CNE H1UM SIX TFULE"M S VfN H HD SII7� PYi S_ 106, 765 - Mawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered Into a certain written contract with the Obligee, dated the2dday of nr-f-nher , 19-2$to Riti # c)Ft21'-;-nirnJsh and Install Medium Voltage Motor Controllers 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 roferred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void: otherwise to remain in full force and effect. PROVIDED. HOWEVER, that this bond Is executed pursuant to the provisions of Section 2263.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 3rd day of mmipmhar Stion Automated Controls SuFety Principal �- - By: By. (Title) Staci Gross (Title) �* Attorney—in—Fact By: i (Title) By: (Title) l: r r V004M INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705-0900 PHONE (608) 231.4450 • FAX (608) 231.2029 POWER OF ATTORNEY No: 496268 '•-RCJVI.YCV iR the power and authorize wntings obligatory in lh( the powers and duties i to any such. power of::at signatures or facsimile i facsimile seal shall be mature thereof to which.il IN WITNESS its officer undersign Attest: w n 01 It, a,. VG-. „ 14by;a Power of eof one or more 1 offices to the bu shall be valid and bine and binding upon the tacked. Any.such..appc of the or 1y in the future with reipect to any bond or undertaking or may be revoked, for cause or without cause, by any gf>sald c Id its corporate seal #o be V V1fQ `STATE OF WISCON: COUNTY OF DANE` int ukin«�s;,'arid other.* appointee to have my may be affixed ring such facsimile rile signatures and ig obligatory in the ,y time."- to be..signed by of June, 1993. JION On the 1 st day of June, A.D.; 1993, before me `personally came George A. Fait, to me -known wl o betRg r me duly sworn, did depose and,aay. that .he resides in the .County. of Dane, State of Wisconsin, that ire is the esident of CAPITOL INDEMNITY `CO:RPORATION, the corporation described in and which executed 'the.above Instrument; that he knows the seal o€ the said. corporation; that the'seal affixed to said instrument Is such corporate seal;:that it was so affixed by order of the Board of Directors. of ;;old corporation and that he signed /hls�nanie thereto by tike order. STATE OF WISCONSIN 1 l COUNTY OF.DANE! meow ACORN....... ik-ociucER -(972)918-9800 FAX (972)918-99S8 r-cDonald &*Company, Inc. 2225 Greenville Ave. Suite 330 �allas, TX 75243-9334 Lutn: lane M. Harrell Ext: - ..................... . ... ..... ..... 1. ... . ... ...... .......... ... . I . . ...... .... .......... . rrURED Automated Controls Raymond D & Emi al Douglas Dba 111 N.E. 14th Street Lamesa, TX 79331-9503 iiAiii"VDWYYI LO/21/1998 THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION 6NLVAMO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ................... Fin*-' -I- "n- o", f - 'A' , e* ... ri, c- a- Z * C -A, COMPANY A ........... .... . . . .... . ..... .. . ........ ... . ..... ... . . . .......... ....... . . . COMPANY COMPANY C . . ..... ....... . .. ... ... ................ ..... .. ........ . ......... COMPANY DESCRIPTION OF OPERATIONSILOCATION3/VEHICLEStSPECLAL ITEMS Waiver of Subrogration added in favor of City of Lubbock. SHOULD ANY OF THE ABOVE DESCRIOEO POLICIES BE CAMCM-LED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 625 13th Street 30 dAYSINRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE IJEFT, Lubbock, TX 79401 OUT FAILURE TO MAIL SUCH NOTICE SHAD. IMPOSE NO ODUGATION OR LIABILITY Of ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATNE-S. AUTHORIZED REPRESENTATIVE R. Dale Appleby ..7 THIS�IS TO CERTIFY THAT THE POLKMES OF INSURANCE LISTED BELOW HAVE 6EEN ISSUED TO THE INSURED NAMm ABOVE FOR THE POLICY PERI00 INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERMOR CONDITIONTOR OTHER OOCUMEM' WITH RESPECT TO WHICH TT11S AFFORDCRIBED I1EREIN NCE CERTiFlCATE MAY BE 155UED OR MAY PERTAIN, THE IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDiTIONt OF SUCH LMI9T5 HOWN PAID CLAIMS. ...... . .................. ........ ....... ......... ... . ......................... CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY 67FECTME POLICY EXPIRATION:: DATE(MM10DtM DATE (MMOOrM LIMITS LIABILITY GENERAL AGGREGATE S .!�ZTORAL .............................................. ....................................... COMMERCIAL GENERAL LIABILITY ;CLAIMS MADE OCCURP&MISIAL PRODUCTS - COMPIOP AGG S ............................................. 4 ADV INJURY 5 .............................................. ...................................... OWNER'S L CONTRACTOR'S PROT: EACH OCCURRENCE 3 . . . ................ ......... ........ — .. . ..... ':FIRE DAMAGE (Anyone (Ire) :S ............................ ........................... ........... ...... .......... ..................................... MED EXP (Any one Person) AUTOMOBILELWOILITY COMBINED SINGLE LIMIT S ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Pei penson) HIRED AUTOS BODILY INJURY S NON -OWNED AUTOS ...................... . ... ...................... PROPERTY DAMAGE 5 L lj��AGC LIA151UTY AUTO ONLY - EA ACCIDENT S ......................................... ANY AUTO OTHER THAN Aura ONLY' EACH ACCIDENT 5............. ........ ... ...... . .. . . . .......................... AGGREGATES EXCESS LIABILITY EACH OCCURRENCE S ....................................................................................... UMBRELLA FORM S t OTHER THANUMBRELLAFORM . ........... .......................... WORKERS COMPENSATION AND WC 6TATU- i —OTM. ;,!!,,:.TORY LIMITS EMPLOYERS V IBIIY WC000298 07/25/1998 07/25/1999 .;.... :Q F.A. C..4 A..C.C..ID...E..NT...S 1000, 000 .................................................. ..................... ......................... MPROPRIETOR! : 7A PTNERStExEcvnvE EL DISEASE - POLICY U TT S 1,000,000 OFFICERS ARE: X EXCL EL DISEASE - EA EMPLOYEE S 1,000,7 OTHat DESCRIPTION OF OPERATIONSILOCATION3/VEHICLEStSPECLAL ITEMS Waiver of Subrogration added in favor of City of Lubbock. SHOULD ANY OF THE ABOVE DESCRIOEO POLICIES BE CAMCM-LED BEFORE THE City of Lubbock EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 625 13th Street 30 dAYSINRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE IJEFT, Lubbock, TX 79401 OUT FAILURE TO MAIL SUCH NOTICE SHAD. IMPOSE NO ODUGATION OR LIABILITY Of ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATNE-S. AUTHORIZED REPRESENTATIVE R. Dale Appleby ..7 �•• NOV 13 '98 02:46PM AUTOMATED cogrROLS � e069'72541 4 Nov -13-98 03s08p Malcolm Harp Ins Hair -014. liF.$ ;-nturance =09 goucb Auxtia7g351- Lanesa. Toxes . Autouated Contrcl& RA 02, Sox 12 79331 Lama9a, Texan P.2 p.01 • , •: TI-t3�9B - f1U� �pnT iLBCf.DIlT1M1C�A tiDL�a�TMOr "Tri mwl"L"Lm. ��po �L�l11 T11E C9YEAAM Affbf* �Q 0I www. COMPANIES AFFORDING COVERAGE �� A Trinity Vniv"Ani Insurance COMP comp"YLerma a tM w TO Crc TiFT TA T �' ! 0/ MilllltlAN� %MTio S=W NAVE iEEN INWEOTO THk IN4NIIEd Ni {IED HOVE OM THE CH it 1l PLftTQQ 11liCATED• t9 R NEro THN CbTtT1PIQAT a1,kt APFppDip RY THE ?OI.IGIS CetC+MD MER[1w Is iusJECT T4 ALR TiRlill, A7Ic tf OQ+b, Al1p I?I ► TF ANY uutow w t toNOma+oF �trnr CONTaAc� oa o1KeR COMMLi YT T AM �D 4w yAT t!LATAMI, IWAE Or $Lem f Rudd H• LIt81L1TY LIMITS 04 -- IN TiWSt@At.12i WE, ABGI rvpE or IMSIJt +f E POLICY NtAlABER 0►ft t l UGHIRAL LIA80-M �wEAvc IDN+ I A, modawrwTas r TFo ru CLA8294015-01 1-�7-98 1-27.99 �CAmpam D $1000 •C00 X tlRoollRSKo� Y (',pRIy1C1UA6 �PEMUFIiT c�11bICtORS y .&VAD fou PROPERTY aN 09PSO AL WURYSam S m� • Alrta110a� uAdilnr 1°°'4 amAL40 TCA9927Q41�05 1.21.98 1.27-99 "L, •+ A ALL OWNED AUTOS pw, FAM.1 �laulm flit OWNEI?' WTIX �t1r�PA5SN� ' mom AWTM 8 'wTas man sl i Q 0 o cw atm - 1-27-98 1•-g7-99 iUm%w$3.000 ., 05 I::295 :01VF 1pau WMTa<wpEH"'rm S ASE•PQL0 8 D S116EfAdiv '.uAE�TY t jtJlLT7.FlCJKT-- TCE QP E5Am0M51L0CATf0KwE9Em5 SC ateO'l i emaAE HOLDER is�SSOUX ASI V ADDITIONAL I1�,:4VR1 D A1�ti i7ITH A WAIYETL 0P City of L!tbbook, Texas POO 'C exaA: 79757 Lubbock. 11-13-98 :31 REC .$mW,D AWY OF TME "(W9 MCUP P== OE CNtCALL1;D 6lJvw- couppmy PMAT1d ATL . � litlTlCE O�TMEC3NT1FtCATF wNIAMA NAI. - Uta I Wig MrMTTETt LiArT. WT V IL{� TO IA" NoTIC�E f A A NO CM C!0 t 0 "T 1QM0'I�POH tM! PER"WATIVt WATT LVED FROM:886 872 3860 P•02 THE EX- VOA TG TTi THE i 7 7 CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate 'of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 2 7 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 (512)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 (ten) 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 (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services.0 r No Text r i CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 22nd day of October. 1998 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Automated Controls of the City of Lamesa, County of Dawson and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #98213 - FURNISH AND INSTALL MEDIUM VOLTAGE MOTOR CONTROLLERS - $ 106,765.00 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 r been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. Owner's Representative APPROVED AS TO FORM: r %_4,y, Ci y Attorney ATTEST: Corporate Secretary r CONTRACTOR: AUTOMATED CONTROLS COMPLETE ADDRESS: Automated Controls 111 N. E. 14th Street Lamesa, TX 79331 No Text r r 7 i GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, It shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit AUTOMATED CONTROLS who has agreed to perform the work embraced in this contract, 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, City of Lubbock, or its representative CURTIS MCDOLE, ELECTRICAL EQUIPMENT SPECIALIST, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required, "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall, mean approved by or acceptable or satisfactory to the Owner's Representative. 6, SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no r- responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated ! by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. B. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. r.. i r+� i 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the PW authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection ,.. by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the worts. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all I modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF 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 Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public . observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use'shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation 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 such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of.any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. i U ' Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance ! with the requirements of the contract documents. ... 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not r" in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such worts so that it shall be in full accordance with the contract documents. It is further agreed that any �,,.. remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 1 23. CHANGES AND ALTERATIONS PP", The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. )" 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and ,ow equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." 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 Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for 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)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents 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. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 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 its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. r r+ti r 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY r The Contractor -shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the �.., Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable d 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, Its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attomeys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its 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 its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether 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. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: a••• Premises and Operations Explosion & Collapse Hazard 7 7 Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $1,000.000.00 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 Injury/Property Damage, $1.000.000.00 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. Builder's Risk Insurance/installation floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% of the total contract price (100% 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 $0.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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 $500.000.00. 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 (TWCC-81, TWCC- 82, TWCC-83, 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 Section 0406.096, Texas Labor Code) - 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 8 ._ the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - I^'' 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 r 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. 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 Contractor's 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. 5. 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 prescribed 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 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; 0 (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 Coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the 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 (a) - (g), 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. 10 r-; (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. m The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) . If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project;. (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (i1 no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation Insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive Information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (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; 12 a FM (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i) -(viii), with the certificate of coverage to be provided to the person for whom they are providing services. r 29. DISABLED EMPLOYEES r p Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of �•1990, and agree not to discriminate against a qualified Individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN. AND f FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materiaimen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 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, in addition to any statutory retainage rights it may have, 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 w indebtedness. ( 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. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 tri► hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything ,•� herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. �, 13 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owners Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractors total compensation, the sum of $500.00 (FIVE 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 working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 y i 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. r 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing In this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an actor neglect of the Owner, Owner's Representative, employees of the T Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed d" waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the ,.. event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is �.., understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is I`"' 15 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 Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the. Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5%shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to. which said partial payment is attributable. 16 r" E' 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's l" Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's r.+ Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not A"" remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) 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, in the amount withheld, payment shall be made for amounts withheld because of them. "'" 17 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by.the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools; materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. Incase such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that 18 which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. 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. It is further agreed that this contract shall not be in effect until such bonds are so furnished. �"' 19 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 No Text Resolution No. 5121 March 14, 1996 Item #19 r RESOLUTION i . 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 further updated by Resolution No. 2502 enacted January 8, 1987; 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: j Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: Weekend and Holiday Rate s ' 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. iii Passed by the City Council this 14th ATTEST: f Betty M. Jdfinson, City Secretary APPROVED AS TO CONTENT: I Mary AndrYws, Managing Director of Human Resources APPROVED AS TO FORM: Hafold Willard; Assistant City Attorney HWAa/ccdocs/pubworks.res February 14, 1996 1) 1:1 I City of Lubbock Building Construction Trades Prevailing Rates Acoustical Ceiling Installer Air Conditioner Installer. Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Carpenter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Floor Installer Glazier Insulator-Pipinooiler 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 10.00 11.00 5.50 8.00 11.00 11.00 6.00 11.00 6.00 7.50 10.00 13.00 6.00 8.50 7.50 8.50 8.00 9.00 5.50 8.00 5.50 5.50 9.50 10.50 6.00 8.00 5.50 8.75 5.50 10.00 Paving and Highway Construction Prevailing Wage Rates Grafi 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 Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor Truck Driver -Light Truck Driver -Heavy Hourly Rate 6.00 5.50 7.35- 5.75 10.50 5.50 6.50 5.50 5.50 6.25 7.25 5.50 7.00 7.00 7.00 6.50 7.00 6.50 8.50 6.00 6.50 6.50 6.00 6.50 I*Lq:ll:jv q Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. No Text r CITY Of LUBBOCK MINIMUM SPECIFICATION " MEDIUM VOLTAGE MOTOR CONTROLLER GENERAL The intent of these specifications is to secure the services .of an-eleetrieal "contractor who will Ornish and install three ipedium voltage motor controllers, hereafter referred to as controllers. All equipment shall be furnished with all necessary hardware, software, and accessories toallow the unit(s) to .operate -as -specified after installation. No additional purchases shall be required to make the unit(s) operational as specified Each controller will have the same basic function, but will vary with respect to each individual motor. Therefore, special attention must be given to section four of these specifications. In any case, each controller must operate as intended for the motor it serves. Each srontroller shall be installedat 5102 -29th Drive, Lubbock, Tx. CURRENCY OF MODELS All equipment shall be new and shall be current -production models. Discontinued models and models about to be discontinued am not acceptable. All products shall be factory assembled and fully tested All three controllers shall be of the same manufacturer. PRODUCT INFORMATION The vendor shall submit detailed and illustrated descriptions, schematics, and drawings for eachproduct quoted PRODUCT DEMONSTRATION The City of Lubbock reserves the right to receive a demonstration of the product to verify that all specified criteria can be met. The City of Lubbock also reserves the right to reject any or all bids or accept the bid deemed most advantageous to the City of Lubbock 1' BID COMPLIANCE The vendor shall.comply with all specification requirements. Quotations shall be submitted on the City -of Lubbocrs specification forms. All items on the forms shall be addressed Airy exception to any specification or_rt-ofa specification shall be =Wandtxplauwd fully in the bid. Cltherwise,it is understood that all requirements will be met exactly as specified and any equipment received that does not meet the specification will be returned for full refund Quotations on items that do not meet the minimum specifications,for each type of equipment will not be considered unless those exceptions are thoroughly explained in the space provided. DOCUMPNTATION The vendor who is awarded the bid shall submit all original documentation on the product, lncbldinZ software, drawings, hard copies of programs, manuals, and programming parameters of the product. Copies of documentation instead of the originals are not acceptable. MOTOR CONTROLLER FOR MOTOR # 7-3 DESCRIrTION 1.0 Cabinet; 1.1. Shall be fif steel construction 1.2 Shall be rptedNEMAl with -gasket 1.3 Shall not exceed 34 inches in width to meet space requirements 1.4 Shall have removable stover plate at .top and bottom .to accept line, load, and mtrol w remnduits 1.5 Shall have base mounting sill channels with mounting holes and removable lifting means 1.6 Shallbe capable of withstanding vertical or horizontal lift without_sustaining damage to -the cabinet or any internal components with exception to improper or careless lifting techniques used by installer 1.7 Shall have mechanical and electrical interlocks installed in a manner that: a. Allows acpess to all compartments with disconnect in "open" -position b. Allows user access to low voltage compartment while denying access to any other compartment.withsiisc onnectin '.-closed--position 1.8 Paint finish shall be medium gray 1.9 Shall have removable_ covers on each end to allow access to._power bus for thepuxpose-of "ganging" twp or more controllers together 2 2.0 Exterior Components 2.1 Shall have external disconnect switch with locking, Mpabjhty in "open" position 2.2 Shall have a three position switch for "Hand -Off -Auto" operation 2.3 Shall have one -push-button each for start and stop operation 2.4 Shall have a red "run" indicator light to operate when run contactors are energized 2.5 Shall have. provision for top -mounted field discharge resistors 2.6 Shall have Multilin 269 Plus mounted in door of low voltage compartment 2.7 Shall have solid state watt-hour meter (GE model CR192) mounted in door of low voltage compartment 2.8 Shall have exciter field potentiometer mounted in door of low voltage compartment 3.0 Intgrior Components 3.1 Shall have autotransformer. A suitable for intended use on 350 HP synchronous motor B. protected with thermostat designed to open if autotrransformer becomes mrhea.ted 3.2 Shall haw test circuit plug with switching capability between normal and test mode 3.3 Shall have horizontal _power bus capable of supplying required load 3.4 Shall have copper ground bus of sufficient size for required load 3.5 Shall have non -load break isolation switch with visible blades and shutter mechanism 3.6 Shall have three current limiting power fuses 3.7 Shall have three current transformers 3.8 Shall have control circuit transformers with secondary voltage of 120 vac fused on primary and secondary.side 3.9 Shall not include solid state exciter. Exciter is furnished by owner 3.10 Multilin 269 Plus motor protection relay shall be installed for motor protection 3.11 GE CR192 solid state watt-hour meter shall be installed and shall have dry contact outputs _suitable for c onnection to SCADA system 3.12 Shall have field application and discharge contactor 3.13 Shall have.vacuum style 400 amp contactors 3.14 Shall have Multilin SPM synchronous motor -protection & control relay and be wired to the controller, Multilin 269 Plus, G.E. CR192, and MTM as required for proper operation of all components 3.15 Shall be supplied with necessary and properly sized field discharge resistors 3.16 Any electronic components contained in or added to this controller shall be compatible with the chanige in calendar from 1999 to 2000. There must be no disruption ofmnric e or ftmction of the controller upon the change of the millenium. 4.0 Application 4.1 Vendor shall ensure the controller will exactly match the following motor data: (a) 350 horsepower (b) Type AWB (d) 40o C Rise. (e) Power factor 1.0 (f) 2300 Volts (g) 69.5 Amps (h) 3 PH 60 Hz. (i) 1800 RPM 4.2 Exciter 4ata as follows: (a) DC generator (b) Frame EX65 (c) Shunt wound (d) 2 Kw (e) 16 AW (f) 125 volts DC full load 4.3 Controller shall comply with the National Electrical Code 5.0. ]j►'Iultilin 269 Pius Relay 5.1 Shall protect molorAgainst (a) motor ovorload (b) motor undercurrent (c) . ground Wt (d) voltage unbalance (e) stator overtemperature (f) mechanical Jam 5.2 Shall have current transformers that exactly match motor and controller requirements 5.3 Shall provide relay outputs, analog outputs, and spare input terminals. 5.4 Shall have a display for operator interface and fault diagnosis 5.5 Shall be installedwith drawout case option 5.6 Shall have communicationsport using Modbus RTU -protocol and have ability to interface with PLC's including: Modicon , GE Fanuc, Squre D, and Allen - Bradley. 5.7 Shall have MPM option for metering purposes. 5.8 Shall be appropriately wired between motor controller, MPM, SPM and G.E. 192 meter so as to require no further wiring or devices to ensureproper operation of motor, .controller, and metering. devices. 5.9 Shall be installed on low voltage compartment door with display facing out when door.is closed. 6.0 Multilin WM 6-1 Shall supplied with metering class CT's 6.2 Shall be wired to the Multilin 269 Plus so as to provide minimum required information (a) voltage on ab, bc, ac and average (b) ency (c) power factor with + or - lead/ lag indication (d) kw (e) kvar 6.3 Shall be mounted on inside of low voltage compartment door 4 i 7.0 r4ultilin SPM 7.1 Shall have display for operator interface 7.2 Shall be -supplied with a drawout case to allow removal without need to unwire device 7.3 Shall control field application 7.4 Shall display field current and field voltage 7.5 Shall providepull-ut.protection 7.6 Shall have input terminals for: (a) field voltage (b) exciter voltage (c) exciter current 8.0 Installation 8.1 The City wa.at it's zwnzxpense, anadditionto.the ng building -to-house-the new controllers under consideration. 8.2 It is recommended that all bidders visit the site with the City's staffed r1ectriGcians fora complete -overview of the installation requirements 8.3 It shall be the vendor's responsibility to perform all necessary research to -ensure that all components within the controller and all components which are added will: (a) be nearly installed (b) perform as desired using the furnished motor data 8.4 Vendor shall install controllers at address shown.above 8.5 Vendor shall install controllers in compliance with National Electrical Code and local ordinances 8.6 Vendor shall coordinate efforts with Citypersonnel to assure noninterruption of water _pumping .capabilities 8.7 Vendor shall leave existing controller for 7-3 in place and utilize it's interoir space for the termination of feeder conductors from the "load" side of the power fiises to the "line" side of the new controllers inside the new building addition. 8.8 Vendor shall allow City staff to remove any usable components from old controllers as the City's staff deem necessaryprior to disposal 8.9 Vendor shall install a housing of sufficient length, width, and height to enclose the existing conduits for the motor leads for 7-4 and 7-5 and join existing controller for 7-3. Upon completion of this installation, the exterior surface should be painted gray that should very closely match other motor controllers in the same area. The enclosure shall have a removeable top cover for access to qualified personnel. 8.11 Vendor shall lace two of the new controllers on the north wall of the new addition and facing south with 7-3 being placed on the west end and 7-4 next to 7-3 on the right side. These two controllers shall be ganged together using busbars of sufficient ampacity. 8.12 The controller for 7-5 shall be placed on the east end of the new building.addition facing west. The line bus for 7-5 shall be olectricallyjoined to the line bus from 7-4 using.eithera transition cabinet or conduit. 8.13 Vendor shall furnish any transition cabinets which may be required to_join the three controllers together in the new building. 8.14 Each motor feeder shall be installed in it's own conduit. The feeder conductors that supply power from the.existing 7-3 controller to the three new controllers shall be installed in a separate conduit. Each motor's exciter wiring shall have independant conduits. All conduits shall be grouped together, where possible. 8.15 Vendor shall furnish all wiring to complete the project, as designed 8.16 Vendor shall provide training to the owner's representative within 10 days of project completion - 8.17 Any damage to the building or any surrounding equipment shall be the responsibility of the vendor for repairs_ 8.18 All valve controls currently in.place witin the existing controllers shall be wired to the new controllQr so that the motor, controller, and valve maintain operation presently in place. 8.19 All existing terminations to theprogrammable logic controller, valves, flowmeters, SCADA systqm, or any other peripheral device shall be reterminated in the new controllers. 8.20 Vendor shall maintain security of the building, insuring that the building and fence around the perimeter be locked at the end of each day that installation is in progress. 8.21 Vendor shall thoroughly clean the area of all debris andparts upon completion of thepn jest. 9.0 Drawings and Books 9.1 Vendor shall furnish owner with five copies of all O&M manuals, as built drawings -and schematics for each controller ( one copy shall be on CD ROM) 9.2 Vendor shall furnish five copies of -each of theO&M manuals .and drawings of added components (for example, Multilin, GE CRI 92, MPM, SPM and etc.) Only five for each component will be_required,_not for.each cnntroller:_one-of_Which shallbe onACDRAM available. 10.0 Spare parts 10.1 Vendor shall furnish three additional power fuses for each controller in addition to those .requiresi for startup 10.2 Vendor shall furnish one complete set of fuses for all control transformers, control circuits, and etc. for eachcontroller.'This requirement is in addition to the fuses required for initial startup 10.3 Vendor shall furnish one set of any tools required for maintaining or adjustin-g the gap setting pn the contactor vacuum bottles for each controller 10.4 Vendor shall furnish a listing of manufacturer's recommended spare parts including model numbers and the distributor who furnishes these parts. M PW i CITY OF-UBBOCK MINIMUM SPECIFICATION MEDIUM N(OLTAGE MOTOR CONTROLLER GENER#L The intent of these specifications is to swvc. the services. of -an electrical -contractor who will furnish. and install three mediumvoltage motor controllers,hereafter referredto as controllers.. All .eWipment shall be. furnished with all necessary hardware, software, and accessories to allow the unit(s) to operate as.sp =fieri after installat(on. No additional purchases shall be reqdred to make the unit(s) operational as specified Each controller will have the same basic function, but will vary with respect,W cath individual motor. Therefore, special attention must be given to section four cir these specifications. In any case,.each controller must operate as intended for the motor it serves. Each controller shall be installed. at 5102- 29th Drive, Lubbock, Tx. CURRENCY OF MODELS All equipment shall be new and shall be -c=urrent production models. Discontinued modelsand models about to be discontinued are. not acceptable, All products shall be factory assembled and fully tested All three controllers shall be of the same manufacturer. PRODUgT INFORMATION The vendor shall submit Retailed. and ilhmtraLed descriptions, schematics, and -drawings for eachproduct quota PRODUCT DEMONSTRATION The City of Lqbbock reserves the right to receive a demonstration of the product to verify that all specified criteria can be met. The City -of Lubbock also reserves the right to rrject any.or.allbids or.acoept-thebid deemed most advantageous to the City of Lubbock. r BID COMPLIANCE The vendor shall comply with all specification requirements. Quotations shall be submitted on the City of Lubbock's specification forms. All items on the forms shall be addressed. Any exception to any specification orpart of a specification shall be cited and explained fully in the.bid. Otherwise, itis understood that all requirements will be met exactly as specified and any equipment received that does not meet the specification will be returned for full refund.. Quotations on items that sio not meet the minimum %xcifications- for each type of equipment will not be considered unless those exceptions are thoroughly explained in the space provided. DOCUMENTATION The vendor who is awarded the bid shall submit all original documentation on theproduct including software, drawings, hard copies of programs, manuals, and programming parameters of the product. Copies of documentation instead of the originals are not acceptable. MOTOIr OONTROEEER-FOR MOTOR it 7-4 DESCRIPTION 1.0 Cabinet: 1.1. Shall be @f steel construction 1.2 Shall be rated NEMA 1 with gasket . 1.3 Shall not exceed 34 inches in width to meet space requirements 1.4 Shall have removable cover plate at top and bottom to accept line, load, and control wire conduits 1.5 Shall have, base mounting sill channels with mounting holes and removable lifting means 1.6 Shall be capably of withstanding vertical or horizontal lift without sustaining damage to the cabinet or any internal components with exception to improper or careless lifting techniques used by installer 1.7 Shall have mechanical and electrical interlocks installed in a manner that: a. Allows access to all compartments with disconnect in.".open", .position b. Allows user access to low voltage compartment while denying access to any other compartment with disconnect in "closed"position 1.8 Paint finikU shall be medium gray 1.9 Shall have removable covers on each end to .allow access to power bus for the purpose of "ganging" twp or more controllers together i 2.0 Extiprior Components 2.1 Shall have external disconnect switch with locking capability in "o..pen"_position 2.2 Shall have a three position -switch for."Hand-Off-Auto" operation 2.3 Shall have one push-button each for start and stop operation 2.4 Shall ha%a red. "run" indicator_light to operate.when run contactors am energized. 2.5 Shall have provision for tokmounted field discharge resistors 2.6 Shall havg. Multilin 269 plus mounted in door of lowvoltage compartment. 2.7 Shall have solid state watt-hour meter (GE model CR192) mounted in door of low voltage comparUgent 2.8 Shall have exciter field potentiometer mounted in door of low voltage compartment 3.0 Interior Components 3.1 Shall have autotransformer. A. suitable for'intendeduse.on300-BP synchronous motor B. protected with thermostat designed to open if autotransformer becomes overheated 3.2 Shall havv. test circuit plug.with switching capability between normal and test mode 3.3 Shall have horizontal power bus capable of supplying required load 3.4 Shall have copper. groundbus of sufficient rAze for requiredload 3.5 Shall have non -load break isolation switch with visible blades and shutter mechanism 3.6 Shall have Om currentlimiting power fuses 3.7 Shall have three current transformers 3.8 Shall haw. control circuit transformers with secondary voltage of 120 vac fused on primary and secondary side 3.9 Shall not include solid state exciter_ Exciter.is. furnished by flamer 3.10 Multilin g69 Plus motor protection relay shall be installed for motor protection 3.11 GE CR192 solid state watt-hour meter shall be installed and shall have dry contact outputs suitablq-for c onnection to SCADA system 3.12 Shall have field application and discharge contactor 3.13 Shall haye vacuum style 400 amp contactors 3.14 Shall have Multilin. SPM synchronous motorprotection & control wlayand be wired to the controller, Multilin 269 Plus, G.E. CR192, and MTM as required for proper operation of all components 3.15 Shall be supplied with necessary and properly sized field discharge resistors 3.16 Any electronic -components, contained in or added to this controllershall be compatible. with the change in calendar from 1999 to 2000. There must be disruption of service or "on of the controller upon the change of the millenium. 4.0 Application 4.1 Vendor shall ensure the controller will sxactly match the following motor data: (a) 500 horsepower (b) Type F/A (d) 40o C R* (e) Power factyr 1.0 .. (f) 2300 Volts (g) 97.7 (h) 3 PH� (i) 1200 RPM k 3 4.2 Exciter dVta.as follows: (a) DC generator (b) Frame 28+- (c) 8¢(c) Shunt wound (d) 3 Kw (e) 24 AMP (f) 125 vo#s. DC full load. 4.3 Controller shall comply with the National Electrical Code 5.0. *ultilin 269 Plus Relay 5.1 Shall protect motor -against.: (a) motor overload. (b) motor undercurrent (c) ground fault (d) voltage unbalance (e) stator o�re�temperature. (f) mechanicaljam 5.2 Shall have current transformers that exactly match motor and controller requirements 5.3 Shall prwdde relay outputs, analog outputs, and spare input terminals. 5.4 Shall haven display for operator interface and fault diagnosis 5.5 Shall be installed with drawout case option 5.6 Shall have communications portiising Modbus RTUprotocol andhave ability to interface with PL(rs including Modicon , GE Fanuc, Squre D, and Allen - Bradley. 5.7 Shall have W -M option for metering purposes. 5.8 Shall be appropriately wired between motor controller, MPM, SPM and G.E. 192 meter so as to require no further wiring or devices .to ensure proper operation of motor, controller, and metering devices. 5.9 Shall be installed on low voltage compartment door with displayiacing.out when door is clTe& 6.0 Multilin MPM 6.1 Shall be qupplied with metering class CT's 6.2 Shall be "-to-the Multilin 269 Plus sons to provide minimum required information: (a) voltage on ekbc,.ac and average (b)frequency (c) power factor with + or - lead/ lag indication (d)' (e) kvar 6.3 Shall be mounted on inside of low voltage compartment door 4 7.0 bpitilin SPM 7.1 Shall have display for operator interface 7.2 Shall be supplied with a drawout case to allow removal without need to unwire device 7.3 Shall control field application 7.4 Shall display field current and field voltage 7.5 Shall provide.pull-oui protection 7.6 Shall have input terminals for:. (a) field voltage (b) exciter voltage (c) exciter current 8.0 . Installation 8.1 The City will, at it's own expense, construct an addition to the existing building to house the new controllers under consideration. 8.2 It is recommended that all bidders visit the site with the City's staffed electricians for a complete overview of the -installation requirements 8.3 It shall be the vendor's responsibility to perform all necessary research to ensure that all components within the controller and.all components which are added will: (a) be neatly installed (b) perfopn as desired us ng.the iurnislied motor luta 8.4 Vendor shall install controllers at address shown above 8.5 Vendor shall install controllersin compliance with National Electrical Code and local ordinances 8.6 Vendor shall coordinate efforts with City personnel to assure noninterrtion of water pumping capabilities 8.7 Vendor shall le ave existing controller for 7-3 in place and utilize it's interoir space for the termination ofrfeeder conductors from the "load." side of the power fuses to the "line" side of the new contmllers inside the new building addition. 8.8 Vendor Oall allow City staff to remove any usable components from old controllers as the City's staff deem necessary prior to disposal 8.9 Vendor s)>all install a housing of sufficient length, width, and height to enclose the existing conduits for they notor leads for 7-4 and 7-5 and join existing controller for 7-3. Upon completion of lm installation, the exterior surface should be painted gray that should very closely match other motor controllers in the same area. The enclosum shall have a rernovmble top cover for access to qualified personnel. 8.11 Vendor shall Place two of the new controllers on the north wall of she new addition and Wing south with 7-3 being.placed on the west end and 7-4 next to 7-3 on the right side. These two -controllers shall be-gan-god Nether using busbars of sufficient ampacity 8.12 The con roller for 7-5 shall be placed on the east end of the new building addition facing west. Thelinc bus for 7-5 shall be electricallyjoined to the line bus.from 7-4 using either a transition cabinet or conduit. 8.13 Vendor shall.fiuvish any transition cabinets which may be required.to join the three controllers together in the new building. 8.14 Each motor fcp&r shall be installed in it's own conduit. The feedermnductors that supply power from tlw existing 7-3 controller to the three new controllers shall be installed in a separate conduit Each motor's exciter wiring shall have independant conduits, All Donduits shall be grouped together, where possible. 8.15 Vendor shall furnish all wiring to complete the project, as designed r., 8.16 Vendor shall provide training to the owner's representative within 10 days of project completion. 8.17 Any damage to the building or any surrounding equipment shall be the responsibility of the vendor for repairs. 8.18 All valve cont;:ols currently in }dace witin-the.existing-controllers shall be wired to the new controller so that the motor, controller, and valve maintain operation presently in place. 8.19 All existing terminations to the programmable logic controller, valves, flowmeters, SCADA system, or any other peripheral device shall be reterminaated in the new controllers. 8.20 Vendor shall maintain security of the building, insuring thatbe.building and fence around the perimeter be locked at the end of each day that installation is in progress. 8.21 Vendor shall thoroughly clean the area of all debris and parts upon -completion of .the project. 9.0 Drawings and Books 9.1 Vendor shall furnish owner with five copies of all O&M manuals, as built drawings and schematics for each controller (onecopy shall be-on.CD ROM) 9.2 Vendor shall furnish five copies of each of theO&M manuals. and drawings of added components (for•example, Multilin,.GE.CR192, MPM, SPM and etc.) Only five for each component will be required, not for each. controller: one of which shall be on CD ROM if available. 10.0 Spare parts 10.1 Vendor shall furnish three additional power fuses for each controller -in -addition to those required for startup 10.2 Vendor shall furnish one complete set of fuses for all control transformers, control circuits, and etc. for eachcontroller. This requirement is in addition to the fuses required for initial startuP 10.3 Vendor shall furnish one set of any tools required for maintaining or adjusting the gap setting gn the contactor vacuum bottles for each controller 10.4 Vendor shall furnish a. listing of manufacturer's recommended spare mrts.including model numbers and the distributor who furnishes these parts. 6 CITY OF: LAJ88OCK MINIMUM SPECIFICATION MEDIUM yOCTA-GE MOTOR -CONTROLLER GENER�L The intent of these specifications -is to secure she servicres.of.an electrical .contractor who will filmishand install three medium voltage motor controllers, hereafter referred to as controllers. All equipment shall be furnished with all necessary hardware,. software, andarcessories to allow the-unit(s) to operate as specified after installatpn. No additional purchases shall be required to make the unit(s) operational as specified. Each controller will have the same basic function, but will vary with respect.to.tach individual motor. Therefore, special attention must be given to section four of these specifications. In any case, each controller must operate as intended for she motor it serves. Each controller shall be installed at 51Q2- 29th , Lubbock, Tx. CURRENCY OF MODELS All equipment shall be new and shall be current production models. Discontinued models and models .abut to be -discontinued are not acceptable. All products shall be factory assembled and fully tested All three controllers shall be of the same manufacturer. PRODUgT INFORMATION The vendor shall submit detailed and illustrated descriptions, schematics, and drawings for each -product quoted PRODUCT DEMONSTRATION The City of Lgbbock reserves the right to receive a demonstration of the product to verify that all specified criteria can be met. The City of Lubbock also reserves the right to reject any or all bids- or accept the bid deemed most fdvantageous to the City of Lubbock BID COMPLIANCE The vendor shall -comply with A specificatimroquirements. .Quotations shall be submitted nn. the City; -of Lubbock's spgcification forms. All items on the forms shall be addressed Any exception to any specification ogmd.ofaspe ificationshallbe-Lited,and tplainedfulI inxhebid. Otherwise, -it -is understood that all requirements will be met exactly as specified and any equipment received that does not meet the specification will be returned for full refimd. Quotations on items lhat-do_not meet the minimum sl=Mcations for each type of equipment will not be considered unless those exceptions are thoroughly explained in the space provided. DOCUMENTATION The vendor whpis awarded the bid shall submit all original documentation.nn.the product, including software, draw!ngs, hard copies of programs, manuals, and programming parameters of the product. Copies of documentation instead of the originals are not acceptable. MOTOR-CONTROLLER-'ORMOTOR # 7-5 DESCRIIPTION 1.0 Cabinet; 1.1. Shall be of steel construction 1.2 Shall be ra,WNEMA I with -gasket 1.3 Shall not fxceed 34 inches in width to meet space requirements 1.4 Shall have removabl mver plate at lop and bottom to accept line, load, andnontrol wire conduits 1.5 Shall havq base mounting sill channels with mounting holes and removable lifting means 1.6 Shall be capable of withstanding vertical or horizontal lift without sustaining damage to the cabinet or any interval components with exception to improper or careless lifting techniques used by installer 1.7 Shall havf mechanical and electrical interlocks installed in a manner that: a. Allows acFessio all comprtmentc w•hrn.open position b. Allows user access to low voltage compartment while denying access to any other compartment with. disconnect in "olosed'_pnsition 1.8 Paint finigh shall be medium gray 1.9 Shall have removable stovers on each end to allow access to power bus -for -the purpose of "ganging" two or more controllers together 2.0 3.0 4.0 Eztfrior Components 2.1 Shall have external Asc onnent switch with Wdrigmprability in "open" -position 2.2 Shall havf a three position switch for "Hand -Off -Auto" operation 2.3 Shall have one }gush -button tach. for start. and stop operation 2.4 Shall havq.a red. "run" indicator light.to operate when run contactors are energized. 2.5 Shall have,.pmslision forsnp-mountedfield-discharge resissars . 2.6 Shall havj Multilin 269 Plus mounted in door of low voltage compartment 2.7 Shall have solid state watt-hour meter. (GE model CR192) mounted in door.of low voltage com"em 2.8 Shall have exciter field potentiometer mounted in door of low voltage compartment Interior Components 3.1 Shall have rmer: A. suitable for intended use on 700 HP synchronous motor B. protected with thermostat designed to open if autotransformer becomes overheated 3.2 Shall ",test circuit plug with switching capability between normal and test mode 3.3 Shall have horizontal powerbus.capableofsupplying =dre iload 3 4 _Shall haw copper groundbus of sufficient size for required load 3.5 Shall have -ton load break isolationswiWh with visible blades and shutter mechanism 3.6 Shall havf three current limiting power fuses 3.7 Shall have three.current transformers 3.8 Shall havF control circuit transformers with secondary voltage of 120 vac fused on primary and seoondarXside 3.9 Shall not include solid state exciter. Exciter is furnished by owner 3.10 Multilin g69 Plus motor protection relay shall be installed for motor protection 3.11 GE CR192 solid state watt-hour meter shall be installed and shall have dry contact outputs _suitablofor c onnection to SCADA system 3.12 Shall have field application and discharge contactor 3.13 Shall have vacuum style 400 amp contactors 3.14 Shall have Multilin SPM synchronous motor -protection & control relay and be wired to the controller, Mgltilin 269 -Mus, GE. CR192, andlVd M as required for proper operation of all components 3.15 Shall be died with nec essary.and4noperlyAzed fieldAischarge_registon 3.16 Any electronic component contained in or added to this controller shall be compatible with the changein-calendarfmm 1999 to2000. There must b.- noAisruption.ofservaee or function of the controller upon the change in millenium. Application 4.1 Vendor shall ensure the controller will exactly match the following motor data: (a) 700 horsepower.. (b) Type RAM (d) 40o C Rise (e) Power factor LO (f) 2300 Volts. - (g) 136.8 (h) 3 PH 6� (i) 1200 RPM 4.2 Exciter 44ta as follows: (a) DC generator (b) Frame 324 (c) Shunt woupd. - (d) 5 Kw (e) 40 AW (f) 125 votts DC full load 4.3 Controller shall comply with the National Electrical Code 5.0. Vulti in 269 Plus Relay 5.1 Shall protect tnotoragainst (a) motor ovcfload (b) motor und�Current (c) .groundfaplt (d) voltage un0alance (e) stator overtemperature (f) mechanicaljam- 5.2 Shall have current transformers that exactly match motor and controller requirements 5.3 Shall provide relay outputs, analog outputs, and spare input terminals. 5.4 Shall have a display for operator interface and fault diagnosis 5.5 Shall be ipstalled with drawout case option 5.6 Shall have communications port using Modbus RTU protocol and have ability to interface .with PLVs including :.Modicon, 'GE Fanuc, gqure-D, and Allen - Bradley. 5.7 Shall have MPM option for meteringpnposes. 5.8 Shall be appropriately wiredbetween motor controller, NM SPM and G.E. 192 meter so as to require no further wiring or devices to ensureproper operation pf motor, controller, and metering devices. 5.9 Shall be installed on low voltageAompartmentidoor.with display facing -out whenAioor is clofed. 6.0 Multilin MPM 6.1. Shall be4upplied with.metenng class CT's 6.2 Shall be wired to the Multilin 269 Plus so as to -provide minimum required information (a) voltage on ab, bc, ac and average (b) frequency (c) power factor with +.or-.lead/.lag indication (d) kw (e) kvar 6.3 Shall be mounted on inside of low voltage compartment door 4 7.0 r4ultilin SPM 7.1 Shall have, .display -for .operator.intesface 7.2 Shah be sppphed with a drawout case to allow removal without need to unwire device 7.3 Shall conVdIiieldapplication 7.4 Shall display field current and field voltage 7.5 Shall pray 4=11-outpmtection 7.6 Shall "input terminals for: (a) field vol ' (b) exciter voyage (c) exciter current 8.0 Installation 8.1 The City will,-at4t's -addition-tothe existing4mfldiiW-W4i use -the new contrqucrs under consideration. 8.2 It is recommended that all bidders visit the site with the City's staffed-clectricians fora complete overview of the installation requirements 8.3 It shall be the vendor's responsibility to perform all necessary research to ensure that all component$ within the controller and all components which are added will: (a) be neatly installed ib) -perform as desired using the furnished motor data 8.4 Vendor shall install eor&ollers at address shown above 8.5 Vendor shall install controllers in compliance with National Electrical Code and local ordinances. 8.6 Vendor shall coordinate efforts with Citypersonnel to assure noninterruption of water pimping capabilities 8.7 Vendor shall leave existing controller for 7-3 in place and utilize it's interoir space for the termination of feeder conductors from the "load" side of the power fuses to the tine" side of the new controllers inside the new building addition. 8.8 Vendor spall allow City staff to remove any usable components from old controllers as the City's staff deem necessary prior to disposal 8.9 Vendor ghall install ahousmg of suf'icientlengih, width, and -height to enclose the existing conduits for the motor leads for 7-4 and 7-5 and join existing controller for 7-3. Upon completion of AlsImstallation, the exterior surface shouildbe painted gray that should very closely match other motor controllers in the same area. The enclosure shall have a removeable top coverTor access to qualified personnel. 8.11 Vendor shall place two of the new controllers on the north wall of the new addition and -facing south _with -7 3 being placed on the west endand-7-4next to 7-3 on Me fight side. These two controllers shall be -ganged together using busbars of sufficient ampacity. 8.12 The controller for- 7=5 slug be placed on the east end oTfW new building addition facing. west The line bus for 7:5 shall.beelectrically joined_to the line bus from 7-4 using tither a transition cabinet or•conduit, 8.13 Vendor shall furnish any transition cabinets which may be required to join the three i controllers together in: thenewhu-ilding. 8.14 Each motor feeder shall be installed in it's own conduit. The feeder conductors that supply pourerfrom th existing? 3 controller to the three new controllers shall beimstalled in a separate conduit. Each motor's exciter wiring shall have mdependant conduits. All conduits shall be grouped together, where possible. 8.15 Vendor shall furnish all wiring to complete the project, as designed. 5 i i" 8.16 Vendor shall provide training to the owner's representative within 10 days of-project - completion. 8.17 Any damage to the building or any surrounding equipment shall be the responsibility of the vgndor for repairs. 8.18 All valve controls currently in.place witin the existing controllers shall be wired to the - - ncw=ntrvlleF so That the motor, controller, and valve maintain operation presently in place. 8.19 All existing terminations-to-the pragrammablelogic Controller, valves,ibumeters, SCADA system, or any other peripheral device shall be retenminated in the new controllers. 8.20 Vendor shall maintain security of the building, insuring that the building and fence around Oe perimeter-belocked at the end oTeach day thatinstallation is in progress. 8.21 Vendor shall thoroughly clean the area of all debris andparts upon completion of project. 9.0 Drawings and Books 9.1 Vendor" furnish owner with five.copies-ofall O&M manuals, as builtArawings.and schematics for each controller ( one copy shall be on CD ROM) 9.2 Vendor shall furnish iveeopies.of .each of theO&M.mannalc and drawings.of added components (for example, Multilin, GE CR192, MPM, SPM and etc.) Only five for each component will be n=uired,-noifornachCon miler one of whichshallbe_on.CDROM if available. 10.0 Spare parts , 10.1 Vendor shall furnish three additional power fuses for each controller in addition to those required for startup 10.2 Vendor shall furnish one complete set of fuses for all control transformers, control circuits, and etc. for eachcontroller.–fins regWrementis in addition to the fuses reginred for initial startup 10.3 Vendor shall furnish .oneaetnfmW tools required -for maain ainin-or-justingthe-gap setting -qn the contactor vacuum bottles for each controller 10.4 Vendor shall fumishalisting.of,nan of -manufacturer's including._recommended.aparelrarts.model numbers and �e distributor who furnishes these parts. 6