Loading...
HomeMy WebLinkAboutResolution - 3862 - Contract-Tusha Buildings-LP&L South Substation Equipment Building, 10602 Indiana - 04/09/1992Resolution No. 3862 April 9, 1992 Item #37 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Tusha Buildings to furnish and install a pre-engineered metal building for an LP&L South Substation located at 10602 Indiana Avenue, attached herewith, which shall be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 9th day of April , 1992. ATTEST: Ria ete oy, ry APPROVED S TO CONTENT: \ ene a urc asinManager APPROVED AS TO FORM: YVll4.M M. I"@.V aV\., City Attorney DGV:js/TUSUBLD.RES/D1-Agenda rst Ass CITY OF LUBBOCK SPECIFICATIONS FOR LP&L SOUTH SUBSTATION EQUIPMENT BUILDING BID # 11862 CITY OF LUBBOCK Lubbock, Texas is am ON City of Lubbock P.O. Box 2000 Lubbock, Texes 79457 606-767-2167 BID #11862 ADDENDUM #1 Office of Purchasing MAILED TO VENDOR: March 13, 1992 OLD CLOSE DATE: March 19, 1992 at 2:00 P.M. NEW CLOSE DATE: March 26, 1992 at 2:00 P.M. Please modify or amend Contract Documents as follows: 1) Due to the additional time required for concrete engineering please change the closing date from Thursday, March 19, 1992 at 2:00 P.M. to the new closing date of Thursday, March 26, 1992 at 2:00 P.M. Thank you, Ron Shuffield Buyer PLEASE RETURN ONE COPY WITH YOUR BID. BID #11862 Office of Purchasing MAILED TO VENDOR: March 19, 1992 CLOSE: March 26, 1992 @ 2:00 P.M. } ADDENDUM #2 Please modify or amend Contract Documents as follows: 1. In the specifications, Paragraph 2.01, Metal Building System, note that i' the panel and roof gauges quoted are minimum thickness. If heavier t gauge materials are required to achieve the required wind loads or to obtain compliance with UL -90, then those heavier materials shall -be �.. used. i 2. In the specifications, Paragraph 2.01, Metal Building System, add the following sentence to the third paragraph: Wall panels shall be of an interlocking, concealed fastener design. 3. In the specifications, Paragraph 2.01, Metal Building System, note that panel finishes other than epoxy coatings are acceptable provided these .. finishes carry a 20 year warranty. =4. Replace Sheet 3 of the drawings, with the attached Sheet 3, Rev.l. Note that a typical footing for the building structural columns has been shown. The number and locations of these footings will be dictated by the building manufacturer's design. 5. On the drawings, Sheet 1, note that dimensions of the building are based on interior space requirements. Exterior dimensions shall be as required by the building manufacturer's wall panel design. Interior dimensions are shown from finished interior wall panel to finished interior wall panel. Structural columns may protrude into the interior space beyond this finished wall line. TH K YOU Ron ShuffieOd. CITY OF LUBBOCK PLEASE RETURN ONE COPY WITH YOUR BID City of Lubbock P.O. Box 2000 .. Lubbock, Texas 79457 r 1: 606-767-2167 BID #11862 Office of Purchasing MAILED TO VENDOR: March 19, 1992 CLOSE: March 26, 1992 @ 2:00 P.M. } ADDENDUM #2 Please modify or amend Contract Documents as follows: 1. In the specifications, Paragraph 2.01, Metal Building System, note that i' the panel and roof gauges quoted are minimum thickness. If heavier t gauge materials are required to achieve the required wind loads or to obtain compliance with UL -90, then those heavier materials shall -be �.. used. i 2. In the specifications, Paragraph 2.01, Metal Building System, add the following sentence to the third paragraph: Wall panels shall be of an interlocking, concealed fastener design. 3. In the specifications, Paragraph 2.01, Metal Building System, note that panel finishes other than epoxy coatings are acceptable provided these .. finishes carry a 20 year warranty. =4. Replace Sheet 3 of the drawings, with the attached Sheet 3, Rev.l. Note that a typical footing for the building structural columns has been shown. The number and locations of these footings will be dictated by the building manufacturer's design. 5. On the drawings, Sheet 1, note that dimensions of the building are based on interior space requirements. Exterior dimensions shall be as required by the building manufacturer's wall panel design. Interior dimensions are shown from finished interior wall panel to finished interior wall panel. Structural columns may protrude into the interior space beyond this finished wall line. TH K YOU Ron ShuffieOd. CITY OF LUBBOCK PLEASE RETURN ONE COPY WITH YOUR BID CITY OF LUBBOCK SPECIFICATIONS for TITLE: LP&L SOUTH SUBSTATION EQUIPMENT BUILDING ADDRESS: 107TH ST. & INDIANA BID NUMBER: 11862 PROJECT NUMBER: 2115-554190-9639 CONTRACT PREPARED BY: Purchasing Department -1- 0 (THIS PAGE LEFT BLANK INTENTIONALLY) r INDEX 7 t PAGE 1. NOTICE TO BIDDERS .......................................................................................3 GENERAL INSTRUCTIONS i2. TO BIDDERS ............................................................................5 3. BID PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................10 4. PAYMENT BOND..............................................................................................14 5. PERFORMANCE BOND..........................................................................................17 6. CERTIFICATE OF INSURANCE ..................................................................................20 7. CONTRACT.......... 8. GENERAL CONDITIONS OF THE AGREEMENT............................................:..........................24 ' 9. CURRENT WAGE DETERMINATIONS...............................................................................42 r+ 10. SPECIFICATIONS............................................................................................43 l11. SPECIAL CONDITIONS........... ...................................................... .......................44 12. NOTICE OF ACCEPTANCE......................................................................................45 i r' L, 7 i. L , Flo t i i•" -2- No Text NOTICE TO BIDDERS (THIS PAGE LEFT BLANK INTENTIONALLY) I r r' NOTICE TO BIDDERS BID # 11862 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, wilt be received at the office of the Purchasing Manager, 1625 13th St., Roan L-04, Lubbock, Texas, 79401, until 2:00 o'clock P.m. on the 19th day of March 1992 or as changed by the issuance of format addenda to all planholders, to furnish alt labor and materials and perform all work for the construction of the following described project: LP&L SOUTH SUBSTATION EQUIPMENT BUILDING After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of Gene Eads, 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 9th day of April. 1992. at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Am. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the bond company is a factor that wilt be considered in determination of the lowest responsible bidder. If the contract price does not exceed $25,000.00 the said statutory bonds will not be required. Bidders are required, whether or not a payment or performance bond is required,, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's 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, or national origin in consideration for an award. There will be a pre-bid conference on 10th day of March. 1992. at 10:00 o'clock a.m., Committee Conference Room #103, Municipal Building, 1625 13th Street. CITY OF LUBBOCK BY: Gene Eads, C.P.M. Purchasing Manager 7 ADVERTISEMENT FOR BIDS BID #11862 Sealed proposals addressed to Gene Eads, C.P.M., Purchasing Manager, City of Lubbock, Texas, will be received at 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 19th day of March. 1992 or as changed by the issuance of formal addenda to all planholders, to furnish alt labor and materials and perform all work for the construction of the following described project: LP&L SOUTH SUBSTATION EQUIPMENT BUILDING After the expiration of the time and date above first written, said sealed proposals will be opened by the Purchasing Manager at his office and publicly read aloud. The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each bidder is particutarly called to the Schedule of General Prevailing Rate of Per Diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Articte 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant 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, or national origin in consideration for an award. There will be a prebid conference on 10th day of March. 1992, at 10:00 o'clock a.m., Committee Conference Room 103, Municipal Building, 1625 13th Street. BY: Gendya s, C.P.M. PURCHASING MANAGER No Text GENERAL INSTRUCTIONS TO BIDDERS (THIS PAGE LEFT BLANK INTENTIONALLY) y� f { GENERAL INSTRUCTIONS TO BIDDERS 1. SCOPE OF WORK The work to be done under the contract documents shall consist of the following: Furnishing and installation of a pre-engineered metal building to house high voltage electrical and electronic equipment at the Lubbock Power and Light South Substation located at'approximately 10602 Indiana 111 007th Street & Indiana). The contractor shall furnish alt tabor, superintendence, machinery, equipment and alt materials necessary to complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS Atl work covered by this contract shall be done in accordance with contract documents described in the Gen-eral Conditions. r Alt bidders shall be thoroughly familiar with att of the requirements set forth on the contract documents for the construction of this project and shalt 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. TME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 90 (NINETY) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor wilt 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 sub- mitted, the City may direct the Contractor to take such action as the City deems necessary to insure compte- tion of the project within the time specified. 5. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materisls 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. -5- 7, MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for pro- tecting 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 provi- sion. 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. 8. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against de- fective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, _ at no cost to the Owner (City of Lubbock). 9. PLANS FOR 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 di- rectly to the Contractor. The Contractor shall then distribute copies of plans and specifications to sup- pliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Con- tractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materi- als, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construc- tion, 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 re- serves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 11. TEXAS STATE SALES TAX This contract is issued by,an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The Contractor must obtain a limited sales, excise and use tax permit which shall enable.him to buy the ma- terials to be incorporated into the work without paying the tax at the time of purchase. -6- i' 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in G 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 construc- !" tion of the project contemplated by these contract documents. The City of Lubbock agrees that it will fur- nish Contractor the location of all such underground tines and utilities of which it has knowledge. How- ever, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such under- ground tines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, tights and danger sig- nats, and shall take such other precautionary measures for the protection of persons, property and the work i as may be necessary. The Contractor Witt be held responsible for all damage to the work due to failure of barricades, signs, and i lights to protect it, and when damage is incurred, the damaged portion shalt be immediately removed and re- placed by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barri- cades, signs, and lights shalt not cease until the date of issuance to Contractor of City's certificate of ■" acceptance of the project. 14. EXPLOSIVES The use of explosives Will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shalt assume full responsibility for all damage which may occur as a direct or indirect result of the blast- ing. In addition, in all cases where explosives are authorized to be used, the Contractor shalt use utmost care so as not to endanger life or property and the Contractor shalt further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. E 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 Y y 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 c responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shalt be required to have a responsible local representative available at alt 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 w work contemplated by this contract is in progress. r 16. INSURANCE ` The Contractor shall not commence work under this contract until he has obtained alt 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 shalt 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 subroga- tion. The insurance certificates furnished shall name the City as an additional insured and shalt further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations there- under. The inclusion of the schedule of general prevailing rate of per diem wages in these contract docu- ments does not release the Contractor from compliance with any wage law that may be applicable. Construc- tion work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll,`that no rebates or deduc- tions (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. -a- 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 J laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule ofeneral 9 prevailing rete of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES r Proposals submitted containing any conditions which provide for changes in the stated bid price due to in- "' - creases or decreases in the cost of materials, labor or other items required for the project wilt be re- jected and returned to the bidder without being considered. 20. PREPARATION FOR PROPOSAL The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or furnish the materials required. Such prices shall be written in ink, dis- tinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an indi- vidual, his name must be signed by him or his duty authorized agent. If a proposaL is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be property certified and must be in writing and submitted with the proposal. The proposal shalt be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the fot. lowing: t (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidders Proposal. 7 (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. 7 (g) Special Conditions (if any). (h) Specifications. a� (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to 1 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. 4 . r .9 No Text 6 (THIS PAGE LEFT BLANK INTENTIONALLY) BID PROPOSAL 1 BID FOR LUMP SUM CONTRACTS t PLACE t DATE March 26, 1992 .. k .. PROJECT N0. 11862 - • , .� ;:.: Proposal of TUMA BUILDINGS (hereinafter called Bidder) To the Honorable Mayor and City Couneit Cit of Lubbock, Texas (hereinafter called City Owner) Gentlemen: f' rr; The Bidder, in compliance with your invitation for bids for the construction of a j LP&L South Substation " , tion �7quijarent Builcli ng having carefully examined the plans, specifications, instructions to bidders, notice to biddac� ariid mjl o hefi'�re-� - lated contract documents and the site of the proposed work, and being familiar with all of the eq?dI't61'surr ing the construction of the proposed project including the availability of materials and labor, her4Fli11ptlJ0&1es to furnish .all labor, materials, and supplies; and to construct the project in accordance with the plans, specifica- tions and contract documents, within the time set forth therein and at the price stated below. The price to cover Ali expenses incurred in performing the work required under the contract documents, of which this proposal is to be a part, Is as follows: HATER SERVICES TOTAL BID: 00 Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.) i 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 c days thereafter as stipulated in the specifications and otherecontract the jdocumentsect .' BidderNhereby furthervagreesntor pay to Owner as liquidated damages the sum of $100.00 (One 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 proposal shall be completed and submitted in accordance with in- 1 struction number 20 of the General Instructions to Bidders. + Bidder understands that the Owner reserves the right to reject a re the biddi ng. 1 ny or all bids and to waive any formality in The Bidder agrees that this bid shalt be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. 1 -11- The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examb._d 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 :h • work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for Myn ThouSand Fite HLnd --ca� Dollars (s2,500,00) or a Proposal Bond in the sum of Dollars (S which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond Of any) with the owner within ten (10) days after the date of receipt of written notification of acceptance of ~ i proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all --ii tract documents made available to him for his inspection in accordance with the Notice to Bidders. l�u►iutlNN?,1J,,' rgTgm nTrrrnTNM , 15, f4,�'r,, Contractor By • e : t� � � t�� ,_ � .� . �.• � HIaQ+QAN-PRESIDI3VT (SeyV�j4'4IcMe`r. is a Corporation) 1j/J1JI1711111111)>> ATTE s Cary Barbara -12- •13- Minority owned Yes No X X X X X a W" AN t r is 7 t PAYMENT BOND t: n C. POO r" -14- (THIS PAGE LEFT BLANK INTENTIONALLY) �t CO U' BOND CHECifSr PAUL FIRE S MARINE INSURANCE COMPANY Propertyu away BEST RATING St. Paul, Minnesota a Insurance ST. PAUL MERCURY INSURANCE COMPANY LICENSED IN TEXAS St. Paul, Minnesota DATE iBY ST. PAUL GUARDIAN INSURANCE COMPANY St. Paul, Minnesota A Capital Stock Company PAYMENT BOND Bond No. 400 JH 7089 AIA Document A312 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address):SURETY (Name and Principal Place of Business): ',.. Hickman Construction Compaa ny St. Paul Fire and Marine Insurance Company P.O. Box 6457 Lubbock, TX 79413 P.O. Box 935 OWNER (Name and Address): Overland Park, KS 66201-0935 City of Lubbock, Texas , 1625 13th Street Lubbock, TX 79401 CONSTRUCTION CONTRACT Date: April 9, 1992 Amount: Forty -Six Thousand, Four Hundred Fifty -Nine and N0/100---($46,459.00) Description (Name and Location): Furnish and Construct L P & L South Substation Equipment Building project BOND Date (Not earlier than Construction Contract Date): April 9, 1992 Amount: Forty -Six Thousand, Four Hundred Fifty-Nineaand NOj100 --- ($46,459.00) Modifications to this Bond: 30 None ❑ See Page 6 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: Hickman ruction Com n (Corporate Seal) Comp St. Paul Fire and Marine Insurance Company Signatu �( Q.I�C Signature:�- Name r e fid v��ra j_J tZ 4$46 ru Name and Title: - ' ,p -.��� _ Quentin G. Brinkworth-Atto ney '�in An at signatures appear on Pa+6� �� a �`'� (Any addition ,'; Fact'- (FOR INFORMATION ONLY—Name, Address and Telephone) . AGENT or BROKER: �) Frank B. Hall & Co. of Missouri, Inc. OWNER'S REPRESENTATIVE (Architect,? Engineer or P.O. Box 13567 other party): y): Kansas City, MO 64199-3567 816-221-1177 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • APPROVED BY AIA DECEMBER 1984 A312 4 7651 Ed. 8-87 Printed in U.S.A. -1103 ati jo aouewlo ji2d atl Iol pasn aq pgs jaglno:) u0poruls — -uoO ayu Iapun Iouolenuo� ayi of 3aumo ati Aq panto s;unourd •;oalayi swial layio alp y1lM Aldwoa Io aialdwoa .i3aln a A re g w enl sjuauL ed S yi q �..! PO° . aP 'puog pue wlo;lad of to prnuo:) 11011an13suoo ayi Kq palcnboi 'pan!em (ug Ioj paj!pala_ol Uugs.Puoq sttti 3o lunoum ayi pue — still jo junouru ayi p=xa lou nEys.itople !!go Ielol &AjamS oll.I. L Se I0joe11uoZ) atj Red of Iou pogvwal uaaq layi!au seg y:)!ym `Iaumo Dill jo ainima :ujnm32Q iaumo £'ST •slunowe poinds!pun Pu ;o luaui<(ed Io; aSuglle Io Aed Z'9 �ola�agl,palnds!p are leyi slunoure due Budual — s28uuya pug sjuauntMG PlenUODJ `TTm fuipnlaul 'aged -Iugo lo; s!suq ayi pule pa3nds!pun am let3 slunowg ay1 oinvuS!s ayi uo pa!,Tpuap! Iouovnuoo ayi Pum IQumo Sulue3S `w!ela ayi;o 1d!2oal 1213E sAEp sq unP!m `laumO _ agi vaamloq juawoa18e at.L 3310,111OZ) 110113nlisuoo VST ayi of Adan a y3!M 'itleulML) ayj 01 lamsue ue puos 1•9 -pays!uln; w2m luawdlnbo :s11o?Su!mollo; _ Io slEualern `IogE[ Qyi a3ayM uO.Iolpsllnf ayi iq pQliasse ayj a)Iei osuodxo %A1amS Qtl lE pue fpdwold llmtls AiamS ayi aq Aeur uag ska!ueyoow a 113111M Io; swat! Iay10 Ile pug It, ydeauj and 3o suo!j!p11m ayi par3Slims set 7rrlew!eIo ayi uayM 9 'sioloviluoogns s�IoioennoD ayi Pum Io=.IIUoJ ayi J0 •aauerldwoa ivalo!33ns s! 1Egj `AualnS ayi of to lolaenuo:) I11oM ayi 3o a3umwlo312d Io3 pai!nbal saa!nlas Su!laau!Sua Qyl IavMo ayi Aq uan!8 s! b ydglBelmd Aq pa gnbal oo nou a 3I S — pue lemlaal!ya m `10Enuo, uoparulsuoo ayi uq posn ivaw loiaell -d!nba lejuai Io aotmos auoydalal `augosm8'po'1may'lg8!i -uoD agi of poys!uin3 aoliou uai3um snowed oql jo `iamod `sE8 `Ia1eM 3o jlEd iegl uivawdmba Io Slleuaumw Ado:) a Sutsolaua pule puog s!TIu pvn apEw Su!aq sl `Iogel„ swim ayi u! uoninnu l intim opnl�ul o1 aq Tlugs puog s!ll3;o jualu! aU 'loeriuoo Qg13o aouewio;Iad ayi w1eT0 a Ile lie oyi ou `3�2gi aanou to — ul asn lql juawdmba Io sleualew'Iogel ys!uin3 of loprii `Adoo a lugs pue (ZI ydm2ried w pogwsap ssalppe agl Ile) Aloins ayi o3 amou uall!1M m luas aney -uoD ayi jo Io3oenuoagns a y31M to Iououljuoo ayi gl?M >,leiiuoa 1oa1!p E gu!nEy A3[1ua so IEnp!n!pu! ud :juew!EIo i'ST `sAEP 0£ anogg ayi u!y1!m pled uaaq 8u!ney ioN £' — SN!OILIMLOG ST pum :AI!ptq -!put to AI13ar!p p!ud oq 1pm unmT� ayi pa3eQ!pu! -opuw aq of Ado a j!tulad huts 3o puog slyi ]o Ado m set to owltioZ) ayi to!tM Aq IoiovnuoZ) oql wo13 ys!uln3 Alldwold IIEts 3olQenuoo ayi `puog situ ;o Are!o!;auaq tiopleolunww0o Aug aa!iou anoge ayi 8u!ys!uin3 30 lElluaiod g aq of guyleaddle Auiva Io uosiod Aum Aq isonbw uod fl t l SAEP O£ u!tjlM PaAraaai lOu 10 `lO gIj110� agi Ul •puoq mel uowwoo 1.md u! Io alotm ui uomofal g pan►aoal layl?a aneH Z' e se jou pule puoq Aloinieis a sic ponlisuoa aq 1pgs puog s!yi iegi pule !powlo;lad Io auop sem loggl ayi woyM 3oj s! juolu! aU •u!alay pajElodloom pawaap aq Ileys juawallnbai to p gddns to patsmm; a3oM sleualEw ayi woym _ lgSal Iatjo to Aiolnlujs tons 01$u!wlojuoo suo!s!nold pule wo13 of Ajled ayi 3o aweu agj pule tum ayi;o junowm -alot polalop pawaap Qq Reqs juawonnbal legal so Alolnileis Pius aql `Aalelnwic lu!lulejsgns t3!m 'Butie3s w!elo ayj ti!m Su!lo!ljuoo puog still 111 uo!S?void Aug powio;iad oq of sum ut papnlou! luawd!nba Io sIvIialew pogs!uln3 iSel uopanljsuoo agi aratm voll>mol oql u! 3umuwinbw IEgal latlo to to 3oqul pawloJlad isel Su!ngt laj;g sAep 06 u!yjlm _ Aloinimis a tj!m Aldwao of pays!um; uaaq seg puog s!gj 11atM £T '.sumo ayi of 3conti w1jou Io Xdoo le juas pum •aged ainieu8!s ayi uo umogs ssoippE ayj ile Pan!=' a IolagnuoD ayi 01 ao?lou uallum Pays!um; aney T• aiep oql 3o se oouegdwco ju2mjjns aq llegs 'paysildwooar Iona :Io101eriuoo -mot IoloEnuoD ayj I0 Iaumo ayj `Aj21nS Aq ao!iou jo id!aoal ayi gilm loeriuoo Pal!p V anet iou op oym sumuiplo Z'b IEn13N aged ainieug!s 2y1110 umoys ssalppg 0111 01 paian!lap io •ui mlo oql jo junowm -- palmw aq hugs IoloEriuoo 2t310 laumo ayj SClainS agi of ao!jol\I ZI oql Sioeinwe jupuElsgns gl!m `Ptm puog site Iapun spew •algeogdde aq pegs nns ayi to uo!lo!psunf ayi ux asua;ap g gulag s! w!elo a igyj But is `hump ayi 03 `3oalayj a3!iou se sonams of algEl!enE uo!1Euwg3o po!Iad wnwlU! at1 `mel Aq so `Adoa m was Pug (ZI tdErgle.red ui po%osap ssarppL, - pai!q!gold io p!on ale ydiisi. and slgi 3o suo!slnoid agi!I 'sm000 ayl je) A3ainS ayj of ao?1011 uanl8 aney 3ojJEliuoj ayj yj!M =J,(Z) Io 4l),3o IanagatyM 'pleiluoD uotl,nlisuoo ayj Iapun loetju0o 3oanp a anEy to Aq padoldwa are oqm sluewrgO I'b a�r¢dk!><.Aq Pa!(s�t;mJalam ivawdmba Io sluuaugw isgl ayi Io 110 (Z) :Ipun puog pv0dalt fo paw14i�a"SBM ao!nlas 10 Iogel =I ayj yolgm s!tl Iapun s3uEw!lel� of uo!le8!lgo ou angy Ileys Aialns ayy � ` bsnE Io' dlear cad n A nnbw aa!iou a i ones l� i't'g. q S q pa . y •anp scans lit lo3 Xpoal ,�, jusunel� all yo!tm'a0',(T) aiep agi woij MA Quo jo no!jgI!dxa iAt _lpw Io Alioal►p yuaurAEd willow Alidwold Ioioenuoo ayi ;! ;ag1 raj je to palwol st 41(im oql jo iigd Io iliom ayj golym ut uop , u! uogmpsuo jualadw0a;o imoa a u! vegl Iaglo puog ion Pule nu a s o ` P. P 11 q llet qq sly3 siugtulelo 03 loadsal quM £ t ; .e5o�agi t ayj Iapi n�lugw!lel I M paouaunuoo aq hilts uollm to j!ns oN dllggggo Iay10 slaplo asetoind 'si enuoo TT .jlne3aQ mumo ou sT aiayi pop!noid pue'A1a1nS ayi pule lojogriuo� ayi o3 sutns Io sua.1 'spuewap 'sw!ela pug -qns pajela di �o jae1luo� uo!3onnsuo� ayi o3'aw.1 To saguuto A11u 30 (ZI tdglgEled u! paquosap ssaippm agi 1E) Ala -rnS ayi pule loloenuoa ayi pa!3!lou Al3dtuoid set Iaumo Bu!pnlau! `agueta Aum Io ao!lou san!leM Agalat A3alns atl I OT ayj pap!noid 'puiluoD uo!lonlisuoZ) ayj jo Q3ue1Uio; puog s!gi Iapun jad atj u! asn ioj patsluln3 luawdmba Io slupolew'IogEl siuetu!EIo of suo!jEg!Igo anmg Qs!Mlay3o Io '�o dlutaq uo sao!iou Io; luawAEd ag1 Io; sl ltns Io ua.I 'puewap 'w?EIo osoyM an!8 `oj sluaurAEd ailEtu of suo!IEgggo 011 puog site Iapun aney Alm Io uosiod Aum Aq suns Io suaq 'spuewap 'sw!EI3 Ileys pug puog site Iapun lugw!elz) Aug 3o sasuadxa Io sisw Aug tuoij iaumo agi ssolwlet splot pue s1!3!uwopul'spuojaQ Z'Z jo wawAed iql alge!l oq jou lluts Iaumo ogjL •3og13uoo u0pruls -uoa agi o1 palelaiun aIle igyj 3oloeliuoD agi;0 suo!le$ggo I0; puu `siuewlulo anp stuns Io X jai[ w Io A kali `3uawAEd 52 lew A 1dw01 IIle I P [ P >< 1 d I'Z slayio Io sluewm 'laumo ayi o3 algeg aq lou Mets AiainS of L 6 . •ilrom oqi jo uo!laldwoo agi lo; spun; agi asn of Aj!ioud :Io3oeriuo:) agi;? pion pule TTnu aq llgts uoPla o s!gi'Iaumo ayi of bads yl,M Z S,laumo ayj of j�afgns `puog situ Iapun Aiams agi ptre loi -aEnuoo agi to suoilmg!Igo A;s!nes o3 palwipop 2.19¢11g ),1103110!1 . aauala;al Aq u!alaq pajelodloQu! s! y0!gm `ioell -annsvoo ayi xiuewlo nd ayj u! Io33eIju03 2y1 Aq paulua -uo3 uo!3�nnsuo3 ayi;o aouetuYo;Iad ayi u! asn Ion pays!um3 ,To spunT He jlegi aaigle Aagj `puog situ SunclaxIe Iaumo ayi Pim ivawduibo pule slE!lanew `Iogel Iol Aed of Iaumo atp 01 su8!ssu 'sanlas Su!gs!um; Io=jiuo3 ayi Ag •puog aouetu3031ad u0!�n11su03 Aue Iapun 'Aug 3! sw!mlo A,IA sees 01 Pule uoEiluoo uolpnns pule sloss=ns 's1owns!u!urpg `slojnoaxa `sI!ay I!at1 -tuxp pu!q'AIIEIanas pule Apuiof'AlamS ayi pule loM.11uOD 2111 T r ICL)MUI ST. PAUL FIRE AND MARINE INSURANCE COMPANY 385 Washington Street, St. Paul, Minnesota 55102 CERT FICATE OF Att'OR1PY Np For verification of the authenticity of this Power of Attorney, you may telephone toll free 1-800-328-2189 and ask for 1 the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individual(s). GENERAL POWER OF ATTORNEY -CERTIFIED COPY - 22 (Original on File at Home Office of Company. See Certification)�;��{{�(�(,�„( KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under the la State of Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: I f . Quentin G. Brinkworth, 'Kathryn L. Buxton, Helen F. Case Hogan, Robert S. Lohr, Danny 0. Rose, John P. Starr, Linda S. Wheeler, individually, Kansas City,Missouri its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted bylaw, statute, rule, regulation, contract of i otherwise, NOT TO EXCEED IN PENALTY THE SUM OF TWENTY FIVE MILLION ($25,000,000 ., EACH /l''� and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance Company, as fully'' and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office ;1} This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V, -Section 6(C), of the By Laws adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 28th day of April, 1978, of which the following is a true transcript of said Section 6(C): "The President or any Vice President, Assistant Vice President, Secretary or Service Center General Manager shall have (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the-Sp al of he Company thereto, '± bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) To appoint special Attorneys -in -fact, who are hereby authorized to certify to copies of any power-of-attorney issued in pursuance of this. section and/or any of the By -Laws of the Company, and (3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him:” Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 5th day of May, 1959, of which the following is a true excerpt: "Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating i' thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the ' Company and any such power so executed and certified by facsimile signatures and facsimile seat shall be valid and binding upon the Company in the , future with respect to any bond or undertaking to which it is attached:' ACKNOWLEDGEMENT OF ATTORNEY-IN-FACT STATE OF COUNTY OF ss. On this 94/7 day of"l 19 �2 before me, a Notary Public within and for said County and State, personally appeared / y personally known, and known to me to be the Attorney---ain-Fato me ct of and for the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, Saint Paul, Minnesota, a corporation, created, organized and existing under and by virtue of the laws of the State of Minnesota, upon oath did say that the corporate seal affixed to the attached instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by the authority of its Board of Directors; and he/she did also acknowledge that he/she a ecuted the said instrument as the free act and deed of said Comparly. y, IAN, 1),IESBIT — �► Notary Public Y CLIC STATE OF MlS, i2r Comm' �x 11 - Ct'211qre 11072 Rev. 485 Printed in U.S.A. `F1 �G'IPtiCS;O'! Exp finR i 1495 i,l��CJyFtii[ �+ IN TESTIMONY WHEREOF, I have hereunto set my hand this `' . 9th day of April PAUL,DZICCARE�4,LI, Secretary ` Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the u '' t ' ' copies or other reproductions of this document are invalid and not binding upon the Company. upper right corner is binding., Phfitt�copies, carbon ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY. 29550 Rev. 5-91 Printed in U.S.A. �'° !r"" -1T- (THIS PAGE LEFT BLANK INTENTIONALLY) �SRUI. .. ST. PAUL r , 8Q D:CHECK L FIRE G MARINE INSURANCE ;: ; � St. COMPANY Rvherty&Liabilily $EST RATING � Paul, Minnesota r Insurance LiCEAf : 1 ST. PAUL MERCURY INSURANCE COMPANY t TIXAS St. Paul Minnesota DATE' r.Dy ST. PAUL GUARDIAN INSURANCE COMPANY 7 St. Paul, Minnesota A Capital Stock Company PERFORMANCE BOND - Bond No. 400 JH 7089 AIA Document A312 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business). Hickman Construction Company St. Paul Fire and Marine Insurance Company P.O. Box 6457 �P.O. Box 935 � Lubbock, TX 79413 OWNER (Name and Address): Overland Park,. KS 66201-0935•. City of Lubbock, Texas 1625 13th Street Libbock, TX 79401 CONSTRUCTION CONTRACT - Date: April 9, 1992 Amount: Forty -Six Thousand, Four Hundred Fifty -Nine and NO/100---($46,459.00) Description (Name and Location): Furnish and Construct L P & L South Substation Equipment Building project BOND Date (Not earlier than Construction Contract Date): Amount: Forty -Six Thousand, Four Hundred Fifty -Nine and NO. 100---($46,459.00) Modifications to this Bond: ® None ❑See Page 3 CONTRACTO PRINCIPAL — SURETY Company: (Garrporate Seal) Company: Hickman st uction Co an , (�orp(`rate Seal) y St. Paul Fire and Marine Insurance Co' pAfiy) Signatur Signature: Name e: ���' � C/c�Yt.,¢. w Name and Title:Quentin G. Brinkwgrth-Attarney ;it} Fay (Any additional signatures appear on pag 3) f ' (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Frank B. Hall & Co. of Missouri, Inc. otherart P.O. Box 13567 p y)' ` Kansas City, MO 64199-3567 816-221-1177 a , r" AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • APPROVED BY AIA DECEMBER 1984 A312 1 7651 Ed. 8-87 Printed in U.S.A. •joeut0o toiPnnS110z) atp japun iolosnuoO atp jo 3lugi2g uo jo of apeui sluoui -Aed aadoid pus Pqe^ HE Aq paonpoi 'papuua s! iolmil -1100 2811 ga.gM 01 sa8murep Jo; swlglo aaguo JO aaugmsw ;o ivauiaulas 111 rauMO aiu J(q panlaaai oq 01.10 paniaaai sjunoure Aue ;o io:P"uoo alp 03 aaIMMOM SulPnlou! 'apew uaoq ansq sivaunsn[pg iadoid lis niju immuco ; uouonnsuoo oql iapun .ro3osnuoo aq3 01 aaumo aqj Aq alquAed junoure Mol aqj :aoud jasriuo3 2111;o aoueigg III SMOLLIKMG Zi •puoq Mel uounuoa s sg jou puu puoq famnlins m se ponnsuoo 2q Ms puog sRP IBIP sl jualu! ai j •ularaq polsiodmouc pauiaop aq !legs ivawailnboi legal iaglo io Aio3nleis Bans of Sulwio;uoo suolstnoid pus uioi; -=q P21212P poump aq hails juaum unboi legal jo AIMMi ns pies 11)1& Suuoll;uoo puog 51111 U! uoislnoad Aug `pauuo;sad aq ou sem uopon.moo aq1 OngA% uO►jeaol aq} III juaw2linba] legal lailo IO Alolnims a g1gM Aldw0o of pags!uin; uaaq seq puog slgl uagM it -aged amleusp agj uo umogs swippu aqj of Paean lap so palmlu aq ilsgs iolognuoo oqi jo sumo alp 'A1amS aql of oouoN Oi •alquogddm aq lisgs jets oql ;o uolj2.pslm[ 2811 u< asua ap a se sauams of algslM ' 11OTIVIM i ;o pound wnwiulw aqj `Msl Aq pa3lglgoid so pion a�g ideiSgigd 51113;o suolsuoid aqu 3I -isn; sm000 .ta^agalgM `puog si1111apun suouegggo sji wio;iad of s11s; jo sasn;ai AjainS 2811211311 5152,11 om1 ulgllM 10 SupuoM pas= iolognuoo aqj iai;s SMA OMl u1g1!m io 11nrjou ioumnuoo 121;e sem f o&1 1111131& pamiusul oq llsgs Ptm p23m1 s! 311oM 2111;o ind io iiio& agu golgm ul 11011¢001121111 u! uouolpsunf ivaiadwoo;o jmoo Aue ut Poinllisu! aq Auw puog slgl iapun ,'algsumbo 10 legal '8ulpaaooid Ault 6 suouugggo .mgio pus siapio asegomd'siognu0o -qns paieloi o1 io imuttoo uon3 ulsuoo aql 01 `awu 30 soguugo Sulpnlou! 'agusgo Aum ;o aoluou sanlgM Agaiaq MamS aqj g •saossaoans io siol -enslunupe `siojnoaxa `shay sue 10 1auMO aqj umtp ]aglo Aluua so uosiod Aum of puog s1g1 uo an=u hugs uoljos;o jgSu oN suouggllgo palgl2lun gons Aug;o luno= uo;;O ins 10 p2311paJ aq jou llugs aoud jogn11oo aqj ;o aougieg agu pte 'loenu0o uollonilsuoo aqj of pauglamn am wqj ioimmuco OR) JO suolu vgggo io; siagio io iaumo 21110121gVq aq 1011 ITERS AjamS aqj L iolomijuoO 0113 ;o aoueuuojjaPFou,,io aoumwio;iad paAuiap Aq Pasnuo sa9v�gg¢� ,iunjam, "uoo uoll2n usuoo aqj u! paljloads 22M - 8Purep pajupin q ou ;i io `sa uump palmpmbiq £'9 '. Pur :g11dgig C_bje� iapa Alam§ 'agp 1610 01 amllu; io suouoe 2113 wog; `Ipwjoa r iolamnuoo 2811 woe; Sucjinsai '�jso2 Avlap? pian FU(xCsa;Oid uglsop '198011 ieuO!ITPPV Z'9 1100 11ono�jsto3;o uotjaldwoo pule :liom anuoa;ap ;o uouoomoo,jo)'ioloenuoo atp jo sal3lt<glsuodsai aqj 11'9 :io; uopwgdnp jno113lm pojuSggo q Ajams DID 'jagl3uoo uoponnsuco aql uo sasle=p Pum sjsoo;O uopu8.,p of aoud jogijuoo aql;o aougiug agj 301auMo otp Aq juounliuwoo of Imfgns jnq'puog slgl;o 3unoure 28330 ilgull2gl gL •ioeiluoo uollonnsuoo aqj iapun iauMO atp jo osos iajma.i8 aq jou hugs ApinS aql op 1auM0 aqj ;o soi q.u0dul aqi pug-jogijuoo uouonnsuoO aqj iapun .imorimoo 2113 ;o asogp uugu ia3gai8 oq jou Bugs iau&O aqj of AiamS 2113 3o sau -lilgisuodsai agj 112111-anogg £•b io'Z•y `1'11 gds.iSuledgnS mpun jos of sloaia AjamS aip ii puu pgjluoo uouonnsuoO atp alald -won 013gSu %jopialluoo a113 palgulwial seq iaumo agp ia13d 9 .muA%o aqj o1 olggmAz Apouiai Aum aoio;ua 01 Paunua aq liu11s hump aqj aouou iagjm; inoguM 'ued w io alogm 118 `A4Tllgg9 paivap seq Ajams aqj io Paiapa21 luouiAud aqj sasn;ai iaumo aq1 pus: `yq gdgi8undgnS ut popinoid so sp=oid A otnS agj II i2uMO 2113 0l olggllenm Apauiai Aum aoio;ua of popum ail lids iaumo 2111 Pus puog sig! iapun suouggggo s11 wio;iad AlainS _ x�1 n oql 18111 Suipueuiap faa�irWA nasuM,,O agu luoa; aouou ua111j luuolu•Ppg 1111;o jdiaoai.joijr•,!fV uaal;U PuOg SM. 110 jins;ap uc.aq �j-�agnaaF aq is xj2mS 28113 `ssauldwoid olgeuos= gp1m y gdgi8uisdrul'pPpjeoid:sg P2=.'d lou stop A3mS agl3I S So;aiac j 5110$¢2118111112 nUA%o alp A,pnow ptl` tie ut ao alogm ul f4!llgE1l Woo Z' ao noumo aqu of so;aiagp wouiAmd Japual pouitujajop s! uunoum atp .iglu 2iquot d se woos se `pus jaumo aql 03 aigeq oq feui 11 golq& io; lunouie_ agl ouluualap 'XIOURSilsanul JOIN i' :saoumuinono aiu iapun ssoujduioid olgeuomi gjim puu 1013941103 Mau m ui qO ]O `uonajd -woo .io; a8ueng `apaldwoo pum wjo;iad op lg8u s11 anigM p•p io :3Ing32P T ,: s<1 Jovanuoa atp woi; Suninsoi jaumo 2111 Aq poj=u! aoud loensis uoa oql 30 2oug 2q1;o sswxa ul 9 11dra -end m paquosop sr saSetrep;o lunoum 2111 rauMO aql 01 Agd pus 'loenuoo uoMrMsuoO 2111 UO pans! spuOq ag1 01 juaisnmba A1ams pal;gunb , Aq palnaaxa spuoq juaun(ed pue oougwio;.iad ql!A% pamaas 2g 01 `aoual= -uoo %jaumo aql gllm paloalos iolognuoo 2111 pue iaumO 2111 Aq 11ounoaxa so; pondaid aq of j gnu0o a io; a8uuug `=Iluoo uollonilsuoO aqj 3o uonoldtum pue aouuwio; lad so; immiuoo a io; iauMO oql ou algmdaooe vomw _ -1100 pal;limb woe; simsodoid palgno8au so splq ulspgo £'i, so !Sl=gnuo2 luopuadopu! gSnoig3 so siva8u sic 118nomWilos3! jomnuoO uopon. usuoo aqj ajaldwoo pus wio;iad of ailmuapun Z•t' so :loenuoo uouonnsu0o otltolaidwoo pue wio;.iaii 01 `iaumO 2111 JO 11112511031411& `loloenuoo oql so; agum W I'$, :suolpr BU!M01t0; OR, ;o auo wimp asuodxo %fjamS 2g31g pum Audwoid !lugs AwnS aqj IE gdeiSe mcl jo suoculpuoo 2q1 poj jsl3gs suq iaumo atp uagM p :gnu&O ail qj!m jomnuoo aqj ;o semi oql gplm oo11epiome ui josnuoo uouonnsuoo ail wio; iad 01 pajoalas iolounuoo a of io joeiluoo uouon jsuoo aqj ;o swnl agj g31m 2ompio0og u! AjamS atp of aoud jaeijuoo aqj jo ooueiug aqj Agd oipaaige seq iaumo aqj E'£_, _ Ptm I'£ gdslSeamdgnS ul popinoid su am nou panlaoai aneq Ala ms oql puu iojognuoo agp Tal;e sAep A3uomi uegj J2q= paisioap oq lou !legs ling;aQ iojoenuoo gonS -joenuoo aqj alaidwoo of jgSu %io3oenuoo aqj palemwial Anew ,io; pus ilnejoU iouounuoo a ponTiop seq aaumo aqj Z'£ pue !line;aQ iorenuoo a onloop of Aljuanbasgns `Ate ;! `lg8u %ja -umo aqj oAmm jou pqs 3uagu=9z ue gons lnq `)=uoo uopmnsuoO aqj wio;iad of aum aiquuoseai u pomone 2q !legs solosnuoo aqj `aa1Se Ap inS aq3 pue io3oenuoo 2q3 `mumu 21113I 'peAuoo uollannsuoo 2111 Sulwio;lad;o spoglaw ssnoslp of o3pou gons;o ld!=j jai;g sAsp uaal;U uegj iajul jou plag aq of Aja ins atp pus iolouiluoo aqu gj!&oouaia;uoo a oSugin o1 poidutaug pug palsanboi seq pug llne;aQ iopenuoo s guueloap SuliaPlsuoo sl iaumo aqj leap Molaq of idgigzmcl u1 poquosap ssaippu s11 le Al2inS aqj pug iologiluoo aqj po!jpou seq iaumo agj i'£ :ia1;e asue iisgs puog slyi iapun uoug8ilgo %A3amS 2811 `fine;aa JauMO ou sgaiagij;I £ .I.£ gdel8gredgnS ul papinoid se swuaia;uoo a1 ojedlound of ldaoxa 'puog sli3 iapun uorigSi1go of aneq !lugs jojognuoO aq3 pug Aja mS atp 'joenuoo uouonnsuoo aqj swio;iad iolo"u0o aqj .II Z .x�uaia;ai Aq ugj2q poiiodsoow s! IPIgm uolpnrisuco aqj ;o aouewio;iod atp io; jauMo alp 03 SAM pue siossaoons'sjoimnsnglwpg 'stojnoaxa 'snag 1laip `sa M -wagj Pulq'illw*Aas pue Auu!of'(jainS 2113 p11e 101omnuoO aqj : F i ST. PAUL W IRE AND M �won, Ifflah ARINE INSURANCE COMPANY �' CERT FICATE OF Washington Street, St. Paul, Minnesota 55102 n At-. AORI,''FY NO.` For verification of the authenticity of this Power of Attorney, you may telephone toll free 1-80G 328-2189 and ask for i it i i the Power of Attorney Clerk. Please refer to the Certificate of,Ism Authority No. and the named individual(s). f'+0+ GENERAL POWER OF ATTORNEY -CERTIFIED COPY 7 9 2 2 (Original on File at Home Office of Company. See Certification.) KNOW ALL MEN BY THESE PRESENTS: That St. r ` State of Minnesota, having its prinPaul Fire and Marine Insurance Company, a corporation organized and existing unde i law ..... cipal office in ththe r e City of St. Paul, Minnesota, does hereby constitute and appoint Quentin G. Brinkworth,' Kathryn L. Buxton, Helen F. Casey, Thomas.''3 'il,i,) , ,� Hogan, .Robert S. Lohr, Danny 0- Rose, John P. Starr, Linda S + Wheeler, individually, Kansas City,Missouri. ( {a its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recd } indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation contracts or t otherwise, NOT TO EXCEED IN PENALTY THE SUM OF TWENTY F' EACH FIVE MILLION ($251�000�00p�� and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire Marine Insurance Company, a's'iupy and amply, to all intents and purposes, and as if the same had been duty executed and acknowledged by its regularly elected officers at its principal office and by authority of Article V, -Section 6(C), of the By -Laws, adopted by the Shareholders of ST. PAUL FIRE AND MARINE INSURANCE This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to COMPANY at meeting called and held on the 28th day (C), April, 1978, of, € i which the following is a true transcript of said Section 6(C): "The President or any Vice President, Assistant Vice President, Secretary or Service Center General Manager shall have' power and{ authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto,'., bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) To appoint special Attorneys -in -fact, who are hereby authorized to certifyto co of an section and/or any of the By -Laws of the Company, and copies YPower-of-attorney issued in pursuance of this P "'. (3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him." Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly , called and held on the 5th day of May, 1959, of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating ,r thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the ; Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the ., future with respect to any bond or undertaking to which it is attached:' 17 � -* ACKNOWLEDGEMENT OF ATTORNEY IN -FACT i STATE OF I COUNTY OF ss. 4 it On this 9`�f7 day of � 19 before me, a Notary Public, within and for said 7 County and State, personally appeared personally known, and known to me to :: -1 be the Attorney-in-Fto me act of and for the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, Saint Paul, Minnesota, a corporation, created, organized and existing under and by virtue of the laws of the State of Minnesota, upon oath did say that the corporate seal affixed to the attached instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by the authority of its Board of Directors; and he/she did also acknowledge that he/she a e'cuted the said instrument as the free act and deed of said Company.- - _--DIANA D. RESBIt - --. Notary Public UC STATE OF PII 11072 Rev. 485 Printed in U.S!11.A. Comm' ggx it CoLwrf '�G`1�tiC3WN-Exp AaR.' I Ig45 IN TESTIMONY WHEREOF, I have hereunto set my hand this • `} i ' yes. ,Z 9thA day of Pril 19' 92 ' PAUL,D. ? CAtary RIiI,LI. Secre Only a certified copy of Power of Attorney bearing the CertiPcate of Authority No. printed in red on the u / copies or other reproductions of this document are invalid and not binding upon the Company. , , upper right corner is binding Phbtbcopies, carbon p.,, 'ANY ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VALIDITY.' 29550 Rev. 5-91 Printed in U.S.A. f a z z, B �•+ CERTIFICATE OF INSURANCE 1 -20- (THIS PAGE LEFT BLANK INTENTIONALLY) 7 CITY OF LUBBOCK ATTN GENE EADES-PURCHASING PO BOX 2000 LUBBOCK TX 79415 [AAbORD 25-S (7/90) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL __!_0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE i LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CORPORATION 1990 .�►/:CETE OF RTIFIC A INSURAN ISSUE DATE (MM/DD/YY) CE ... PRODUCER8-92 1 HIS CERTIFICATE IS IS LIED AS AMATTER OF INFORMATION ONLY AND QUISENBERRY & ASSOCIATES INS CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 4601 66TH STREET SUITE B POLICIES BELOW. �^ LUBBOCK TX 79414 COMPANIES AFFORDING COVERAGE CCOIMPA Y COMMERCIAL UNION INS. CO. �i _.... __.... .. _ COMPANY ...._.._ _..___ ,....._., + ..........._.._. .. __.. ___ _ INSURED LETTER B U.S. FI RE INSURANCE CO. TUSHA BUILDING CONSTRUCTION COMPANY LETTER C PO BOX 6457 _.., ... . LUBBOCK TX 79413 LEOTMTER Y D COMPANY LETTERit E COVERAGES. „ THE INDICATED, NOTWITHSTANDINGFY THAT THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD M OR CONDITION I PM CERTIFICATE MAY BE ISSUED OR MAY PERTAINET E INSURANCE AFFORDED F BY THE POANY LICIES DESCRIBED ACT OR OTHER H REIN S SNT TUB ECT O ALL THTH RESPECT TO E TERMS; EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO: LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS GENERAL LIABILITY I,. A X COMMERCIAL GENERAL LIABILITY ' GENERAL AGGREGATE S0 0 0 0 O 0 — - ”! CLAIMS MADE X OCCUR. CRR 3 2 5 3 7 5 OWNER'S Ill PROT. PRODUCTS-COMP/OP AGG. 5 1,000,000 12-20-91 1 2— 2 0- 9 2 PERSONAL & ADV. INJURY S 1,000,000 _ EACH OCCURRENCE 5 1,000,000 FIRE DAMAGE (Any one (Ire) S 591, 0 0 0 PON IYAUTOMOBILE LIABILITY MED. EXPENSE (Any one person) $ 5,000 I X 'ANY AUTO A X ;ALL OWNED AUTOS COMBINED SINGLE LIMIT S 1,000,000 FRAE58347 'SCHEDULED 12-20-91 12-20-92 BODILY INJURY .. _X AUTOS X HIRED (Per person) $ f AUTOS X NON -OWNED AUTOS _ (PeraccINJURY S GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY 77 UMBRELLA FORM EACH OCCURRENCE i OTHER THAN UMBRELLA FORM AGGREGATE $ WORKER'S COMPENSATION STATUTORY LIMITS 3 AND 408-53-99-41'100,0001-13-92 1-13-93 EACH ACCIDENT a �.. EMPLOYERS' LIABILITY DISEASE—POLICY LIMIT i 5 0 0, 000 I OTHER DISEASE—EACH EMPLOYEE 5 100, 000 r- A BUILDERS RISK TO BE ASSIGNED 2-1-92 2-1-93 $locatQ 3,000,000. catasprophe DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS GENERAL CONTRACTOR JOB: LP&L SUB STATION 7 CITY OF LUBBOCK ATTN GENE EADES-PURCHASING PO BOX 2000 LUBBOCK TX 79415 [AAbORD 25-S (7/90) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL __!_0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE i LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CORPORATION 1990 p I 4 -22 (THIS PAGE LEFT BLANK INTENTIONALLY) CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this -April 9. 1992, by and between the City of Lubbock, County of (�"'• Lubbock, State of Texas, acting by and through B.C. McMinn, Mayor, thereunto authorized to do so, hereinafter f[ referred to as OWNER, and Tushe Buildings of the City of LUBBOCK, County of LU83OCK 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 CON- TRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as fol- lows: BID # 11862 - LP&L SOUTH SUBSTATION EQUIPMENT BUILDING PROJECT IN THE AMOUNT OF $46,459.000. r' 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, Labor, insurance and other accessories and services necessarycomplete the saiai to c equipment, tools, superintendence, the contract documents as defined in the General Condition of Agreementd construction in accordance with The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have i^ been given to him and to substantially complete same within the time specified in the contract documents. t The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have Texas in the year and day first above written. qcrATT:ry APPR ED AS TO CONTENT: APPR ED AS TO ,• -23- TUSHA BUILDINGS CONTRACTOR ByO Y TITLE: COMPLETE ADDRESS: PO BOX 6457 LUBBOCK. TX 79413 County,. GENERAL CONDITIONS OF THE AGREEMENT -24- (THIS PAGE LEFT BLANK INTENTIONALLY) 0 GENERAL CONDITIONS OF THE AGREEMENT Fi. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this con- tract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or the expression Party of the Second Part, or. Second Party, is used, it shall ` be understood to mean therson pe ,.persons, co -partnership or corporation, to -wit: JUSHA BUILDINGS, who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owners Representative or representative is used in this contract, it shalt be understood as referring to WAYNE HICKS, LP&L SYSTEMS ENGINEER, City of Lubbock, under whose supervision these contract documents, including the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor, or inspector as may be authorized titular under this agreement. Engineers,$ by said Owner to act in any par - supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shalt not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS r The contract documents shalt consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available rto Bidder for his inspection in accordance with the .Notice to Bidders. t 5• INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," uDesignated," "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 shalt mean approved by or acceptable or satisfactory to the Owner's Representative. 'Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their na- ture, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend of individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owners Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR r 4 . 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 re- sponsibitity 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 -25- 7. }WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the notice. B. WORK Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract docu- ments. Unless otherwise specified, all materials shall be new and both workmanship and materials shalt 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. -- 4. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract docu- ments 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.AL YOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shalt be furnished with one copies of ell Plans, Profiles and Specifications without expense to him and he shalt keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and to determine, in general, if.the work is proceeding in accordance with the contract docu- ments. He will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto.` His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract docu- ments, but he will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his on-site observations, he will keep the owner informed of the progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor. -26 r -k 13. FM All tines and grades shalt be furnished by the Owner's Representative whenever necessary for the commence- ment of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shatt suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Con- tractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Repre- sentative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shalt be replaced by the Owner's Representa- tive at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY i LINES AND GRADES Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further agreed that the rOwner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representative's estimates and findings shall be conditions precedent to the right of the parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with said Owner's Representative within 30 days his written objection to the decision or direction so rendered, and by such action may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this Agreement that there shalt be no delay in the execution of the work, therefore, written decisions or direc- tion of the Owner's Representative as rendered shall be promptly carried out, and any claim arising there- from shall be thereafter adjusted to arbitration as hereinafter provided.' The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a written decision on all claims of the parties hereto and on all questions which may arise rela- tive to the execution of the work or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision within a`reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party appealing. 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 Con- tractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his decision. -27- 16. 17. 18. 19. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by cortpetent,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 Con- tractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the na- ture and location of the work, the confirmation of, the ground, the character, quality and quantity of mate - Hats to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work,,and the general and local conditions, and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. CHARACTER OF WORKMEN The Contractor agrees to employ only orderly and competent men, skillful in.the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or dis- orderly, such man or, men shall be discharged from the work and shall not again be employed on the work with- out the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecu- tion and completion of this contract where it is not otherwise specifically provided that Owner shall fur- nish same, and it is also understood that. Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it Is finally completed and accepted. The building of structures for the ,housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the groundsinor 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 ob- servation, 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. -28- r 1 4 21. OBSERVATION AND TESTING P' The Owner or Owners Representative shalt have the right at alt reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such obser- vation and testing at any location wherever work is in preparation or progress. Contractor shalt ascertain the scope of any observation which may be contemplated by owner or Owners Representative and shalt give am - pie notice as to the time each part of the work will be ready for such observation. Owner or Owners Rep- resentative may reject any work found to be defective or not in accordance with the contract documents, re- gardless of the stage of its completion or the time or place of discovery of such errors and regardless of Whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Repre- sentative, be uncovered for examination at Contractorls expense. In the event that any part of the work is beingfabricated or manufactured at a location where it is not convenient for Owner or Owners Represents- tive 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, r"M 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. Alt 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 taw or the contract documents. If any work which 'is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owners Representa- tive, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspec- tions, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which faits to meet the requirements of any such tests, inspections or approval, and any work which meets the requirements of any such tests or approval'but does not meet the requirements of the contract documents shalt be considered defective. Such defective work shall be corrected at the Contractors expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shalt relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is further agreed that 'if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or OwnersO Representative as un- suitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and re- build or otherwise remedy such work so that it shall be in full accordance with this contract. It is fur- ther agreed that any remedial action contemplated as hereinabove set forth shalt be at Contractors expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or 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 in- crease the amount of work, and the increased work can fairly be classified tinder 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 shalt be paid for as provided under Extra Work. In .29- case the Owner shall make such changes or alterations as shall make useless any work already done or mate - Hat already furnished or used in said work, then the owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, al- teration or addition to the work as shown on the plans and specifications or contract documents and not cov- ered by Contractor's proposal, except as provided under Changes and Alterations herein. it is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representa- tive 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 com- menced, then the Contractor shall be paid the actual field cost of the work, plus ` fifteen (15X) per cent. In the event said extra work be performed and paid for under Method (C), then ,the provisions of.this para- graph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as _ foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social. Security, Old Age.Benefits, Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by.the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's _ Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these mat- ters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machin- ` ery 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 A ncorporated in the written extra work - order. The fifteen percent (15X) of the actual field cost to be paid to Contractor.shall cover and com- pensate him for his profit, overhead, general superintendence and field office expense, and all other ele- ments of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in, writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Repre- sentative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative in- sists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbi- tration as herein below provided. -30. r• i 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the E specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is �.. received by the Owner's Representative prior to the opening of bids, then it shalt be considered that the Contractor fully understands the work to be included and has provided sufficient sums In his proposal to complete the work in accordance with these plans and specifications. It is further understood that any re- quest for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to.be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specs Pied, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shalt comply with the Workmen's Compensation laws of the State of Texas. The Contractor shalt at all times exercise reasonable precaution for the safety of employees and others on•or near the work and shalt comply with all applicable provisions of federal, state and municipal taws 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 taws or regulations. The Contractor, his sureties and insurance carriers shall defend, indem- nify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any character whatsoever, brought for or on account of any injuries or damages received or sus- tained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the failure of Contractor or any subcon- tractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work pro- gresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assump- tion of duty to supervise safety precautions by either the Contractor or any of his subcontractors. -31- 28. CONTRACTOR'S INSURANCE is sole cost and expense through the life of this contract, in - The Contractor shall procure and carry at h surance protection as hereinafter specified. Such insurance shalt be carried with an insurance company au- thorized 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. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $300,000 Bodily Injury and $300,000 Property Damage per occurrence to include: _ Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury (with exclusion "c° waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. The Contractor shall;obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows for bodily injuries, including accidental death, $500,000 per occurrence, and $100,000 for Property Damage. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury $250/500,000 Property Damage $100,000 to include all owned and non -owned cars including: Employers Nonownership Liability Hired and Non - owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of poten- tial loss) naming the City of Lubbock as insured. -32. pun i I'. P"' E. Excess or umbrella Liability insurance r The Contractor shalt have Excess or Umbrella Liability Insurance in the amount of ($1,000,000 minimum) with coverage to correspond with Comprehensive orrprehensive General Liability and Comprehen- r.o sive Automobile Liability coverages. I The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. F. Worker's Compensation and Employers Liability Insurance As required by State statute covering at( employees whether employed by the Contractor or any Sub- contractor on the job with Employers Liability of at least $100,Oo0 limit. G. Proof of Coverage 4 Before work on this contract is commenced, each Contractor and subcontractor shalt submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and PM offered as evidence of compliance with the above insurance requirements, signed by an authorized t representative of the insurance company setting forth: (1)The name and address of the insured. r» 'a (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 maiting written notice to the named in- sured at the address shown in the bid specifications. P , (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. r (7) The certificate or certificates shall be on the form (or identical copies thereof) con- tained in the job specifications. No substitute of nor amendment thereto will be accept- } able. L: 29. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY EQUIPMENT AND SUPPLIES k ' The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materiatmen and furnishers of machinery and parts thereof, equipment, pment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shalt 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 7 -33- shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. 30. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shalt pay all royalties and license fees, and shaLL_provide for the use of any design, de- vice, material or process covered by letters patent or copyright by suitable legal agreement with the Paten- tee or Owner thereof. The Contractor shall defend aLL suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner harmless from any loss on account thereof, except that owner shall defend all such.suits and claims and shall be responsible for aLL such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is speci- fied or required in these contract documents by Owner; provided, however, if choice of alternate design, de- vice, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harm- less from any toss on account thereof. If the material or process specified or -required by Owner is an in- fringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. 31. LAWS AND ORDINANCES The Contractor shalt at all times observe and comply with all federal,. state and Local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the - Owner against any claims arising from the violation of any such taws, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly.notify the Owners' Representative in writing and any necessary changes shalt be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shalt bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the taw from which it derives its powers, in- sofar as the sameregulates 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. 32, ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further, agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shalt not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 33. TIME FOR COMPLETION AND LiOUIDATED DAMAGES it is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of.this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner,.then the Contractor does hereby agree as part of the con- sideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (ONE HUNDRED DOLLARS) PER DAY, not as a penalty, but as liquidated damages -34- f: for the breach of the contract as herein set forth for each and every calendar day -that the Contractor shall be in default after the time stipulated for completing the work. r It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the com- pletion of the work described herein is reasonable time for the completion of the same, taking into consid- eration the average climatic change and conditions and usual industrial conditions prevailing in this local- ity. The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impractica- bility and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sus- tain,,and the amount is agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 34. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Con- tractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and 4. 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 contact, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either own force, the Owner's Representative may direct the time and manner of constructs by contract or by his ng 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 Ownerls Representative, I schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the sev- eral parts. 35. EXTENSION OF TIME The Contractor, agrees that he has submitted his proposal in full recognition of the time required for the completion of:this project, taking .into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 33 hereinabove j�., set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed ! y by an act or neglect of the Owner, Owners Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, Poll walk -outs, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an ex- tension of time, submitting therewith all written Justification as may be required • for such an extension as requested � y � by Owner's Representative eq by Contractor. The Owner s Representative within ten (10) days after re- ceipt of a written request for an extension of time by the Contractor supported by all requested docu- mentation shall then submit such written request to the City Council of the City of Lubbock for their con- sideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. 36. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays in- cident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge -35- shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 37. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals of- fered for the work. It is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 38. PROTECTION OF ADJOINING PROPERTY The Contractor shalt take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be Liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the perfor- mance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the exis- tence or character of the work. 39. PRICE FOR WORK In consideration of the furnishing of all'necessary tabor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price - set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 40. 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 shalt any certificate or payment be considered as acceptance of de- fective 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 totaloutstanding 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 con- tract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. -36- 41. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shalt submit to Owners Representative an applica- tion for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a.certificate for par- tial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound ma- terials delivered on site of the work that are to be fabricated into the work. The Owner shalt then pay, the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the Contractor, the Owner may upon written recommendation of Owners Representative pay a reasonable and equitable portion of the retained per- centage due Contractor. 42. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owners Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall in- .spect the work and within said time, if the work be found to be completed or substantially completed in ac- cordance with the contract documents, the Owner's Representative shall issue to the owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 43. FINAL PAYMENT Upon the issuance of the certificate of completion, the Owner's Representative shalt proceed to make final measurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shalt certify same to the Owner, who shalt pay to the Contractor on or be- fore the 31st day after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this con- tract; and said payment shall become due in any event upon said performance by the Contractor. Neither the ,certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special condi- tions (if any) of this contract or required in the specifications made a part of this contract. 44. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Ownerst premises all materials condemned by the Owner's Representative „ on account of failure to conform to the contract, whether actually incorporated in the work or not, and Con. tractor shalt at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by Owner may remove and replace it at Contractors expense. the Owner or the Owners Representative, r•r 45. CORRECTION OF WORK AFTER FINAL PAYMENT ` Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for ?" any damage to other work resulting therefrom, which shalt appear within a period of one (1) year from the -37- 46. date of substantial completion. The owner or the owner's Representative shall give notice of observed de- fects with reasonable promptness. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of, (a) Defective work not remedied. _(b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 47. TIME OF FILING CLAIMS It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any directions, order or instruction to which the'Contractor desires to take exception. The Owners' Representative shall reply to such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal from the decision of the Owner's Representative, any demand for arbitration shall be filed with the owner's Representative and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted other- wise in the contract documents. 48. ARBITRATION All questions of dispute under this agreement shall be submitted to arbitration, at the request of either party to the dispute. The parties may agree upon one arbitrator, otherwise, there shall be three; one named in writing by each party and the third chosen by the two arbiters selected;'or if the arbiters fail to se- lect a third within ten (10) days, he shall be chosen by the District Judge, 72nd Judicial District of Texas. Each arbiter shall be a resident of the City of Lubbock. Should the party demanding arbitration fail to name an arbiter within ten C10) days of the demand, his right to arbitrate shall lapse, and the de- cision of the Owner's Representative shell be final and binding on him. Should the other party fail to choose an arbiter within ten (10) days, the Owner's Representative shall appoint such arbiter. Should ei- ther party refuse or neglect to supply the arbiters with any papers or information demanded in writing, the arbiters are empowered by both parties to.take Ex Parte Proceedings. The arbiters shall act with promptness. The decision of any two shall be binding on both parties to the contract, unless either or both parties shall appeal within ten'(10) days from date of the award by the ar• biters, and it is hereby agreed that each party shall have the right of appeal and all proceedings shall be according to and governed by Arbitration Statutes of Texas, being Article 224, et seq., Vernon's Annotated Civil Statutes. THE DECISION OF THE ARBITERS UPON ANY QUESTION SUBMITTED TO ARBITRATION UNDER THIS CONTRACT SHALL BE A CONDITION PRECEDENT TO ANY RIGHT OF LEGAL ACTION. -38- r The arbiters, if they deem the case demands it, are authorized to award the party whose contention is sus- tained, such sums as they deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby. The ar- biters shall fix their own compensation, unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon either or both parties. The award of the arbiters must be made in writ- ing and shall not be open to objection on account of the form of proceedings or award. 49. ABANDONMENT By CONTRACTOR In case the Contractor should abandon and fait or refuse to resume work within ten (10) days after written notification from the Owner or the Owners Representative, or if the Contractor fails to compty with the or- ders of the Ownerls Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shalt be notified in writing and directed to i complete the work and a copy of said notice shalt be delivered to the Contractor. r After receiving said notice of abandonment, the Contractor shalt 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 shalt be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fait to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) (b) The Owner may employ such force of men and use of machinery, equipment, toots, materials and sup- plies 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 com- pleted by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been com- pleted by said Contractor, then the Contractor and/or his Surety shalt pay the amount of such excess to the Owner; or The Owner, under seated bids, after notice published as required by law, at least twice in a newspa- per 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 shalt be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shalt have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shalt be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certificate of completion. -39. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the owner had the work been completed by.the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or.supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete ,the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, toots, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shalt be matted to the Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or otherr giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty ofthe Owner to exercise ordinary care to protect such property. After fifteen (15) days.from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sate may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the *jobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 50. ABANDONMENT BY OWNER In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been included in payments to the Contractor and have not been incorpo- rated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Con- _ tractor at the prices stated in the the attached proposal, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sun to cover the cost of any provisions made by the Con- ^ tractor to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the Owner and all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the batance.shown by said final statement as due the Contractor, under the terms of this Agreement. 51. BONDS The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160, Vernon's Annotated Civil Statutes.in the amount of 100% of the total contract price, in the event saidcontract price exceeds S25,000.00. If the contract price does not exceed $25,000.00, the statu- tory bonds will not be required. All bonds, if required, shalt be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is fur- ther agreed that this contract shall not be in effect until such bonds are so furnished. 52. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special con- ditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shalt control. -40- 55. OSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shalt be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shalt remain, an independent contractor with full, complete and exclusive power and au- thority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shalt have the right to ob- serve Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shalt remove all such debris and also his tools, scaffolding, and surplus materials and shalt leave the work roan clean or its equivalent. The work shalt be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. -41- No Text f I I w. E 6. . i A i CURRENT NAGE DETERMINATIONS r r - E 7 7 -42- (THIS PAGE LEFT BLANK INTENTIONALLY) i Resolution #2502 January 8, 1987 Agenda Item #18 P r.. DGV: da . RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per.diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock :in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and i' WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 1.23, 1984; and WHEREAS, such rates need to be updated at the present time in order r" to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: Y 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: i Exhibit A: Building Construction Trades ' Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate r• Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in P! all public works contracts as provided by law. - f"' Passed by the City Council this 8th day.of January 1987. r e. "'' • B.C. MCMINN, MAYOR { Ranette.Boyd, City Secretary ` APPROVED T. ONTENT: APPROVED AS TO FORM: �d Bi 1 P iyne, D rector o f Bu�ld�ng Services Do Id G. Vandiver, First iAssistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing'Rates Craft Hourly Rate Acoustical Ceiling Installer $11.60 Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer _ 10.50 Bricklayer -Helper 5.00 Carpenter 11.00 Carpenter -Helper 5.50 Cement Finisher 7.35 Drywall Hanger - - 8.70 Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 Glazier 7.50 Insulator, Piping/Boiler 9.50 Insulator -Helper 5.00 Iron Worker Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 Roofer -Helper 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 - Welder - Certified 8.00 6 EXHIBIT B A Paving and Highway Construction Prevailing Wage Rates Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician �^ F1 agger Form Setter Form Setter -Helper �., Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer " Concrete Paving Machinist Front End Loader f Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor r Truck Driver - Light " Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 — Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E _ Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is.1 1/2 times base rate. - SPECIFICATIONS -43- (THIS PAGE LEFT BLANK INTENTIONALLY) LUBBOCK POWER AND LIGHT SPECIFICATION #kSE-0009-2-011792 SOUTH SUBSTATION EQUIPMENT BUILDING I Part I - General 1.01 Scope of Work: This specification covers the requirements for,the furnishing and installation of a pre-engineered metal building to house high voltage electrical and electronic r equipment at the Lubbock Power and Light South Substation. This substation is located at approximately 10602 Indiana (107th. St. and Indiana). The Vendor under this specification shall be responsible for the detailed -design, engineering, fabrication, and r erection of the building described in the specifications and shown on the attached_ drawings. The work shall include but not be limited to the furnishing of site grading and preparation, concrete foundations, steel framing, interlocking wall and roof panels, doors and hardware, interior walls,. and HVAC systems. The building shall be of the rigid frame, clear span design, and shall conform to the standards of metal building industry. 1.02 Submittals: The Vendor shall submit with his bid descriptive literature on the building system i proposed. being After contract award, the Vendor shall submit for �- approval, descriptive literature, design calculations and shop drawings on principal items and products being supplied. Shop drawings for the building structural systems shall be prepared by and bear the seal of "a structural engineer that is registered in the state of Texas. Foundation plans shall be submitted for approval by LP&L. Upon completionof the job, the Vendor shall furnish one set of reproducible "as built" drawings of the building. r. Submit to the Owner two bound copies of the following' information for heating and cooling equipment: A. Catalog data on all equipment B. Start up instructions for all equipment l C. Trouble shooting procedures for all equipment 1 D. Complete wiring diagrams E. Recommended maintenance schedules for all equipment F. Parts list for all items G. Name and address of Vendor H. Warranty information 1.03 Codes and Permits: The sTeent Vendorbuilding shallshall resp nsiblewith forall obtainingbuilding codes.. Thh necessary permits and inspections. Part II - Products 2.01 Metal Building System: All metal building components shall be of grades equal or better than those set forth in the Metal Building Manufacturers Association (MBMA), "Recommended Design Practices Manual", the American Welding Society.(AWS) D1.1, "Structural Welding Code", and the American Institute of Steel Construction (AISC), "Specifications for the Design, Fabrication and Erection of Structural Steel .for Buildings". Wind and live loads shall be in accordance.with local building codes and MBMA standards except that the building shall be designed and certified to withstand wind speeds of 90 MPH. Roof systems shall be.designed to comply with the uplift requirements of UL -90. The Contractor shall furnish certifications of compliance with UL -90 - Wall and roof panels shall be steel with a minimum thickness of 26 gauge. Wall panels shall be galvanized, epoxy primed inside and out and painted inside and out. The outside finish coat shall be a minimum 1 mil thick and shall be warranted for 20 years against fading and peeling. Building color will.be selected by LP&L from the manufacturer's standard colors. The interior finish shall be ,a polyester paint with a minimum thickness of .5 mils. Roof panels shall be 26 gauge mechanically seamed, standing seam design with a zinc - aluminum alloy finish. The minimum roof slope shall be 1/2" in 12inches. Roof and wall panels shall be warranted to be weather tight for twenty years. All wall panels shall be provided with painted metal interior liner panels to eave height except in the Battery Room. Battery Room interior finishes are specified below. All exposed interior structual members shall be painted to match the liner panels. All roof and wall panels shall have closed cell foam closures that match the panel profile installed at the eave, rake, and base to provide a weather tight building. Mitered sheets will not be accepted in lieu of closure strips. All 0A sidelaps, endlaps and flashings shall be.sealed with no non -shrinking, non-drying, mastic tape. End walls of the building shall be designed with a 101-0" x 10'-0" clear framed openings for equipment access panels. This clear opening shall be from the floor slab up to a height of 10 feet, requiring that provisions be made to remove the floor plate or channels re panels?at the floor. Fre required to secure wall, anticipated. The structural framing, these panels is not sheeting shall be cut and arranged gsuchlthatna110an0"x10'-0" clear access could be obtained to the building in these areas without cutting panels or members. The removal of bolts, screws, flashings, panels, insulation, trims, foam closures, or mastics will be considered acceptable means of achieving this access. Panels should be fully weather tight in the area of the access panels. - 2.02 Foundation and Floors: �., The Contractor shall prepare detailed foundation drawings and anchor bolt plans and i - trenches, cable pull boxes, conduits and other details installed.as shown on the sidelaps, endlaps and flashings shall be.sealed with no non -shrinking, non-drying, mastic tape. End walls of the building shall be designed with a 101-0" x 10'-0" clear framed openings for equipment access panels. This clear opening shall be from the floor slab up to a height of 10 feet, requiring that provisions be made to remove the floor plate or channels re panels?at the floor. Fre required to secure wall, anticipated. The structural framing, these panels is not sheeting shall be cut and arranged gsuchlthatna110an0"x10'-0" clear access could be obtained to the building in these areas without cutting panels or members. The removal of bolts, screws, flashings, panels, insulation, trims, foam closures, or mastics will be considered acceptable means of achieving this access. Panels should be fully weather tight in the area of the access panels. - 2.02 Foundation and Floors: �., The Contractor shall prepare detailed foundation drawings and anchor bolt plans and submit these drawings to LP&L-for approval. The foundation shall have the cable trenches, cable pull boxes, conduits and other details installed.as shown on the r attached drawings. Concrete shall have,a minimum 28 day, compressive strength of 3000 psi. Concrete testing will be performed by the City of Lubbock. - Floors under the high r voltage switchgear shall be level within .+ or - 1/1611. Total weight of the high " voltage switchgear is 25,000 pounds and total weight of the relay equipment is 4,000 pounds. Floor design should assume that this equipment will be rolled in and out of the building through the wall access panels. The existing site subgrade has been compacted and rough graded to the elevations shown on the drawings. The Contractor shall provide all additional compacted fill necessary to achieve the required finished floor elevation -shown on the drawings. Fill material shall be compacted to -a density of 95% Standard Proctor. Compaction testing will be performed by the City of Lubbock. 2.03 Insulation: All exterior building walls and roof panels shall be insulated with a minimum of 2" thick glass fiber blankets. The insulation material and backing shall meet the flame spread and smoke requirements of UL FHC 25/50. Insulation blankets shall be secured to wall and ceiling panels and retained with poultry netting as required. 3 2.04 Doors and Hardware Exterior doors shall be hollow metal, 1 3/4" thick with 18 gauge face sheets and arranged for mortise deadbolt lock installation. Door frames shall be 16 gauge and shall be fully weatherstripped. All door locks shall -be Russwin model 5056 to match existing substation hardware. All doors shall be keyed alike. Entrance doors for the Switchgear and Storage Rooms shall be 31-611,x 7'-0" while theBatteryRoom door shall be 3'-0" x 7'-011. 2.05 Louvers: The Battery Room shall be provided with two 10"x16" operable louvers, with insect screen and 1" thick filter. Louvers shall be galvanized steel and painted to match the building wall panels. - 2.06 Interior Walls and Finishes: Interior walls shall be metal stud, dry wall construction. The South wall of the Switchgear Room shall have a'layer of 1/211,plywood installed under the gyp board. Gyp board walls shall be taped, textured, painted and provided-with.a vinyl.base. All walls in the Battery Room shall be covered with mosture.proof-gyp board and finished with white FRP panels. The FRP 'panels shall be installed in accordance with the manufacturer's recommendations. Provide all necessary inside corners, outside corners, butt joint connectors, and other accessories and fittings necessary to provide,a-complete finished and waterproof, job. Interior wall finishes shall be as scheduled below: Room Wall Finish North South East West Switchgear Battery MLP 1/211PW MLP VB 1/2"GB VB TTP VB 1/2"MPGB 1/2"MPGB 1/2"MPGB FRP FRP FRP VB VB VB MLP VB 1/2"MPGB FRP VB Storage 1/2"GB MLP 1/2"GB MLP {MLP = factory finished metal liner panel, VB = vinyl cove base, PW = plywood, GB = gyp board, MPGB = moisture proof gyp board, FRP = fiberglass reinforced plastic} 4 t i 2.07 Heating and Cooling System: Install a new 5 ton refrigeration having a minimum SEER rating of 8. The condensing unit shall be installed on a concrete pad and shall be provided with a hail screen. The electric furnace shall have a rating of 20 KW and a 2500 cfm blower. The base for the furnace shall be. constructed to support the furnace and permit the entrance of return air. Provide a trapped PVC condensate drain through the exterior wall. The unit shall be operated by a standard thermostat with switches for blower control ("Auto - Off") and seasonal control ("Heat -Cool"). The furnace and condensing unit shall be wired to disconnect switches; furnished and installed by the Contractor. Electric service to the disconnects will be provided by others at a later date. The Owner will provide a temporary service to the equipment for check out and acceptance testing. Units shall be rated for 208/230 volt, single phase service. Duct work shall be low pressure and constructed of galvanized steel in conformance with l" w.g. pressure class. Duct metal gauges, duct construction, joint bracing, and joint construction shall be in accordance with SMACNA HVAC DUCT CONSTRUCTION STANDARDS, First edition. Duct shall be lined with 1" thick insulation and properly supported from the existing building bar joists. The duct shall be 22"x15" OD, approximately 35 feet long with (5) five diffusers as shown on the drawings. 2.08 Conduits and Cable Trenches: The Contractor shall install a system of cable trenches and underfloor conduits as shown on the plans. Cable trenches shall be provided with smooth steel cover plates in the areas shown on the drawings. Trenches shall be formed r with recessed edges so that cover plates shall be flush with the floor. Cover plates shall be cut in sections not to exceed 3''-0" in length. Cut edges of plates shall be ground smooth and square so that adjacent sections butt tightly 4 together. All conduits installed under the building slab shall be stubbed out past the building at least 5'-0" and securely capped below grade. Locations of stub outs shall be recorded on the as -built plans or marked in the field with a permanent monument or stake. Conduits stubbed up under the high voltage switchgear shall be thinwall type EB, PVC and shall be flush with the building floor. Conduit stub ups under the high voltage switchgear must be accurately located in accordance with the details shown on the drawings. All conduits shall be securely capped to prevent the entrance of concrete or debris. Elbows on 5" PVC conduits shall have a minimum radius of 4'-0". Conduits entering the cable pullbox shall be terminated in belled end, plastic conduit terminators cast into the wall of the pullbox. Terminators shall be equal to those produced by Formex Manufacturing, Lawrenceville, Ga. Part III Execution 3.01 LP&L Installed Equipment: The high voltage switchgear and relay panels shown on the drawings will be set in place by LP&L after the building slab and conduit installation is complete and prior to erection of the building. This equipment will be weatherproofed and protected by LP&L, however the Contractor shall cooperate and assist in assuring that the equipment or it's protective covering is not damaged. 3.02 Construction Site: LP&L personnel and other contractors will be on the site constructing and installing other substation equipment and facilities. The equipment building Contractor shall coordinate with the Owner's Representative the location of job shacks, storage trailers,.and lay down areas so not to interfere with other construction activities. The Contractor shall be responsible for the protection and security of the building jobsite and materials. LP&L will provide and pay for electric construction service for this project. Light fixtures, lighting and power wiring will be provided under other phases of this project and is not a part of this contract. The Contractor for this project shall provide all temporary lighting, wiring, outlets, and heaters necessary to construct the facility. LP&L currently has portable toilets on the substation site that will be available for use by the Contractor. Water service is not osbforaand paysite. for any water Contractor shall make prvision that is required for this project. C-1 SPECIAL CONDITIONS -44. (THIS PAGE LEFT BLANK INTENTIONALLY) r April 10, 1992 SUBJECT: LP&L South Substation Equipment Building Office of Purchasing The City of Lubbock, having considered the proposals submitted and opened on the 26th day of March, 1992, for work to be done and materials to be furnished in and for: City of Lubbock Bid # 11862 LP&L SOUTH SUBSTATION EQUIPMENT BUILDING as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City Council of the City of Lubbock on the April 9, 1992, at the bid price contained therein, subject to the execution of and furnishing of all other documents specified and required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of Lubbock all such documents within ten (10) days from your receipt of this Notice. The five percent (5%) bid security, submitted with your proposal, will be returned upon the execution of such contract documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such contract documents and bonds within the time limit specified, said bid security will be.retained by the City of Lubbock. CITY OF LUBBOCK ve,/ 4��Zl Gene ds, C.P.M. Purchasing Manager MAP IN FILE SEE RESOLUTION Page is too large to OCR. Page is too large to OCR. Page is too large to OCR.