Loading...
HomeMy WebLinkAboutResolution - 4234 - Contract - Caldwell Tanks Inc - 150,000 Gallon Elevated Water Tank - 08_26_1993Resolution No. 4234 August 26, 1993 Item #22 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Caldwell Tanks, Inc. of Louisville, Kentucky for the installation of a 150,000 gallon elevated water tank which will supply water to the TDJC Psychiatric Hospital, 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 ATTEST: t y o nsCity Secretary APPROVED AS TO CONTENT: Victor ma urc as ng Manager APPROVED AS TO FORM: ar •".-WAdiver, -first -A City Attorney I DGV:js/CALDWEU .RES W-Agenda/August 17, 1993 CITY OF LUBBOCK SPECIFICATIONS FOR 150,000 GALLON ELEVATED WATER STORAGE TANK BID # 12663 CITY OF LUBBOCK Lubbock, Texask:-- e5#40+ r r RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract by and between the City of Lubbock and Caldwell Tanks, Inc. of Louisville, Kentucky for the installation of a 150,000 gallon elevated water tank which will supply water to the TDJC Psychiatric Hospital, 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 ATTEST: Betty M. Johnson, City Secretary APPROVED AS TO CONTENT: ictor i ma,, Purchasing Manager APPROVED AS TO FORM: bf �— v w• v— U6nAld G. a ever, rs ss stan City Attorney WV: js/CALDtJ=. RES D2-Agende/August 17, 1993 day of , 1993. 117 .Xlj I 1 N I'm W11 r 7 City of Lubbock P.O. Box 2000 r Lubbock. Texas 79457 P 606-767-2167 7. Office of Purchasing MAILED TO VENDOR: July 27, 1993 CLOSE DATE: August 3, 1993 AT 2 P.M. BID #12663 - 150,000 GALLON ELEVATED WATER STORAGE TANK ADDENDUM # 1 The following items take precedence over drawings and specifications for the above named project. Where any item called for in the bid documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please modify or amend contract documents as follows: 1. Enclosed please find, Section 01019, Contract Considerations. Please add this to the technical specifications. All requests for additional information or clarification.should be submitted in writing and directed to: PLEASE RETURN ONE COPY WITH YOUR BID THANK YOU, Ron Shuffield Senior Buyer r PART 1 GENERAL 1.1 SCHEDULE OF VALUES SECTION 01019 CONTRACT CONSIDERATIONS 01019 - Page 1 ,.., A. Submit a printed schedule on AIA Form G703 - Application and Certifi- cate for Payment Continuation Sheet; EJCDC 1910-8-E, or a similar form. Contractor's standard form or electronic media printout will be considered. B. Submit Schedule of Values in duplicate within 10 days after date of Owner -Contractor Agreement. C. Format: Identify each line item with number and title of the major ' specification Section. Identify bonds and insurance, site mobiliza- tion, demobilization. D. Upon request of Owner's Representative, support the values with data that will substantiate correctness. l: E. An unbalanced Schedule of Values providing overpayment of Contractor on items of the Work that will be performed early will not be accepted. F. Revise and resubmit the Schedule of Value until accepted to the Owner' Representative. No Applications for Payment shall be submitted until 4 Schedule of Values is accepted. G. The Schedule of Values, when accepted by Owner's Representative, shall be used only as the basis for the Contractor's Application for Payment. H. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded; b. The total value of labor for installing the material, including Contractor's overhead and profit. 1.2 SUBSTANTIAL COMPLETION A. For the purposes of establishing when the project is substantially complete and suitable for its intended purpose, the following functional components shall be completed: r, 1. The tank shall be painted, disinfected and tested; tank and acces- sories including lights, electrical, cathodic protection, fire hydrant, gate valves and valve boxes shall be operable for full range. FCity of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01019 - Page 2 PART 2 PRODUCTS r Not Used PART 3 EXECUTION Not Used END OF SECTION PM r City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank CITY OF LUBBOCK SPECIFICATIONS for TITLE: 150,000 GALLON ELEVATED WATER STORAGE TANK ADDRESS: TDCJ PSYCHIATRIC FACILITY PEACH AVENUE, LUBBOCK, TEXAS BID NUMBER: 12663 PROJECT NUMBER: 1481-553102-4781 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1 INDEX PAGE J1. NOTICE TO BIDDERS..........................................................................................5 2. GENERAL INSTRUCTIONS TO BIDDERS... ................................................. . ..................7 Pau e 3. BIO PROPOSAL - BID FOR LUMP SUM CONTRACTS.................................................................15 4. PAYMENT BOND..............................................................................................21 5. PERFORMANCE BOND..........................................................................................25 r6. I' CERTIFICATE OF INSURANCE..................................................................................29 7. CONTRACT..................................................................................................33 rB. GENERAL CONDITIONS OF THE AGREEMENT .......................................................................37 9. CURRENT WAGE DETERMINATIONS...............................................................................55 .� 10. SPECIFICATIONS............................................................................................57 11. SPECIAL CONDITIONS........................................................................................59 12. NOTICE OF ACCEPTANCE......................................................................................61 r i f r p e r f 2 NOTICE TO BIDDERS 4 r F i NOTICE TO BIDDERS BID # 12663 Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock a.m. on the 3rdh day of August. 1993, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: 150,000 GALLON ELEVATED WATER STORAGE TANK After the expiration of the time and date above first written, said sealed proposals will be opened by the Buyer 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 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 26th day of August, 1993, 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 Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of I or superior, as the rating of the bond company is a factor that will 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, Lubbock, Texas. Attention of each bidder is particularly called to the schedule of general prevailing rate of per t 1 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 r. 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. r i The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a pre -bid conference on 27th clay of July, 1993, at 10:00 o'clock a.m., Conference Room 108, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 13th Street Roan L-04 at least 48 hours in advance of the meeting. CITY LUBBOC Ron Shuffield SENIDR BUYER t ADVERTISEMENT FOR BIDS B10 0 12663 �,. Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department„ City of Lubbock, I Texas, will be received at the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock p.m. on the 3rd day of August. 1993, or as changed by the issuance of formal addenda to all planholders, to furnish ell labor and materiels and perform all work for the construction of j ^ the following described project: 150,000 GALLON ELEVATED WATER STORAGE TANK After the expiration of the time and date above first written, said sealed proposals will be opened by the Buyer 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 particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a prebid conference on 27th day of July. 1993, at 10:00 o'clock a.m., Conference Roan 108, Municipal Building, 1625 13th Street, Lubbock, Texas. The City of Lubbock does not discriminate against persons with disabilities;. City of Lubbock pre - bid meetings and bid openings are available to all persons regardless of disability. If you would like bid I information made available in a more accessible format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.) or 1625 lath Street, Room L-04 at least 48 hours in advance of the meeting. CITY OF LUBSOC k Ron Shuffield 711 r Senior Buyer I i I al it rGENERAL INSTRUCTIONS TO BIDDERS t;. r r r 6 r r GENERAL INSTRUCTIONS TO BIDDERS i 1. SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to i complete this project in accordance with contract documents. 2. CONTRACT DOCUMENTS d EAll work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 3. PLANS FOR USE BY BIDDERS r It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered i 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. k. TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 300 (three hundred) calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City P reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City .. that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the 1 Contractor to take such action as the City deems necessary to insure completion of the project within the time }� specified. { 5. PAYMENT ALL payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the r' contract documents. 6. AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 7. MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in 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 defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 4. PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 10. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the 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 materials to be incorporated into the work without paying the tax at the time of purchase. 0 r� r� 12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES r It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to ell underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location !� of all such underground lines and utilities of which it has knowledge. However, sut:h fact shall not relieve the A Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 13. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and t shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, ` and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 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 shall assume full responsibility for all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. Explosive materials shall not be stored or kept at the construction site by the Contractor. In ell cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 15. CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 16. INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas r•. and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shalt contain an agreement on the part of the insurer waiving the right to subrogation. The insurance certificates furnished shall name the City as an additional insured and shall further state that all subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particulgrUproject shall be subcontracted. r 1 i 17. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: (1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. (2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 18. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not Less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the now of.each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shalt state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 19. PROVISIONS CONCERNING ESCALATOR CLAUSES Poposals submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 11 r 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, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Proposal for (description of the project). Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal may be withdrawn or altered thereafter. 21. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Proposal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. (j) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. F 12 t: r r BID PROPOSAL 1. t� t k r 14 BID PROPOSAL BID FOR UNIT PRICE CONTRACT PLACE: TDCJ PSYCHIATRIC FACILITY, LUBBOCK, TEXAS DATE: August 3, 1993 PROJECT NUMBER: 12663 - 150,000 GALLON ELEVATED WATER STORAGE TANK, LUBBOCK, TEXAS Proposal of Caldwell Tanks, Inc. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of a 150,000 Gallon Elevated Water Storage Tank having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written r. "Notice to Proceed" of the Owner and to fully complete the project within 300 consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $250.00 (Two Hundred Fifty 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. 6 Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. F- k The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days t after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars (S ) or a Proposal Bond in the sum of Five Percent of Total Bid Dollars (S5. of BiO, which it is ragreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. 16 r f r 7 PM I Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) ATTEST: Barry L. Geswein, Assistant Secretary We acknowledge receipt of Addenda No. 1 mailed July 27, 1993. ineer 17 I BPF - Page 1 r' BID PROPOSAL BID FOR UNIT PRICE CONTRACTS Item Quantities Per Total No. & Units --------------------------------------------------------------------------------- Description of Item & Unit Prices Unit Amount 1. One (1) Each 150,000 Gallon Elevated Steel Water Storage Tank, fabricated, delivered and erected at the site, r- including materials, labor and all tools and equipment for temporary facilities and controls, progress photographs, excavating, backfilling, design and construction of reinforced concrete foundation, site water lines, fire! hydrant, design, fabrication, delivery and erection of elevated storage tank with necessary accessories, painting system, cathodic protection, disinfection, electrical and lighting (including obstruction lights), testing and inspecting laboratory services, grading around �- tank foundation and final cleanup. ALTERNATE No. 1: SINGLE PEDESTAL SPHEROIDAL TANK: A. COMPLETION TIME THREE HUNDRED (300) DAYS: SE RVICES:0,xu,6tb �x,�c►+t T.tar�„aa eis _(SISS,CXb )SI�SitY�t� MATERIALS:����,--Y-,.�„S„�,abou�a�s TOTAL BID ALTERNATE No. 1, OPTION A: 11-- . - �._• • B. COMPLETION TIME TWO HUNDRED (200) DAYS: r- SERVICES:��,��r�,t..}�.,�'w�'�s�e��(a IX'S,OOD )S 1gS,OCC,� MATERIALS:�,�+��-�c�—,,�,,s,�,� 7 (� �DG�b )$ '9-7.ocrj i TOTAL : l�ou �.z�S�ecr1,�+us.ai�u •tie, (oS, OOC>) Z(oS,L� TOTAL BID ALTERNATE No. 1, OPTION B: ($ 4+ F City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank BPF - Page 2 PON C. COMPLETION TIME ONE HUNDRED AND FIFTY (150) DAYS: SERVICES: _($ )$�$115 r MATERIALS: ($ )S TOTAL: TOTAL BID ALTERNATE No. 1, OPTION C: pm ALTERNATE No. 2: DOUBLE ELLIPSOIDAL FOUR -LEGGED TANK: A. COMPLETION TIME THREE HUNDRED (300) DAYS: SERVICES:Dca��L,y�er� F,•,C�t� �+� ,a, __($ 1S1,cr,-Q )$isI=D MATERIALS: � �t�t��e�.t���s,a�t� � �(S 73,t>OC) )$ 1� TOTAL , Qsn .�E�,*r -a � , eLatit (SZZ�j,OCZZ) SL 0 TOTAL BID ALTERNATE No. 2, OPTION A: r r B. COMPLETION TIME TWO HUNDRED (200) DAYS: 4 SERVICES:V_c�-,fau�s.4•�tu.w�(S 1�1.cnC� )S IC1 f MATERIALS:13,ODD TOTAU:�m- �a 'eTT�i�r Q C- shyh�►��,PpSZLFOR �},( TOTAL BID ALTERNATE No. 2, OPTION B: C. COMPLETION TIME ONE HUNDRED AND FIFTY (150) DAYS: SERVICES: ($ )S MATERIALS: (E )$ TOTAL: _($ )$ TOTAL BID ALTERNATE No. 2, OPTION C: 7 City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank IM LIST OF SUBCONTRACTORS This form shall be completed and submitted with the Bidder's Proposal. r Minority Owned Yes No PM t . �jyl.l)f.SZE 1 L�D�ST�1�S C mud J�t'T1ovi, — 2.gL4Af �s�o� �R.A►�*� — 7 3 • VV.,J;, to 4. S' — r. 6. — — 4 7. 8. 4. 10. 1 - i I i c 19 PAYMENT BOND r Bond No. GWM ABOUCM INSURANCE COMPANY OH10 CAUTION: You should use an original AIA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. BID BOND Approved by The American Institute of Architects, A.I.A. Document No. A310 February 1970 Edition KNOW ALL MEN BY THESE PRESENTS, that we Caldwell Tanks, Inc., 4000 Tower Road, Louisville, KY 40219 as Principal, hereinafter called the Principal, and the GREAT AMERICAN INSURANCE COMPANY, a corporation duly organized under the laws of the State of Ohio, with Administrative Offices at 580 Walnut Street, Cincinnati, Ohio 45202, as Surety, hereinafter called the Surety, are held firmly bound unto - City of Lubbock, TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Bid Amount Dollars (S 5% Bid Amount ), for the payment of which sum well and truly to be made, and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 150,000 Gallon R1 Pva f nd Tank _ Rid 9 19661 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the r Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of August 19-93. er F.9630A (t ., _, r GUM MVERICAN INSURANCE CAMPANY 7 580 WALNUT STREET a CINCINNATI, OHIO 45202 a 513-369-5000 a FAX 613-723-2740 The number of persons authorized by rthis power of attorney is not more than No. 0 14698 THREE POWER OF ATTORNEY r., KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE. COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limitt stated below. Name Address Limit of Power JAMES M. MATEIE NS ALL OF ALL r' LEE WEST DAUAS, TEXAS UNLIMITED BARBARA O' IBARY This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOFthe GREAT AM ERICAN INSURANCE COMPANY hascaused these presents to besigned and attested by its appropriate officers and its corporate seal hereunto affixed this 6th day of May , 1993 Attest GREAT AMERICAN INSURANCE COMPANY ` STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 6th day of May, 1993 before me personally appeared GARY T. DUNBAR. to me r known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. 7" RESOLVED. That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalfof the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority. and to revoke any such appointment a( any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract orsuretyship, or other written obligation in the nature (hereof, such signature and seal when soused being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I. 1993 have not been revoked and are now in full force and effect. Signed and sealed this 3rd day of August 1993 _. r r r l POWER OF ATTORNEY 1 KNOW ALL MEN BY THESE PRESENTS, that CALDWELL TANKS, INC., Louisville, Kentucky, a Kentucky Corporation, has constituted and appointed, and does constitute and appoint the persons named below as its true and lawful Attorneys - in -Fact, to execute proposals for the sale of materials or the construction of work, to make contracts for same, and execute Surety Bonds to be used in connection therewith: JOHN R. BICKEL JOHN E. KRAFT CONRAD R. SPANGLER, III This appointment is made in accordance with Article V, Section 1 of the By -Laws of the Corporation as amended January 16, 1986, and still in full force and effect. IN WITNESS WHEREOF, CALDWELL TANKS, INC. has caused these presents to be signed by its President, and its corporate seal to be thereunto affixed and duly attested by its Assistant Secretary this 24th day of November, 1992. ATTEST: (SEAL) /� 0 STATE OF KENTUCKY ) ) SS: COUNTY OF JEFFERSON ) CALDWELL TANKS I C. BY: — Bernard Fineman President On this 24th day of November, 1992, before me personally appeared Bernard S. Fineman, President of CALDWELL TANKS, INC., who being duly sworn, said he resides in the state of Kentucky; that he is President of CALDWELL TANKS, INC., the Corporation described in and which executed the foregoing instrument; that he knows the Corporate seal; that it was so affixed by order of the Board of Directors of said Corporation; and that he signed his name theret as President of said Corporation by like authority. (SEAL) B enderson STATE OF KENTUCKY ) Notary Public, State at Large ) SS: MY COMMISSION EXPIRES 7-29-94 COUNTY OF JEFFERSON ) I, Barry L. Geswein, Assistant Secretary of CALDWELL TANKS, INC. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by CALDWELL TANKS, INC., which is still in full force and effect. IN WITNESS WHEREOF, I have signed this certificate at Louisville, Kentucky, this __3rd day of August , 1993. (SEAL) _ BY: Barry L. Geswein Assistant Secretary CT-228 Caldwell Tanks, Inc. F PERFORMANCE BOND 25 Bond No. 7 61 17 45 GZT' jV11ER1C-W INSURANCE COMPANY OHIO CAUTION: You should use an original AIA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. PERFORMANCE BOND The American Institute of Architects, A.I.A. Document No. A311 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS: that (Here insert full name and address or legal title of Contractor) Caldwell Tanks, Inc., 4000 Tower Road, Louisville, KY 40219 as Principal, hereinafter called Contractor, and, (Here insert full name and address or legal title of Surety) GREAT AMERICAN INSURANCE COMPANY 580 Walnut Street, Cincinnati, Ohio 45202 as Surety, hereinafter called Surety, are held and firmly bound unto (Here Insert full name and address or legal title of Owner) City of Lubbock, P.O. Box 2000, Lubbock, TX 79457 as Obligee, hereinafter called Owner, in the amount of Two Hundred Sixty Five Thousand and 00/100------------------------ Dollars Is265,000.00 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated 2—?10 19 Q! , entered into a contract with Owner for 150,000 Gallon Elevated Tank in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be In default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for Signed and sealed this a day o l Aa-u� - Barry L. Geswien (""eul Assistant Secretary a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be Instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executgrs, administrators or successors of the Owner. - tt. St Caldwell Tanks, Inc. (Principal) ` _,(Seat) Bernard S. Vineman (Title) President GREAT,AME ICAN INSURANq COMPANY (5 tY) -` (Seal) (witness) sB s71sb BOND CHECK Lee West (TI e) Attorney -in —Fact' Performance Bond. This bond is Issued simultarle¢w11paT�Nt3 ' with Labor and Material Bond F.9635 — (3/82), tVti Revised to February, 1970 LICENSED IN TUA F.9633F (11 /92) DATE-IF4321 BY /J/ PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND Issued for Nature of Work Date of Contract Date of Bond FBond No. 7 61 16 45 GtE1'1T jM1ER G%N INSURANCE COMPANY OHIO CAUTION: You should use an original AIA document which has this caution printed in red- An original assures that changes will not be obscured as may occur when documents are reproduced. LABOR AND MATERIAL PAYMENT BOND The American Institute of Architects, AIA Document No. A311 (February, 1970 Edition) THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE°FULL AND FAITHFULL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that (Here insert full name and address or legal title of Contractor) Caldwell Tanks, Inc., 4000 Tower Road, Louisville, KY 40219 as Principal, hereinafter called Principal, and, (Here insert full name and address or legal title of Surety) GREAT AMERICAN INSURANCE COMPANY 560 Walnut Building, Cincinnati, Ohio 45202 as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) r City of Lubbock, P.O. Box 2000, Lubbock, TX 79457 I. as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of l Two Sixty Five Thousand and 00/100------------------------------ Dollar,($265,000.00 ), l (here Insert a sum equal to at least one-half of the contract price) for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, 47� Principal has by written agreement dated U UD 19(q�) , entered into a contract with Owner for 150,000 Gallon Elevated Tank in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) I which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. 111 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is furnished the last of the materials for which said claim is made, stating such that, if Principal shall promptly make payment to all claimants as with substantial accuracy the amount claimed and the name pf the party to hereinafter defined, for all labor and material used or reasonably required whom the materials were furnished, or for whom the work or labor was for use in the performance of the Contract, then this obligation shall be done or performed. Such notice shall be served by mailing the same by void; otherwise it shall remain in full force and effect, subject, however, to registered mail or certified mail, postage prepaid, in an envelope addressed the following conditions: to the Principal, Owner or Surety, at any place where an office is regularly 1. A claimant is defined as one having a direct contract with the maintained for the transaction of business, or served in any manner in Principal or with a Subcontractor of the Principal for labor, material, or which legal process may be served in the state in which the aforesaid both, used or reasonably required for use in the performance of the project is located, save that such service need not be made by a public Contract, labor and material being construed to include that part of water, officer. gas, power, light, heat, oil, gasoline, telephone service or rental of b) After the expiration of one (1) year following the date on which equipment directly applicable to the Contract. Principal ceased Work on said Contract, it being understood, however that 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not if any limitation embodied In this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be been paid in full before the expiration of a period of ninety (90) days after amended so as to be equal to the minimum period of limitation permitted the date on which the last of such claimant's work or labor was done or by such law. performed, or materials were furnished by such claimant, may sue on this c) Other than in a state court of competent jurisdiction in and for the bond for the use of such claimant, prosecute the suit to final judgment for county or other political subdivision of the state in which the Court for the such sum or sums as may be justly due claimant, and have execution district in which the Project, or any part thereof, is situated, and not thereon. The Owner shall not be liable for the payment of any costs or elsewhere. expenses of any such suit. 4. The amount of this bond shall be reduced by and to the extent of 3. No suit or action shall be commenced hereunder by any claimant: any payment or payments made in good faith hereunder, inclusive'(i_the - a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the payment by Surety of mechanics' liens which may be filed of" record against said improvement, whether or not claim for the amount -of such Principal, the Owner, or the Surety above named, within ninety (90) days lien be presented under and against this bond. the work or labor, or after such claimant did or performed the last of the Signed and sealed this 2(pl..-n day of (,(Sf 1B IZA Ca dwl l Tafiks , Inc. Barry L. Geswien (Witness) Assistant Secretary (Principal) ....c . s..,.►- (Seal) Bernard S. Vheman (Title) president AM N IWRAPACE COMPANY .P"nC-I IE£i4 (sea1Y- (Witness) SB 5715B BEST RATING West Attor°ne (T ) -in-Tract � y Labor and Material Payment Bond. This bond Is Issued LICENSED IN TEXAS simultaneously with Performance Bond F.9633E — (3182). Revised to February, 1970 DA�TEBY- iI F.9635A 411 /92i I li I _ r G GWM ABIER1CAN INSURANCE COMPANY 680 WALNUT STREET • CINCINNATI, OHIO 45202 a 513-369-6000 • FAX 613-723-2740 �., The number of persons authorized by j this power of attorney is not more than No. 0 14698 ( TFffE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the: liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAMES M. MATHEWS ALL OF ALL, LEE WEST LAUM, TEXAS UNL'CIq= BA dVM O' LEAFS This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOFthe GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by I its appropriate officers and its corporate seal hereunto affixed this 6th day of May , 1993 Attest GREAT AMERICAN INSURANCE COMPANY k STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 6th day of May, 1993 before me personally appeared GARY T. DUNBAR. to me PM known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. r C RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalfof the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract orsuretyship, orother written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION r1,^RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signidand-sealed this 2(pLl day of , 19Q3 L, a S 1029P (4 93) CERTIFICATE OF INSURANCE 29 'i .:":> CSR �p ISSUE DATE (mmmnw) . .... . ................. RTIFICAT +C FI1qS... ACORD C ..:::! :..:..:..:...::.......:.::.,......... ..::.:.:... .:.::.:.::::...:::::::...:..:............:.:::08/31/93 .."'........................................... PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Neace-Musselman-Mayf field CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 1,;Louisville Office DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 6100 Dutchmans Lane POLICIES BELOW. Louisville, KY 40205-3284 COMPANIES AFFORDING COVERAGE John F. Neace .............................................................................. ......................................................................................... ,502-459-2011 � COMPANY IErI.Eg A Federal Insurance Company ................................................................................................................... ...................................................................................................................................................................... COMPANY B LErTER tNsuRzm CaldwellTanks, Inc ........................................................................................................... Attn: Bernard S. Fineman COMPANY C P.O. Box 35770 LMER ......................... ....................................................... louisville, KY COMPANY D 40232 ................................................ ........ ........................................ '-'................ ................................................. ... COMPANY E LErrER .................:,.:.....:................................................................................................................................ ,•� .. ..... .... .... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BEIDW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TEn( OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTiFiCATEMAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTA; TYPE OF INSURANCE POLICY NUMBER POLICY AFFECTIVA POLICY EI=ATLOIZ DATEYY)(MMMDIM DATE (MMIDD/I•�� CENERALLIABILWY :GEM]IALAGGREGATE S 2,000,000 A X CoMMERCLALGENERAL LIABIIrY 3532 23 36 .. ....I ..................}........ 08/01/93 08/01/94 PROD(CrS-COMP)OPAGO. s 1,000,()00 .......... .......... CLAIMS MADE X OCCUR ...................... ........... '--...................................... ......... :PERSONAL A ADV. INJURY : f 1 OOO, OOO ... OWNER'S A CONTRACTOWS PRoT. 1................ EACH OCCURRENCE S 1,000,000 X SEE DESCRIPTION DAM FIRE DAMAGEV*aaeie) t 100,000 BELOW :MED.EXPENSEQ*cwpe.. Q S 10,000 AUTOMOBILE LIABILITY ` COMBINED SINGLE ' t 1,000,000 A X . ANY AUro 7321 09 09 08/01/93 08/01/94 UmrF ;......: i ALL OWNED AUTOS ............................................................................ = : BODILY INJURY _ SCHEDULED AUTOS (Pet pmem) :........; X HISID AUTOS .......................................... BODILY INMRY X NON-OWNEDAUOST °0i-Wm) ;.......: GARAGE LLABUMT :............................................... ............... _... PROPERTY DAMAGE : t :EaCRSSLIABILnY EACH OCCURRENCE :t 4,000,000 :.......... "A X UMBRELLAPORM 7971 45 00 ..................... ................... ....................... ... 08/01/93 08/01/94 AGGREGATE s 4,000,000 ;......... OTII1t THAN UMBRELLA FORM .. _. �.�:..:.�:::..:.�::�.•. i.:i•}"}}:i::i}}?:-}?:;�?i}ii}}}iii}ii::{•}ii?: ii}:4}i::-i::.i+: ___ ::::.: ,::,::, •:.?•::?.: ?.:.:.:.:. ................. .::. A WOREER•e Co 7163 75 88 COMPENSATION srwnrroRY rrs 08 01 08/01/94 X LDd /93 AND EACH ACCmENT .....................;.=....1, 000, 000...... A EMPLOYERS' LIABILITY 7163 75 8$ .. .. IT........;..... :, 08/01 /93 0$/01 /94 ` DLSEASE—POLICY ................... CART _ s 11000, 000........ DISEASE —EACH EMPLOYEE s 1,000,000 OTIINR Workerls Camp and KENTUCKY - OUAL 08/01/93 08/01/94 EmployeNs Liab SELF -INSURER 08/01/93 08/01/94 DESCItIMON OF OPERATIONS&OCATIOMNEMCLES/SPECIAL ITEMS The General Liability policy includes X, C, 9 U, Contractual Liab, Stop Gap, Broad Form Property Damage and Notice of Cancellation as required by contract. The General Aggregate Limit on the General Liability policy is per .,project. See Attachment for Additional Data (E3596) CERTFIC................ ......__......................_........:.........:.,........................::::....................................::.:::::::.:::::..::::::::::::::::::::.....................x.,.?..,............................................. SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCREIF.D BEFORE THE '.<. EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL. ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Lubbock :: LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR P.O. Box 2000 :: LIABILITY OF ANY RIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Lubbock TX 79457 AUTHORIZED REPRESENrAT[VE I `f yy V' W y :John F. Meace a C S::....::.:.:..::..:..:::.....::....::..::.::::.:::. ::..:::::::.:::::. :.. ,::.::.:. <a..r................ . . Certificate Holder: CALDWELL TANKS, INC. Certificate of Insurance City of Lubbock P.O. Box 2000 Lubbock, TX 79457 Additional Insureds: City of Lubbock (Owner) is hereby added as Additional Insureds on the General Liability and Excess Liability policies with respects to work performed on the project listed below on their behalf by Caldwell Tanks, Inc. Project: 150,000 Gallon Elevated Tank (E3596) .............................. ... ... ........................................... ......... ........... ............. .................. ....... ....... ..% ........... ...... ......................... ....... ....... w: ISSURDATE (MMMrM ACORD ............. ...................... 09/07/93 7RODviceE .. ... ... . ... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Meace-Mussetman-Mayfield CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Louisville office DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 6100 Dutchman Lane POLICIES BELOW. Louisville, KY 40205-3284 COMPANIES AFFORDING COVERAGE JohnF. peace .................................................. ............... ........................................................ ............. ............................. 502-459-2011 COMPANY LETTER A Protection Nutuat, Ins. Co. ................. ............ .... ..... ......... ........ ...... ....................................................... .......... ............ .......... ........ ........... cow -'M B IjjrrER INSURED CaLdweLL Tanks, Inc ............................................................. ......... ............................ .................................................................. Attn: Bernard S. Fineman. COMPANY C P.D. Box 35770 LEER Louisville, KY COMPANY " D LEFTER..................... .............. .......... ............ ............................................................................ .................. COMPANY LETTER, E THIS IS TO CERTIFY THAT THE POLICIES OFINSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIRIMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH Pmpwr To WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. IlhIITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM. ............................ ....... ...................... ........................................................................... .............................. . ....... ........... ..................... ................................................................................ L Lim: TYPE OF vaxnL4Ncz MLICV NUMBER . POLICY EFFECTIVE' POLICY EXPIRATION IMAM DATZOAMADDfYY) VATS OAM=rM GENERAL LLABILJTY :GENERAL AGGREGATE COMMERCIAL GENERAL uABmm :..............I.................................................. PRODLFCrS­COMP)OP AG........:........O. ....................... S .......... OCCUR. ......... ........ ...... ........... .................... :PERS0NAL&;=V.RUURY .. ............................ S ................... OWNER'S CONTRACTOR'S PROT. ................................................ :EACH OCCURRENCE ...................................... S .......... ...................................................... ........................................................................................ ........................................... ...................................... :MED. EXPENSE (Aw—p-z* i LIABILITY COMBINED SINGLE ANY ALTO ALL OWNED AUTUS .................................... ........... ....................................... FAUMMOMOB11 BODILY gamy 0plipegs* SCHEDULED AUIM RMED AUTOS ............................................. ... BODILY Rumy .................................. .......... NON -OWNED AUTOS (Pac wcwal) ......... GARAGELIABOM ........ I ......... I ................ ............ .................................. .......... PROPERTY DAMAGE LIABILfry EACH OCCURRENCE ................................................ S UMBRELLA FORM AGGREGATE . .................................. OTHER THAN UMBRELLA FORM .. ....... .......... . . .. ... WORKER 'S COMPEMAT70N STATUrORY LAIRS.......... .. ........................................ .................... ....... AND................................ EACH ACCIDENT **'*** ......... ................................. . ... XUPLA)YERS'LL421LITY DMEASE—POLJCY LUM ....... ........... I ................................................................. DISEASE —EACH EMPLOYEE S OTMM 'A :Builders Risk/ 671001-92 11/01/92 11/01/93 1,500,000 As Schedule `Installation FLtr 'I DESCRIPTION or oPzRAinoNsaoCAinoNRmEmcLz&zpzcuL rrzms (E3596) ....-ERTFICATE............ . . ... .. . ................ .. . . . ..... ... ........... ............ Ap .... . .... .............. . .... .. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE EFO HE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR To um 30 DAYS WRITTEN NOTICE To THE CERTIFICATE HOLDER NAMED To THE City of Lubbock (Additional Insured) LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHAIL IMPOSE NO OBLIGATION OR P.D. Box 2000 LIABILITY OF ANY RIND UPON ME COMPANY, ITS AGENTS OR REPRESENTATIVES. Lubbock TX 79457 AUTHORIZED REPRESENTATIVE ........... .................. O ::,-John F. Neace ....... ...... ...... . ..... ­i ......... ............... .... ............ ....... . . . ...... ...... ......................... . . ........... .. . . . .. ................... ............................... . . ... ...... .. .... .............. .:;X: .............. ...... .......... I I H N 11 it C f: 1 I 11 5 E I. A4 Al A Y F I E L 0 r' & W A L .. T r+ August 31, 1993 c..ranmrt. l:nnd�, F.f„ 1114 Urr Rrnrjrt'City of Lubbock P.O. Box 2000 Lubbock, TX 79457 RE: Caldwell Tanks, Inc. Project - 150,000 Gallon Elevated Tank Dear Ladies/Gentlemen: r•• The insured's General Liability policy is a "Per Project" (copy of endorsement attached) insurance contract which means the policy's aggregate limit apply to each and every job of the insured. When we add owners and/or engineers to the RIO policy as "Additional Insureds", the endorsement (copy attached) amends the "WHO IS AN INSURED" (Section II) to include the owners and/or engineers to the policy with respect to liability arising out of "your work" (Caldwell Tanks, Inc.) for that additional insured. Therefore, we feel this endorsement substantially meets the Owners Protective Liability requirement of the contract. We have included our certificate with the Additional Insured in lieu of issuing Owner's Protective Liability policy. Please advise if our certificate will be acceptable. If you have any questions, please give me a call. Sincerely, Deborah S. Pinkerton Account Manager Encl. cc: Ms. Beth Nash/Caldwell Tanks, Inc. r" Commercial General Viability Insurance Amendment effective: 08/01/93 AGGREGATE LIMITS OF INSURANCE PER PROJECT LIMITS OF The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises INSURANCE owned by or rented to you. All other terms and conditions remain unchanged. Authorized Representative Named Insured: Caldwell Tanks, Inc. Policy Number: 3532-23-36 Producer: Neace, Musselman & Mayfield 08/19/93 cdr Page IofI Form 40-02-2151 (Ed. 3-86) Commercial General Liability Insurance Amendment effective 08/01/93 WHO IS INSURED ADDITIONAL INSURED —OWNERS, LESSEES OR CONTRACTORS The WHO IS INSURED provision is amended to include as an insured the person or organization designated below as the additional insured, but only with respect to liability arising out of your work for that insured by or for you. NAME OF ADDITIONAL INSURED On File With Insurance Carrier All other terms and conditions remain unchanged. Authorized Representative Named Insured: Caldwell Tanks, Inc. Policy Number: 3532-23-36 Producer: Neace, Musselman & Mayfield 08/19/93 cdr Page 1 of ] Form 40-02.2050-A (Rev. 3-86) CONTRACT 33 [ CONTRACT 7 F STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 26th day of 1993 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R. Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and CALDWELL TANKS, INC. of the City of Louisville. County of Jefferson and the State of Kentucky, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #12663 - 150,000 GALLON ELEVATED WATER STORAGE TANK IN THE AMOUNT OF $265,000.00 and all extra work in connection therewith, underthe terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the 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 year and day first above written. ATTEST: .. Secret y - APPROVED S TO CONTENT: / s rAPPROVED AS TO FORM: L ^ I ATTEST: IM&U, J AWRAly", Corporate Secretary Barry L. GesweK Asst. Secy. agreement in Lubbock, Lubbock County, Texas in the CIT 0 11$$ T S ( ) MAYOR CALDWELL TANKS, INC. By. TITLE: Bemard S. lIIelllM Pt e<SiClem COMPLf.T6 ADDRESS: P.G,-Rox 35"0�` Lodiseville, KY. 40232 35 GENERAL CONDITIONS OF THE AGREEMENT 37 FGENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 the person, persons, co -partnership or corporation, to -wit: CALDVELL TANKS. INC. who has agreed to perform the work embraced in this contract, or to his or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to Mike Murphy. senior 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 by said Owner to act in any particular under this agreement. Engineers, supervisor or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or men acting in behalf of the Contractor. 4. CONTRACT DOCUMENTS e The contract documents shall 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 to Bidder for his inspection in accordance with the Notice to Bidders. 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. Whenever in the Specifications or drawings accompanying this agreement, the terms of description of various qualities relative to finish, workmanship, or other qualities of similar kind which cannot, from their nature, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the Owner's Representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms, or clauses defining the character of the work. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to him who gives the not8ice. r l 8. WORK r. 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 t necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor i shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still r may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he shall keep one copy of same consistently accessible on the Job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed C work and to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His efforts will be directed towards providing assurances for the Owner that the completed project will conform to the requirements of the contract documents, but he will not be responsible for the r, Contractor's failure to perform the work in accordance with the Contract Documents. On the basis of his onsite 'e observations, he will keep the Owner informed of the progress of the work and will endeavor to guard the Owner ` against defects and deficiencies in the work of the Contractor. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever necessary for the ccumencement of the r work contemplated by these contract documents or the completion of the work contemplated by these contract documents. whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by him, his Subcontractors, or his employees, such rstakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 1 39 r i 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agrement 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 Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction thereof, and shalt, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The Owner's Representatives'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 shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's Representative as rendered shall be promptly carried out, and any claim arising therefrom 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 relative 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 �.a. decision had been rendered against the party appealing. L. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish ail t 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 f� subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent j with the obligations of this Agreement and accompanying plans and specifications provided, however, should the w 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. W- 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE rr The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision r shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of his agents or employees, or any other persons performing any of the work. l f� 7 40 17. CONTRACTOR'S UNDERSTANDING it is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and Location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way effect the work under this contract. No.verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of the terms or obligations herein contained. is. 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 shell inform him in writing that any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shell furnish same, and it is also understood that owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation.- Owner or Owner's Representative may reject any work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any work should be covered without approval or consent of the owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 41 If any work which is required to be inspected, tested, or approved is covered up without written approval or consent L of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals f` shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of i. 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 shad be considered defective. Such defective work shall pr be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by owner, Owner's Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES t 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 Owners' Representative as unsuitable or not in conformity with plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shalt be in full accordance with this contract. It is further agreed that any remedial action contemplated low as hereinabove set forth shall be at Contractor's expense. 23. CHANCES 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 inCrease the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra ►fork. In case the owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. si 24. EXTRA WORK r., The term "extra work" as used in this contract shall be understood to mean and include all work that sway be required r by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's 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 Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It 1s also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - if neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the actual field cost of the work, plus fifteen (15%) per cent. I 42 In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, 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 matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate -him for his profit, overhead, general superintendence and field office expense, and ell other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to arbitration as herein below provided. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work in accordance with these plans and specifications. It is further understood that any request for clarification must be submitted no later than five days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT. If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 43 r , 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC i The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards p shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The ,r Contractor, his sureties and insurance carriers shall defend, indemnify and save harmless the Owner and all of its officers, agents and employees from ell suits, actions, or claims of any character whatsoever, brought for or on ` account of any injuries or damages received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the execution and r• supervision of said contract, and the project which is the subject matter of this contract, on account of the '. failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including attorney's fees. 0 The safety precautions taken shall be the sole responsibility of the Contractor, in his sale discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by i the Owners or the Owner's Representative concerning omissions under this paragraph as, the work progresses, are intended as reminders to the Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of his subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage r Personal Injury (with exclusion 110" waived) The City is to be named as an additional insured on this policy for this specific job, and copy of the f endorsement doing so is to be attached to the Certificate of Insurance. r, 44 B. Owner's Protective or Contingent Public Liability insurance and Property Damage Liability Insurance. The Contractor shalt obtain an Owner's Protective or Contingent Public Liability insurance policy naming the City of Lubbock as insured and the amount of such policy shalt be as follows: For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance The Contractor shall obtain a Builder's Risk policy in the amount of (100% of potential loss) naming the City of Lubbock as insured. E. Excess or Umbrella Liability Insurance The Contractor shall have Excess or Umbrella Liability Insurance in the amount of $500,000 with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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 all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. 29. 30. 31. 32. (T) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (a) If policy limits are paid, new policy must be secured for new coverage to complete project. DISABLED EMPLOYEES Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and priviliges of employment. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF: MACHINERY, EQUIPMENT AND SUPPLIES The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then owner may, during the period for which such indebtedness shall remain unpaid, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. Any and all communications between any party under this paragraph must be in writing. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify_and save the Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims arising from the violation of any such lows, ordinances, and regulations, whether by the Contractor or his employees. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners' Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, he shall bear all costs arising therefrom. 46 The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. ASSIGNMENT AND SUBLETTING The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the Owner, as provided by this contractual agreement. 34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the Notice to Proceed. If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of 5250.00 (TWO HUNDRED FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic change and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed urn by and between the Contractor and the Owner because of the impracticability and extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is agreed to be damages the Owner would sustain and shall be retained by the owner from current periodical estimates for payments or from final payment. It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. Ltl .+a 47 36. 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 set forth and that he shall not be entitled to, nor will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for an extension of time, submitting therewith all written Justification as may be required by Owner's Representative for such an extension as requested by Contractor. The Owner's Representative within ten CIO) days after receipt of a written request for an extension of time by the ia" Contractor supported by all requested documentation shall then submit such written request to the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided. ra- 37. HINDRANCE AND DELAYS In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this r' contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's E 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. r 38. QUANTITIES AND MEASUREMENTS l 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 f 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 r for estimating the probable cost of the work and for comparing their proposals offered for the work. It is f 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. I 34. PROTECTION OF ADJOINING PROPERTY r.., The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way ! encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the existence or character of the work. 48 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the 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. 41. PAYMENTS No payments .made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment and the progress of the work made by the Contractor and if found to be in order shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less SX 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 Owner's Representative pay a reasonable and equitable portion of the retained percentage due Contractor. 43. FINAL COMPLETION AND ACCEPTANCE Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said time, if the work be found to be completed or substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the owner and Contractor his certificate of completion, and thereupon it shall be the duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor. 49 i 44. FINAL PAYMENT ►* Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final lmeasurement and prepare a final statement of the value of all work performed and materials furnished under the terms of the agreement, and shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day r� after the date of certificate of completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if any) of this contract or required in the a specifications made a part of this contract. 45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK Contractor shall promptly remove from Owners' premises all materials condemned by the. Owner's Representative on account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and j replace it at Contractor's expense. r 4b. CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any !" damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner or the Owner's Representative shall give notice of observed defects with reasonable promptness. F 47. PAYMENT WITHHELD The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect himself from loss on account of: ! (a) Defective work not remedied. r-• (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them. 48. 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 f date of delivery to Contractor of the final decision of the Owner's Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents. r 49. 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 select 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 (10) days of the demand, his right to arbitrate shall lapse, and the decision of the Owner's Representative shall 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 either 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 arbiters, and it is hereby agreed that each party shall have the right of appeal and ell 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. The arbiters, if they deem the case demands it, are authorized to award the party whose contention As sustained, 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 arbiters 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 writing and shall not be open to objection on account of the form of proceedings or award. 50. ABANDONMENT BY CONTRACTOR In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative, when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the some, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for within ten (10) days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such 'labor, machinery, equipment, tools, materiels 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 some had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to the Owner; or 51 .rt (b) The Owner, under sealed bids, after notice published as required by law, st ,least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost raider this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued. A ! complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as �+ the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of j certificate of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety shall pay the balance shown to be due by them to the Omer, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of C., such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated In this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety subject only to the duty of the owner to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any �+ machinery, equipment, tools, materials, or supplies which remain on the ejobsite and belong to persons other than the Contractor or his Surety, to their proper owners. 51. 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 r" wholly abandon the work, and may remove therefrom all machinery, tools, and equipment, and all materials on the t ground that have not been included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's Representative shall make an estimate of the total amount earnid by the Contractor, which estimate shall include the value of all work actually completed by said Contractor 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 sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion, and which cannot Ibe 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 sus that may be retained by the Owner under the terms of this Agreement, and shall certify same to the owner who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this Agreement. poll t 52 t 52. BONDS The successful bidder shall be required to furnish a performance bond and payment bond In accordance with Article 5160, Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds $25,000.00. If the contract price does not exceed S25,000.00, the statutory bonds will not be required. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so furnished. 53. SPECIAL CONDITIONS in the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 54. LOSSES FROM NATURAL CAUSES Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 55. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The fact that the.Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 56. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. in case of dispute Owner may remove the debris and charge the cost to the Contractor. 53 CURRENT WAGE DETERMINATIONS 54 t r Resolution #2502 January 8, 1987 • Agenda Item #18 r-f - DGV:da r" RESOLUTION WHEREAS, the City Council has heretofore established the general _ prevailing rate of per'diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and ?^ WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works • ,contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: - Exhibit A: Building Construction'Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. Passed by the City Council this 8th day of January 1987. • T Ranett#,.-Boyd, City Secretary APPROVED T.- NTENT: Bill- P•yne, Dilrector of Building Services B.C. McMINN, MAYOR APPROVED AS TO FORM: Oo Id G. Vandiver, First Assistant City Attorney • .00 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 7.30 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 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Asphalt Heaterman Asphalt Shoveler Concrete Finisher Concrete Finisher -Helper Electrician Flagger Form Setter Form Setter -Helper Laborer, General Laborer, Utility Mechanic Mechanic -Helper POWER EQUIPMENT OPERATORS Asphalt Paving Machine Bulldozer Concrete Paving Machinist Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grade Operator. Roller Scraper Tractor Truck Driver - Light Heavy Hourly Rate $5.25 4.75 7.35 4.75 10.50 4.75 6.50 5.50 4.75 5.80 6.50 6.00 6.00 5.25 6.50 5.85 6.40 6.40 8.00 5.25 5.25 5.50 5.25 5.25 EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Power Line Foreman Lineman Journeyman Hourly Rate $11.00 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. r" E d: r j� l: r" SPECIFICATIONS 4 ti 56 CITY OF LUBBOCK TDCJ PSYCHIATRIC FACILITY ELEVATED WATER STORAGE TANK GENERAL REQUIREMENTS AND TECHNICAL SPECIFICATIONS PREPARED BY: CITY OF LUBBOCK WATER UTILITIES ENGINEERING TOC - Page I CITY OF LUBBOCK TDCJ PSYCHIATRIC FACILITY ELEVATED WATER STORAGE TANK 1993 TABLE OF CONTENTS DIVISION I - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01027 APPLICATIONS FOR PAYMENT 01030 ALTERNATES I 01039 COORDINATION AND MEETINGS 01300 SUBMITTALS r 01400 QUALITY CONTROL 01500 CONSTRUCTION FACILITIES AND TEMPORARY UTILITIES 01560 TEMPORARY CONTROLS 01700 CONTRACT CLOSEOUT DIVISION 2 - SITE WORK 02222 EXCAVATING 02223 BACKFILLING 02225 TRENCHING 02229 02655 ROCK REMOVAL CATHODIC PROTECTION 02667 SITE WATER LINES DIVISION 3 - CONCRETE 03100 CONCRETE FORMWORK - 03200 CONCRETE REINFORCEMENT 03300 CAST -IN -PLACE CONCRETE DIVISION 13 - MECHANICAL 13210 ELEVATED STORAGE TANK City of Lubbock - TDCJ Psychiatric .Facility - Elevated Water Storage Tank 01010 - Page 1 K SECTION 01010 SUMMARY OF WORK s PART I GENERAL ?" 1.1 WORK COVERED BY CONTRACT DOCUMENTS A. The work of this Contract consists of the construction of one (1) �- 150,000 gallon capacity elevated steel water storage tank, including all necessary accessories and appurtenances as herein specified. B. Furnish and supply all labor materials and equipment for the design, fabrication, delivery, erection, testing and sterilization. C. Design and construct reinforced concrete foundation. r- D. Furnish and install all piping, valves, cathodic protection, wiring, lights and fire hydrant. rE. Perform grading around tank foundation. F. Coordinate the progress of the Work including coordination between trades, subcontractors, suppliers, public utilities and Owner to insure the progress of Work. ,^ G. It is the intent of this Contract that the.Work proceed in the most expeditious manner possible. .. 1.2 CONTRACTS A. Construct the Work under a single fixed price contract. 1.3 WORK BY OWNER �^ A. In the future, the Owner will award contracts for the following work: f 1. Booster pump station: The Owner intends to award a separate contract for the construction of the booster pump station and the r required metal building. 2. Piping systems: A separate contract will be awarded for the piping systems connecting the elevated tank to the booster pumps and to the existing and proposed water systems. 3. Site work and fencing: A separate contract is intended to be r awarded for the access driveway, fencing and overall grading. r 4. Sanitary Sewage Lift Station: A separate contract will be awarded �. for the proposed lift station to be constructed within the fenced area as indicated on drawing herein attached. 1.4 CONTRACTOR USE OF SITE City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01010 —Page 2 A. Limit use of site to allow: 1. Owner occupancy. 2. Work by Others and Work by Owner. B. Coordinate use of site under direction of Owner's Representative. C. Execute Work in a coordinated manner.to avoid conflicts with other _ contracts as enumerated in Section 1.3, Paragraph A. D. Move any stored products under Contractor's control, which interfere with operations of Owner or other contractors. -' E. Assume full responsibility for the protection and safekeeping of products furnished under this contract, stored on or off the site. 1.5 WORK SEQUENCE A. Construct Work to accommodate Owner's occupancy requirements during the construction period. Coordinate construction schedule and operations with Owner's Representative. 1.6 OWNER OCCUPANCY A. Cooperate with Owner to minimize conflict, and to facilitate Owner's and other contractor's operations. B. Schedule the Work to accommodate this requirement. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r 01027 - Page 1 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Procedures for preparation and submittal of applications for payment. 1.2 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices, amounts of progress rpayments and retainages, time schedule for submittals. r.. B. General Conditions: Progress payments and final payment. i C. Section 01019 - Contract Considerations: Schedule of values. D. Section 01300 - Submittals: Submittal procedures. E. Section 01700 - Contract Closeout: Final payment. 1.3 FORMAT A. AIA G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet; EJCDC 1910-8-E - Application for Payment; or a similar form. Contractor's electronic media driven form including continuation sheets when required will be acceptable. Submit Contractor's sample form prior to first application for payment, for approval by Owner's Representative. B. For each item, provide a column for listing each of the following: 1. Item Number. 2. Description of work. 3. Scheduled Values. 4. Previous Applications. 5. Work in Place and Stored Materials under this Application. 6. Authorized Change Orders. 7. Total Completed and Stored to Date of Application. S. Percentage of Completion. 9. Balance to Finish. 10. Retainage. 1.4 PREPARATION OF APPLICATIONS ►-- A. Present required information in typewritten form or on electronic media printout. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for F' stored Products. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01027 - Page 2 D. List each authorized Change Order as an extension on AIA G703 - Continuation Sheet, or on similar form, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.5 SUBMITTAL PROCEDURES A. Submit three copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. C. Payment Period: Submit by the 25th day of each month. D. Submit with transmittal letter as specified.for Submittals in Section 01300. 1.6 SUBSTANTIATING DATA A. When Owner's Representative requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r r 01030 - Page 1 SECTION 01030 r- ALTERNATES PART 1 GENERAL 1.1 SECTION INCLUDES A. Description of Alternates to be submitted with Bid Proposal. 1.2 RELATED SECTIONS A. Bid Form: Requirements for Alternates. 1.3 SUBMISSION REQUIREMENTS A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at the Owner's option. Owner's Representative will select one (1) Alternate for final construction within the site. 1.4 SELECTION AND AWARD OF ALTERNATES A. Indicate variation of Bid Price for Alternates described below and listed in the BID FORM document. 1.5 SCHEDULE OF ALTERNATES A. Alternate No. I - 150,000-gallon Single Pedestal Spheroidal Elevated Storage Tank. B. Alternate No. 2 - 150,000-gallon Double Ellipsoidal Four -legged Elevated Storage Tank. C. Submit proposals for each alternate for the following completion times: 1. Three hundred (300) days. 2. Two hundred (200) days. 3. One hundred and fifty (150) days. 1.6 SCHEMATIC DRAWINGS A. Submit with Bid Proposal schematic drawings of each alternate indicating basic elements of elevated tanks being proposed. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION r 1 City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01039 - Page 1 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination. B. Field engineering. C. Preconstruction meeting. D. Progress meetings. E. Examination. 1.2 COORDINATION A. Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work. Follow routing shown for pipes and conduit, as closely as practicable. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.3 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Texas and acceptable to Owner's Representative. B. Contractor to locate and protect survey control and reference points. i C. Control datum for survey will be established by Owner's Representative. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 6 01039 - Page 2 D. Verify set -backs and easements, confirm drawing dimensions and elevations. E. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. 1.4 PRECONSTRUCTION MEETING A. Owner's Representative will schedule a meeting after award of Contract. The meeting will be held at City of Lubbock Municipal Hill, 600 Municipal Drive, Lubbock TX 79457. B. Attendance Required: Owner's representatives, Contractor's Project Manager and Project Superintendent, and Contractor's Subcontractor representatives. C. Agenda: 1. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 2. Designation of personnel representing the parties in Contract. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 4. Scheduling. 1.5 PROGRESS MEETINGS A. Owner's Representative will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. B. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner's Representative as appropriate to agenda topics for each meeting. C. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. D. Owner's Representative will record minutes and distribute copies within two weeks after meeting to participants and designated recipients, identified at the Preconstruction Conference, and those City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01039 - Page 3 r- affected by decisions made. Corrections, additions or deletions to the minutes shall be noted and addressed at the following meeting. r C PART 2 PRODUCTS Not Used r PART 3 EXECUTION r 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual r- specification sections. f D. Verify that utility services are available, of the correct characteristics, and in the correct location. r, 3.2 PREPARATION r' A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material �. or substance. C. Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. D. Finish surfaces as specified in individual Product sections. r END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01300 - Page 1 r' SECTION 01300 SUBMITTALS 9 PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. +- B. Construction progress schedules. r C. Proposed Products list. D. Shop Drawings. t E. Product Data. F. Samples. `- G. Manufacturer's installation instructions. H. Manufacturers' certificates. I. Construction photographs. 1.2 RELATED SECTIONS r- 1 A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control. C. Section 01700 Contract Closeout. r" 1.3 SUBMITTAL PROCEDURES A. Transmit all submittals to: Michael E. Murphy, P.E. Water Utilities Engineering City of Lubbock 1625 13th Street Lubbock, TX 79457 B. Transmit each submittal (with the exception of shop drawings and samples) with 2 copies of a submittal transmittal form. r- C. Sequentially number the transmittal form begining with 1. Revise p submittals with original number and a sequential alphabetic suffix letter starting with "A." Properly complete transmittal form. D. Apply Contractor's stamp, signed or initialled certifying that review, verification of Products required, field dimensions, adjacent r. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r R 01300 - Page 2 construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and deliver to Mr. Michael Murphy at business address. Coordinate submission of related items. F. For each submittal for review, allow 10 days excluding delivery time to and from the contractor. G. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. H. Revise and resubmit, identify all changes made since previous submission. I. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with provisions. J. Submittals not requested will not be recognized or processed. K. Submittals will not be accepted from subcontractors, suppliers, or anyone other than the Contractor. 1.4 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedule in duplicate within 10 days after date of Owner -Contractor Agreement. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. 1.5 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank i 01300 - Page 3 B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.6 SHOP DRAWINGS r A. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Owner's Representative. r. B. After review, produce copies for record documents purposes described in Section 01700 -CONTRACT CLOSEOUT. C. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment. D. Contractor shall certify that shop drawings have been reviewed and all necessary corrections have been made such that the products, when installed, will be in full compliance with the Contract Documents. r, Shop drawings submitted without this certification will be returned without review. E. Comments shall be made on items called to the attention of the Owner's r' Representative for review and comments. Any marks made by the Owner's Representative do not constitute a blanket review of the submittal or relieve the Contractor from responsibility for errors or deviations .- from the Contract requirements. 1.7 PRODUCT DATA I A. Submit the number of copies which the Contractor requires, plus two copies which will be retained by the Owner's Representative. r' B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. !� C. Indicate Product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment. D. After review provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. 1.8 SAMPLES �.., A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. r' B. Submit samples of finishes in custom colors selected, textures, and patterns for Owner's Representative selection. rC. Include identification on each sample, with full Project information. ; City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01300 - Page 4 D. At least one sample of each.product will be retained by Owner's Representative. E. Provide Contractor's stamp of approval on samples as indication of his checking and verification of dimensions and coordination with interrelated work. F. Approved samples submitted or constructed, constitute criteria for - judging complete work. Finished work or items not equal to samples will be rejected. G. Samples may be retained for comparisson purposes. Remove samples when directed. Include in bid all costs of furnishing and removing samples. 1.9 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the submittals required by the ,.Owner's Representative and resubmit until approved. B. For shop drawings: 1. Revise initial drawings or data and resubmit as -specified for the original submittal. 2. Highlight in yellow those revisions which have been made in response to the first review by the Owner's -, Representative. 3. Highlight in blue any new revisions which have been made or additional details of information that has been _ added since,the previous review by Owner's Representative. C. For samples: 1. Submit new samples as required for the initial sample. 2. Remove samples which have been rejected. D. For mock-ups: 1. Construct a new mock-up as initially required. 2. Dispose of mock-ups which have been rejected. o 1.10 MANUFACTURER INSTALLATION INSTRUCTIONS A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, _ adjusting, and finishing, to Owner's Representative in quantities specified for Product Data. B. Indicate special,procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. City of Lubbock • TDCJ Psychiatric Facility - Elevated Water Storage Tank p 01300 - Page 5 1.11 MANUFACTURER CERTIFICATES A. When specified in individual specification sections, submit certification by manufacturer to Owner's Representative, in quantities specified for Product Data. r. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owner's Representative. f- 1.12 CONSTRUCTION PHOTOGRAPHS i A. Each month submit photographs with Application for Payment. B. Photographs: One print; color, glossy; 8 x 10 inch. C. Take five photographs indicating the relative progress of the Work, r' five days maximum prior to submitting. During tank shop fabrication, at least two photograph shall be of the fabrication process. �- D. Identify photographs with date, time, orientation, and project identification. PART 2 PRODUCTS Not Used j� l; PART 3 EXECUTION Not Used END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r 01400 - Page 1 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance - control of installation. B. Tolerances C. References. D. Testing laboratory services. E. Inspecting F. Manufacturers' field services and reports. 1.2 RELATED SECTIONS e A. Section 01300 - Submittals. r 1.3 QUALITY ASSURANCE - CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, Products, e services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers` instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner's Representative before proceeding. D. Comply with specified standards as minimum quality for the Work except r where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. �., F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.4 TOLERANCES A. Monitor tolerance control of installed Products to produce acceptable Work. Do not permit tolerances to accumulate. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01400 - Page 2 B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owner's Representative before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.5 REFERENCES A. For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current on date of Contract Documents, except where a specific date is established by code. C. Obtain copies of standards where required by product specification sections. D. The contractual relationship, duties, and responsibilities of the parties in Contract nor those of the Owner's Representative shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.7 TESTING LABORATORY SERVICES A. Contractor shall employ and pay for services of qualified independent testing services to perform testing as specified in the individual sections. B. Employment of testing services in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. C. Prior to start of Work, submit to Owner's Representative for acceptance: Testing laboratory names, addresses and telephone numbers, and names of responsible officers. D. Reports will be submitted by the independent firm to the Owner's Representative and Contractor, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents. E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Owner's Representative and independent firm 24 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank E i 01400 - Page 3 F. Testing does not relieve Contractor to perform Work to contract _ requirements. G. Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Owner's Representative. Cost of retesting due to non-conformance shall be the sole responsibility of the Contractor. 1.8 INSPECTING A. General inspection of the Work will be performed by the Owner's Representative and by such other representative, supervisor, or inspector as may be authorized by said Owner's Representative. B. Provide additional inspection for specific portions of the Work as specified in the individual sections, at no additional cost to the Owner. C. Presence or absence of Owner's inspectors in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. 1.9 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of.workmanship, as applicable. r' B. Submit qualifications of observer to Owner's Representative 10 days in i, advance of required observations. Observer subject to approval of Owner's Representative. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. F D. Submit report in duplicate within 10 days of observation to Owner's Representative for information. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank E 01500 - Page 1 r ! SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY UTILITIES r PART 1 GENERAL �- 1.1 SECTION INCLUDES A. Temporary Utilities. I B. Construction Facilities. 1.2 RELATED SECTIONS A. Section 01560 — Temporary Controls. B. Section 01700 - Contract Closeout. 1.3 TEMPORARY ELECTRICITY A. Cost: By Owner; connect to Owner's power service. Do not disrupt Owner's need for continuous service. Owner will pay cost of energy used. Exercise measures to conserve energy. 120 V, single phase and 460 V, three phase will be available at the site for Contractor's use. B. Provide temporary electric feeder electrical service at location as directed. Do not disrupt Owner's need for continuous service. C. Complement existing power service capacity and characteristics as required. D. Provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. E. Provide main service disconnect and overcurrent protection at convenient location. F. Provide adequate distribution equipment, wiring, and outlets to provide single phase branch circuits for power and lighting. 1.4 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain lighting for construction operations. B. Provide and maintain lighting to exterior staging and storage areas after dark for security purposes. (., C. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. D. Maintain lighting and provide routine repairs. �., 1.5 TEMPORARY VENTILATION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r- f 01500 - Page 2 A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. 1.6 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. 1.7 FACSIMILE SERVICE A. Provide, maintain and pay for facsimile service to field office at time of project mobilization. 1.8 TEMPORARY WATER SERVICE A. Connect to existing water source for construction operations. B. Owner will -pay cost of water used for construction Exercise measures to conserve water. B. Owner will pay cost of water used for initial testing of tank. Additional water required for re -testing due to non-conformance to specific requirements shall be paid by the Contractor. C. Extend branch piping with outlets located so water is available by hoses with threaded connections. Provide temporary pipe insulation to prevent freezing. 1.9 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. 1. As required by laws and regulations. 2. Not less than one facility for every 20 employees. 1.10 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas. B. Provide barricades and covered walkways required by governing authorities for public rights -of -way. D. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.11 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. City of Lubbock TDCJ Psychiatric Facility - Elevated Water Storage Tank r R 1.12 I A. B. r— i C. 1.13 A. r a 1.14 r• A. 01500 - Page 3 PROTECTION OF INSTALLED WORK Protect installed Work and provide special protection where specified in individual specification sections. Provide temporary and removable protection for installed Products. Control activity in immediate work area to prevent damage. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. SECURITY Provide security and facilities to protect Work, and Owner's operations from unauthorized entry, vandalism, or theft. ACCESS ROADS Construct and maintain temporary roads accessing from Peach Avenue to serve construction area. B. Install 2-24 inch diameter, at least 25-foot long corrugated steel pipe culverts at existing drainage ditch on Peach Avenue, to allow access to the site and to maintain free water flow in ditch. Do not block water flow in existing ditch. C. Extend access roads and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. D. Provide means of removing mud from vehicle wheels before entering streets. 1.15 PARKING A. Provide temporary parking areas to accommodate construction personnel. B. Do not allow vehicle parking on Peach Avenue. 1.16 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. C. Collect and remove waste materials, debris, and rubbish from site weekly and dispose off -site. D. Open free -fall chutes not permitted. Terminate closed chutes into appropriate containers with lids. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank k. . 01500 - Page 4 1.17 PROJECT IDENTIFICATION A. No signs are allowed without Owner permission, except those required by law. — 1.18 FIELD OFFICES AND SHEDS A. Office: Weather tight, with lighting, electrical outlets, heating, cooling and ventilating equipment, and equipped with sturdy furniture and drawing display table. B. Provide space for Project meetings. C. Provide separate work station, similarly equipped and furnished, for use of Owner's Representative. D. Provide for use by Owner's Representative: _ 1. Access to drinking water and toilet facilities. 2. Access to photocopier and facsimile machine. E. Mount thermometer and'rain gauge at convenient outside location, not in direct sunlight. 1.19 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Final Application for Payment inspection. B. Remove underground installations. Grade site�to allow unobstructed flow of stormwater runoff. C. Clean and repair damage caused by installation or use of temporary work. D. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS Not Used - PART 3 EXECUTION Not Used END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank I 01560 Page - 1 v, SECTION 01560 TEMPORARY CONTROLS PART 1 GENERAL n 1.1 SECTION INCLUDES A. Water control r B. Dust control. C. Erosion and sediment control. D. Noise control. E. Pollution control. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work. t B. Section 01039 - Coordination and Meetings. C. Section 01500 - Construction Facilities and Temporary Utilities. r. PART 2 PRODUCTS Not Used PART 3 EXECUTION 3.1 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. r B. Protect site from puddling or running water: Provide water barriers as required to protect site from soil erosion 3.2 DUST CONTROL A. Execute Work by methods to minimize raising dust from construction operations. ` B. Provide positive means to prevent air -borne dust from dispersing into ratmosphere. 3.3 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. City of Lubbock - TDCJ Psychiatric Facility -'Elevated Water Storage Tank 01560 Page - 2 B. Provide temporary measures such as berms, dikes, and drains, to prevent water flow. C. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. D. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 3.4 NOISE CONTROL A. Provide methods, means, and facilities to minimize noise produced by construction operations. -- 3.5 POLLUTION CONTROL A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic. substances, and pollutants produced by construction operations. END OF SECTION City of Lubbock'- TDCJ Psychiatric Facility Elevated Water Storage Tank 01700 - Page 1 SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.1 SECTION INCLUDES A. Closeout procedures. r B. Final cleaning. C. Adjusting. i^ D. Project record documents. E. Operation and maintenance data. r F. Warranties. 1.2 RELATED SECTIONS ` A. Section 01500 - Construction Facilities and Temporary Utilities. 1.3 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owner's Representative review. B. Owner's Representative will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Owner's Representative consider that the Work is incomplete or defective. 1. Owner's Representative will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies,'and send a second written certification to Owner's Representative that the Work is complete. 3. Owner's Representative will reinspect the Work. C. Provide submittals to Owner's Representative that are required by governing or other authorities. D. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.4 FINAL CLEANING A. Execute final cleaning prior to final project assessment. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01700 - Page 2 B. Clean interior and exterior surfaces, remove temporary labels, stains and foreign substances, polish glossy surfaces. C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. D. Clean site; sweep paved areas. E. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.5 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.6 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r 01700 - Page 3 5. Details not on original Contract drawings. Submit documents to Owner's Representative with claim for final Application for Payment. OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11 inch text pages, three D side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. C. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. D. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, typed on 24 pound white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Owner's Representative, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties. E. Submit 1 draft copy of completed volumes 10 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Owner's Representative comments. Revise content of all document sets as required prior to final submission. F. Submit two sets of revised final volumes, within 10 days after final inspection. 1.8 WARRANTIES if City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 01700 - Page 4 A. All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. B. Prior to final acceptance, provide duplicate notarized copies of a 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 from such defects, when such defects appear within ONE year from the date of final acceptance of the Work as a result of defective materials or workmanship, at no cost to the Owner. C. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. D. Provide Table of Contents and assemble in three D side ring binder with durable plastic cover. E. Submit prior to final Application for Payment. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02222 - Page 1 r- SECTION 02222 EXCAVATING PART 1 GENERAL r' 1.1 SECTION INCLUDES A. Excavating for elevated storage tank foundation. B. Excavating for final grading. C. Excavating for other structures. r 1.2 RELATED SECTIONS •- A. Exhibit "A": Geotechnical report; bore hole locations and findings of subsurface materials. B. Section 01400 - Quality Control. r" f C. Section 01500 - Construction Facilities and Temporary Utilities. D. Section 02223 - Backfilling. E. Section 02225 - Trenching: Excavation for utility trenches. rF. Section 02229 - Rock removal. G. Section 02655 - Cathodic Protection. r H. Section 02667 - Site Water Lines. 1.3 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are 7as indicated. I PART 2 PRODUCTS g�g Not Used. l PART 3 EXECUTION t^ 3.1 PREPARATION A. Identify required lines, levels, contours, and datum. B. Protect bench marks and reference points from excavation equipment and vehicular traffic. 3.2 EXCAVATION City of Lubbock - TDCJ Psychiatric Facility -,Elevated Water Storage Tank 02222 - Page 2 A. Underpin adjacent structures which may be damaged by excavation work. B. Excavate subsoil required to accommodate tank foundations, slabs -on - grade, and other structures and construction operations. C. Machine slope banks to angle of repose or less, until shored. D. Do not interfere with 45 degree bearing splay of foundation. E. Grade top perimeter of excavation to prevent surface water from — draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd measured by volume. H. Notify Owner's Representative of unexpected subsurface conditions and discontinue affected Work in area until notified to resume work. I. Correct areas over -excavated in accordance with Section 02223. J. Stockpile excavated material in area designated on site and remove -- excess material not being reused, from site. Provide erosion and sedimentation control measures around stockpiles. 3.3 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. B. Provide for visual inspection of bearing surfaces. 3.4 PROTECTION A. Protect excavations by methods required to prevent cave-in or loose soil from falling into excavation. _ B. Protect bottom of excavations and soil adjacent to and beneath foundation, from freezing. END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r 02223 - Page 1 SECTION 02223 BACKFILLING PART 1 GENERAL 1.1 SECTION INCLUDES A. Elevated Storage Tank backfilling. B. Site filling and backfilling. C. Consolidation and compaction as scheduled. D. Fill for over -excavation. 1.2 RELATED SECTIONS A. Exhibit "A": Geotechnical report; bore hole locations and findings of subsurface materials. B. Section 01400 - Quality Control C. Section 02222 - Excavating.. D. Section 02225 - Trenching: Backfilling of utility trenches. E. Section 02667 - Site Water Lines. F. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and �. Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. PART 2 PRODUCTS I.1 2.1 FILL MATERIALS r- A. Fill Type: 1. For tank foundation: As specified by tank foundation design to be performed and submitted by Contractor. Fill type, however, shall r be at le •of the quality specified in the geotechnical report - "A" 2. For trenching and other structures: Free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organics and other objectionable materials, and shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content. City of Lubbock - TDCJ Psychiatric Facility - Elevated water Storage Tank F 02223 - Page 2 B. Structural Fill Type: As specified in tank foundation design to be performed and submitted by Contractor. Structural fill, however, shall be at least of the quality and depth as specified in the geotechnical report - Exhibit "A". PART 3 EXECUTION 3.1 EXAMINATION A. Verify subdrainage, dampproofing or waterproofing installation has been inspected. 3.2 PREPARATION A. Compact subgrade to 95 percent of the maximum density in the range of 2 percent below to 2 percent above the optimum moisture content as determined by ASTM D698. B. Cut out soft areas of subgrade not capable of in situ compaction. Backfill and compact to density equal to or greater than requirements for subsequent fill material. C. Scarify and proof roll subgrade surface to a depth of 12 inches to identify soft spots; fill and compact to density equal to or greater than requirements for subsequent fill material. 3.3 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Place and compact materials in continuous layers not exceeding 9 inches compacted depth. D. Employ a placement method that does not disturb or damage other work. E. Maintain optimum moisture content of backfill materials to attain required compaction density. Backfill against supported foundation walls. Do not backfill against unsupported foundation walls. F. Backfill simultaneously on each side of unsupported foundation walls until supports are in place. G. Make gradual grade changes. Blend slope into level areas. H. Remove surplus backfill materials from site. I. Leave fill material stockpile areas free of excess fill materials. 3.4 FIELD QUALITY CONTROL A. Field testing will be performed under provisions of Section 01400. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r E 02223 - Page 3 i B. Compaction testing will be performed in accordance with ASTM D698. C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest. r� D. Structural backfill: Test shall be performed prior to placement of subsequent layer, and prior to placement of concrete for tank foundation. 3.6 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. r B. Reshape and re -compact fills subjected to vehicular traffic. �- 3.7 SCHEDULE A. Exterior Side of Foundation Walls 1. Backfill to subgrade elevation, each lift, compacted to 90 percent of maximum dry density. " B. Fill Under Concrete Paving, Footings and other structures: 1. Compact subsoil to 95 percent of its maximum dry density. 2. Structural fill: compact to 95 percent of its maximum dry density. E. END OF SECTION r City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02225 - Page 1 r- SECTION 02225 TRENCHING 7 PART 1 GENERAL 1.1 SECTION INCLUDES A. Excavating trenches for proposed water lines. B. Compacted fill from top of water lines to subgrade elevations. C. Backfilling and compaction. 1.2 RELATED SECTIONS A. Exhibit "A": Geotechnical report;.bore hole locations and findings of subsurface materials. B. Section 1400 - Quality Control. C. Section 01500 - Construction Facilities and Temporary Utilities. D. Section 02205 - Soil Materials. E. Section 02222 - Excavating. F. Section 02223 - Backfilling. G. Section 02667 - Site Water Lines. H. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer. and 12 inch Drop. 1.4 DEFINITIONS A. Utility: Any buried pipe, conduit, or cable. 1.5 FIELD MEASUREMENTS A. Verify that survey bench mark and intended elevations for the Work are as shown on drawings. 1.6 COORDINATION A. Coordinate work under provisions of Section 01039. PART 2 PRODUCTS 2.1 FILL MATERIALS City of Lubbock - TDCJ Psychiatric facility - Elevated Water Storage Tank 02225 - Page 2 A. Use excess suitable material obtained from structure and trench excavations. B. Material shall be free from rocks or stones larger than 6 inches in their greatest diameter, brush, stumps, logs, roots, debris, and _ organics and other objectionable materials, and shall be wetted or dried as required and thoroughly mixed to ensure uniform moisture content. PART 3 EXECUTION 3.1 PREPARATION A. Identify required lines, levels, contours, and datum. B. Protect bench marks, structures being erected, paving from excavation equipment and vehicular traffic. C. Maintain and protect above and below grade utilities which -are to remain. D. Cut out soft areas of subgrade not capable of in.situ compaction. Backfill suitable material and compact to density equal to or greater than requirements for subsequent backfill material. 3.2 EXCAVATION A. Excavate subsoil required for water lines. B. Cut trenches sufficiently wide to enable installation and allow inspection. C. Do not interfere with 45 degree bearing splay of foundations. D. Nand trim excavation. Remove loose matter. E. Remove lumped subsoil, boulders, and rock up to 1/3 cu yd measured by volume. F. Correct areas over excavated in accordance with Section 02222. G. Stockpile excavated material in area designated on site and remove excess material not being used, from site. 3.3 BACKFILLING A. Backfill trenches to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. C. Employ a placement method that does not disturb or damage foundation perimeter drainage. `City of Lubbock - TDCJ Psychiatric Facility = Elevated Water Storage Tank 02225 - Page 3 D. Maintain optimum moisture content of fill materials to attain required compaction density. E. Remove surplus fill materials from site. F. Leave fill material stockpile areas completely free of excess fill materials. 3.4 FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Compaction testing will be performed in accordance with ASTM D698. C. If tests indicate Work does not meet specified requirements, remove Work, replace, compact, and retest. 3.5 PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 02222. B. Reshape and re -compact fills subjected to vehicular traffic during construction. END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02229 - Page 1 r SECTION 02229 ROCK REMOVAL PART 1 GENERAL 1.1 SECTION INCLUDES A. Removal of discovered rock during excavation. B. Note: Rock Removal by explosive methods will not be allowed. B. Expansive tools. 1.2 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control. C. Section 02222 - Excavating. D. Section 02223 - Backfilling. E. Section 02225 - Trenching. 1.3 UNIT PRICE - MEASUREMENT AND PAYMENT A. Site and Trench Rock Removal: No separate direct payment shall be made for this item, but the cost of all labor, equipment and supplies to execute Rock Removal shall be included in the Contract unit price for the Elevated Storage Tank. It shall include preparation of rock for removal, mechanical disintegration of rock, removal from position, loading and removing from site, and necessary permitting 1.4 DEFINITIONS A. Site Rock: Solid mineral material with a volume in excess of 1/4 cu yd or solid material that cannot be removed with a 3/4 cu yd capacity power shovel without drilling or blasting. B. Trench Rock: Solid mineral material with a volume in excess of 1/6 or solid material that cannot be removed with a 1/2 cu yd capacity power shovel without drilling or blasting. 1.5 SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Shop Drawings: Indicate the proposed rock removal method. 1.6 SCHEDULING A. Schedule work under the provisions of Section 1300. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02229 - Page 2 B. Schedule Work to avoid disruption to buildings and structures nearby. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions prior under provisions of Section 01039. B. Verify site conditions and note subsurface irregularities affecting work of this section. 3.2 PREPARATION A. Identify required lines, levels, contours, and datum. 3.3 ROCK REMOVAL BY MECHANICAL METHODS A. Excavate and remove rock by the mechanical method. _. B. Drill holes and utilize expansive tools, wedges or mechanical disintegration compound or a combination of the three to fracture rock. C. Cut away rock at bottom of excavation to form level bearing. D. Remove shaled layers to provide sound and unshattered base for footings and/or foundations. E. In utility trenches, excavate to 6 inches below invert elevation of pipe and 24 inches wider than pipe diameter. F. Remove excavated materials from site. _ G. Correct unauthorized rock removal with lean concrete fill in accordance with Section 02223. — 3.4 FIELD QUALITY CONTROL A. Section 01400 - Quality Assurance. B. Provide for visual inspection of foundation bearing surfaces and cavities formed by removed rock. — END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank _ 02655 - Page 1 " SECTION 02655 CATHODIC PROTECTION PART 1 GENERAL 1.1 SECTION INCLUDES A. Automatic cathodic protection system to automatically control corrosion of the interior water contact surfaces. 1.2 RELATED SECTIONS r0 A. Section 13210 - Elevated Water Storage Tank. N 1.3 REFERENCES A. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). B. NACE RP-01 (National Association of Corrosion Engineers) Mitigation of Alternating Current and Lightning Effects on Metallic Structures and Corrosion Control Systems. r- 1.4 PERFORMANCE REQUIREMENTS A. Conform to NACE RP-01 standard. B. The overall efficiency of the power unit shall exceed 65%, and the power factor shall exceed 90% at full load and rated voltage of the power unit, in the conversion of A.C. to D.C. The power factor shall be great than 85% at outputs exceeding 25% of the rated capacity. C. The power unit shall be designed for single phase, 60 Hertz, 110-120 Volt A.C. D. The standard reference electrodes shall have a reproducible potential and shall remain stable for a minimum for two years. li E. Water to be stored has the following average characteristics: Total Dissolved Solids ----------------------- 1100-3000 mg/l Total Hardness as CaCO----------------------- 250-260 mg/l pH------------------------------------------- 7.4-7.6 F. The cathodic protection system control unit shall have the ability to regulate its direct current output in the following three ways: r' a) Manual operation shall permit uniform adjustment over the full t rectifier capacity, from 0 to 100% without transformer taps. b) Automatic operation using a potentiostat control wherein the current output is automatically adjusted to maintain the structure at a pre -selected potential (in accordance with NACE Standard RP-01- City of Lubbock - TDCJ Psychiatric Facility -,Elevated Water Storage Tank 02655 - Page 2 69) with reference to a standard reference electrode positioned contiguous to the structure. c) Automatic operation, using potentiostat control wherein the current output is automatically adjusted to maintain the structure polarized potential, free of I.R. Drop, at a pre -selected value utilizing standard reference electrodes positioned at a considerable distance from the structure. The polarized potential is continuously monitored with no interruption of the applied current (in accordance with NACE Standard RP-01-69). — 1.5 SUBMITTALS A Submit under provisions of Section 01300. B. Shop Drawings: Indicate wiring diagrams. C. Product Data: Provide data for all products used in the system. D. Manufacturer's Installation Instructions: Include procedures applicable to protecting differing metals and for recommended installation procedures. 1.6 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of anodes and other components of system. C. Upon completion of installation and testing, furnish operating instructions to the Owner's Representative. 1.7 OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01700. B. Operation Data: Include periodic test procedures. 1.8 QUALIFICATIONS A. Installer: Company specializing in performing the work of this Section with minimum 5 years documented experience, and shall have a permanent service organization available. - B. Design system under direct supervision of Corrosion Engineer experienced in design of this type of work and certified by National _ Association of Corrosion Engineers. C. Submit proof of designer certification. 1.9 'FIELD MEASUREMENTS A. Verify that field measurements are as instructed by the manufacturer. - City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02655 - Page 3 1.10 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the Work with placement of site metallic components r, requiring protection. PART 2 PRODUCTS 2.0 MATERIALS A. Power Unit: 1. Components: necessary rectifiers, transformers, control circuitry, meters, wiring and appurtenances of adequate capacity to meet the protection requirements of the structure. There shall be included, as part of the power unit, a circuit breaker for the A.C. supply and an overload relay for the rectifier in the D.C. circuit. The entire power unit shall be fully field serviceable. 2. The entire power unit shall be mounted in a metal cabinet suitable for outdoor use, adequately ventilated and with provision for looking. B. Isolation Transformer: air-cooled housed so that an adequate cooling environment is provided, covered with at least three coats of moisture and atmosphere -resistant electric varnish. The motor -driven variable transformer shall be continuously adjustable voltage auto transformer having a movable brush tap riding on a commutator. Rotation of the brush tap by the motor drive shall deliver any output voltage from 0 to 110% of the input voltage. C. Rectifier Stacks: approved selenium type, as manufactured by International Rectifier Corporation, or equivalent, with adequate cooling fins so that their normal temperature rise at rated capacity will not exceed that specified by NEMA. D. Panel Board: fabricated of electrical insulating material having suitable thickness and mechanical strength. Accurate D.C. meters shall be mounted on the panel board for indicating output of rectifier. Provide one D.C. voltmeter. Each D.C. circuit shall have a separate number. Provide a potential indicating voltmeter as a part of the sensing circuit and shall continuously indicate the structure potential value which the control system is maintaining. E. Anodes: 1. Metal platinum niobium anodes or equivalent. The anodes shall be designed for vertical installation within the tank and spaced at intervals which will provide proper current distribution to all interior water contact surfaces. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02655 - Page 4 2. Insulated copper wire in rigid conduit, shall be used for the positive wires from the power unit to the anode circuits. The size used shall be as established by the National Electrical Code for the allowable current -carrying capacity. _ F. The conduit shall be secured to the structure at intervals of not more than ten feet. G. The negative lead from the power unit shall be securely grounded to the structure and sized in accordance with the National Electrical _ Code. H. Provide primary service line to power input terminals on the power unit. The Contractor shall also run D.C. and control circuit wiring = from power unit to the structure, in accordance with manufacturer's recommendations. I. Upon completion of the installation and testing, maintenance and operating instructions, in duplicate, shall be furnished to the owner. J. Conduit: Rigid galvanized steel. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that tank components are ready for installation of cathodic protection system. 3.2 INSTALLATION A. Install according to manufacture's instruction and in accordance with all applicable National Electric Safety Codes, National'Electric Manufacturer's Association, National Fire Protection Agency and National Association of Corrosion Engineers. 3.2 FIELD QUALITY CONTROL A. Provide qualified inspectors throughout installation of cathodic protection system. A. Field testing will be performed under provisions of Section 01400. B. Conform to'NACE RP-01. END OF SECTION City of Lubbock - TDCJ Psychiatric Facility Elevated Water Storage Tank 02667 - Page 1 SECTION 02667 SITE WATER LINES PART 1 GENERAL 1.1 SECTION INCLUDES A. Pipe and fittings for site water line including tank feed, discharge and overflow water lines, and water line to fire hydrant. B. Valves and fire hydrants. 1.2 RELATED SECTIONS A. Section 02207 - Aggregate Materials. B. Section 02222 - Excavating. C. Section 02223 - Backfilling. D. Section 02225 - Trenching. 1.3 REFERENCES A. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb Rammer and 12 inch Drop. B. ANSI/AWWA C104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings for Water. .C. ANSI/AWWA C111- Rubber -Gasket Joints for Ductile Iron and Grey -Iron Pressure Pipe and Fittings. D. ANSI/AWWA C151 - Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water or Other Liquids. E. ANSI/AWWA C500 - Gate Valves, 3 through 48 in NPS, for dater and Sewage Systems. F. ANSI/AWWA C502 - Dry Barrel Fire Hydrants. G. ANSI/AWWA C600 - Installation of Ductile -Iron Water Mains and Appurtenances. H. ANSI/AWWA C606 - Grooved and Shouldered Type Joints. I. ASTM B88 - Seamless Copper Water Tube. J. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth. K. ASTM D3017 - Test Methods for Moisture Content of Soil and Soil - Aggregate Mixtures. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02667 - Page 2 L. UL 246 - Hydrants for Fire - Protection Service. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on pipe materials, pipe fittings, valves, and accessories. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of piping mains, valves, connections, and invert elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with City ,of Lubbock's Design Standard & Specifications for Water & Sewer. B. Valves: Manufacturer's name and pressure rating marked on valve body. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site in accordance with manufacturer's instructions. B. Deliver and store valves in shipping containers with labelling in place. 1.8 PERFORMANCE REQUIREMENTS A. Piping, valves and fittings shall be rated to withstand a maximum pressure of 150 psi. PART 2 PRODUCTS 2.1 PIPE A. Ductile Iron Pipe: ANSI/AWWA C150, C151, C104,: 1. Fittings: Cast Iron, standard thickness. 2. Joints: ANSI/AWWA C111, rubber gasket with rods. B. Copper Tubing: ASTM B88, Type K, annealed: 1. Fittings: ANSI/ASME B16.18, cast copper, or ANSI/ASME B16.22, wrought copper. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 02667 - Page 3 1 2. Joints: Compression connection or ANSI/AWS A5.8, BCuP silver braze. 2.2 GATE VALVES A. ANSI/AWWA C509, Iron body, bronze trim, non -rising stem with square nut, single wedge, resilient seat, flanged ends, control rod and cast iron extension box with heavy cast iron cover marked "Water" type No. 70 as manufactured by Western Iron Works or equivalent. 2.3 BALL VALVES A. Brass body, Teflon coated brass ball, rubber seats and stem seals, Tee stem pre -drilled for control rod, AWWA compression inlet end, compression outlet with electrical ground connector, with control rod. r! 2.4 HYDRANT A. Manufacturers: I. Clow Medallion. 2. American Darling, Model B-84-B. 3. Dresser, Style 129-09. 4. Mueller Centurion. B. Hydrant: ANSI/AWWA C502, UL 246, iron body, bronze mounted throughout including drain seat ring, dry barrel type, inside dimension of 6 inches minimum, with minimum 5-1/4 inches diameter valve seat opening; 6 inch mechanical joint inlet connection with accessories, gland bolts, and gaskets. C. Hydrant Extensions: Fabricate in multiples of 6 inches with rod and coupling to increase barrel length. D. Hose and Steamer Connection: Two 2-1/2 inch hose nozzles and one 4- inch steamer nozzle, with 4 threads per inch and a crest to crest dimensions of 4.995 inches. E. Finish: Primer and two coats of enamel, painted orange. 2.5 BEDDING MATERIALS A. Bedding: Free of rocks, roots, grass or any debris. 2.6 ACCESSORIES A. Concrete for Thrust Blocks: minimum strength 3000 psi at 28 days. B. Concrete Valve Box and Cover: 1. Dimensions: square 6 ft x 6 ft; minimum depth to top of piping: 4.5 feet. 2. Pre -cast reinforced concrete, minimum strength 3000 psi at 28 days. 3. Frame and cover: gray iron casting with a clear opening of not r^ less than 22 inches. Center box cover opening over valve operating kc. City of Lubbock - TDCJ Psychiatric Facility -'Elevated Water Storage Tank i 02667 - Page 4 nut. Provide lifting ring cast into the cover in such manner as to prevent leaking through. The cover shall be marked "City of Lubbock Water", and shall be Type No. 40-5 as manufactured by, Western Iron Works or equivalent. PART 3 EXECUTION 3.1 PREPARATION A. Ream pipe and tube ends and remove burrs. B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare pipe connections to equipment with flanges or unions. 3.2 BEDDING A. Excavate pipe trench in accordance with Section 02225 for work of this Section. Hand trim excavation for accurate placement of pipe to elevations indicated. B. Place bedding material at trench bottom, level fill materials in one continuous layer not exceeding 6 inches compacted depth, compact to 95 percent. C. Backfill around sides and to top of pipe with fill, tamped in place and compacted to 95 percent. D. Maintain optimum moisture content of bedding material to attain .required compaction density. 3.3 INSTALLATION - PIPE A. Install pipe to indicated elevation to within tolerance of 5/8 inches. B. Install ductile iron piping and fittings to ANSI/AWWA C600. C. Install pipe to allow for expansion and contraction without stressing pipe or joints. D. Install access fittings to permit disinfection of water system performed under Section 02675. E. Form and place concrete for thrust blocks at each elbow or change of direction of pipe main. F. Establish elevations of buried piping to ensure not less than 4.5 ft of cover. G. Backfill trench in accordance with Section 02225. H. Width of trench: Outside diameter of pipe plus 18 inches. City of Lubbock - TDCJ Psychiatric Facility Elevated Water Storage Tank , 02667 - Page 5 p I. Excavate trench so that the maximum horizontal offset of the trench walls from the bottom to the top of the trench (undercutting) shall be 6 inches. 3.4 INSTALLATION - VALVES AND HYDRANTS A. Set valves on solid bearing. B. Center and plumb valve box over valve. Set box cover flush with finished grade. C. Set hydrants plumb and locate pumper nozzle as indicated on the plans. D. Set hydrants to grade, with nozzles at least 18 inches above ground. 3.5 DISINFECTION OF WATER PIPING SYSTEM A. Chemicals: ANSI/AWWA B300, Hypochlorite; ANSI/AWWA B301, Liquid Chlorine. B. Control water being used to fill the line so that it flows very slowly into the section being sterilized, and so that the rate of application of the chlorination agent shall be in such proportion that the chlorine dose applied to the water entering the line shall be at least 50 parts per million. C. Maintain disinfectant in system for 24 hours. D. Initial sampling and testing will be performed and paid for by the Owner. Re -testing for non -passing results will be performed by the Owner, however, Contractor shall pay for re -testing costs. 3.6 FIELD QUALITY CONTROL A. Field testing will be performed under provisions of Section 01400. B. Compaction testing will be performed in accordance with ANSI/ASTM D698. C. If tests indicate Work does not meet specified requirements, remove Work, replace and retest at no cost to Owner. END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r 03100 - Page 1 SECTION 03100 CONCRETE FORMWORK i PART I GENERAL 1.1 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. .� Y C. Form accessories. D. Form stripping. a, 1.2 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this section. 1.3 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. pa 4 i.. 1.4 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements for Reinforced Concrete. i C. ACI 347 - Recommended Practice For Concrete Formwork. D. PS 1 - Construction and Industrial Plywood. n 1.5 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to design and code requirements; resultant concrete to conform to required shape, line and dimension. rw i 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. C. Product Data: Provide data on void form materials and installation requirements. i City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank I" i 03100 - Page 2 1.7 QUALITY ASSURANCE A.Perform Work in accordance with ACI 347, 301, 318. B. Maintain one copy of each document on site. 1.8 QUALIFICATIONS A. Design formwork under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Texas. 1.9 REGULATORY REQUIREMENTS A. Conform to applicable code for design, fabrication, erection and removal of formwork. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site in an acceptable manner to prevent deterioration and damage. B. Deliver void forms and installation instructions in manufacturer's packaging. 1.11 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate this Section with other Sections of work which require `- attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient -- concrete cover over reinforcement before proceeding, request instructions from Owner's Represenattive. PART 2 PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood and Lumber:Sound undamaged sheets with clean, true edges; with grade stamp clearly visible. 2.2 PREFABRICATED FORMS A. Preformed Steel Forms: Minimum 16 gage matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. B. Glass Fiber Fabric Reinforced Plastic Forms: Matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished concrete surfaces. C. Pan Type: Steel or Glass fiber of size and profile required. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank - 03100 - Page 3 D. Tubular Column Type: Round, wood or glass fiber material, surface ,. treated with release agent, non -reusable, of sizes required. E. Void Forms: Moisture resistant treated paper faces, biodegradable, structurally sufficient to support weight of wet concrete mix until initial set. 2.3 FORMWORK ACCESSORIES poll A. Form Ties: Removable or Snap -off type, galvanized metal, with waterproofing washer, free of defects that could leave holes larger than 1 in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, or absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. C. Corners: Chamfer type. D. Flashing Reglets: Galvanized steel, 22 gage thick, longest possible lengths, with alignment splines for joints, release tape sealed slots, anchors for securing to concrete formwork. E. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. G. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, serrated with center bulb: 1 inch O.D. x 1/2 inch I.D., maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. PART 3 EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with drawings. 3.2 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. r• B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to over stressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. s Do not damage concrete during stripping. Permit removal of remaining s principal shores. ^ D. Align joints and make watertight. Keep form joints to a minimum. P City of Lubbock - TDCJ Psychiatric Facility -.Elevated Water Storage Tank x 03100 — Page 4 E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners. G. Install void forms in accordance with manufacturer's recommendations. Protect forms from moisture or crushing. 3.3 APPLICATION — FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. _ B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive [special finishes] [or] [applied coverings] which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.4 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate with work of other sections in forming and placing openings, slots, reglets, recesses,sleeves, bolts, anchors, other inserts, and components of other Work. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. F. Install waterstops continuous without displacing reinforcement. G. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. _ H. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.5 FORM CLEANING A. Clean forms as erection proceeds, to remove foreign matter within forms. B. Clean formed cavities of debris prior to placing concrete. City of Lubbock— TDCJ.Psychiatric Facility - Elevated Water Storage Tank 03100 - Page 5 w C. Flush with water or use compressed air to remove remaining foreign ,., matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.6 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 301. B. Camber slabs and beams in accordance with ACI 301. 3.7 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than 4 times for concrete surfaces to be exposed to view. Do not patch formwork. 3.8 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. rB. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. 3.9 SCHEDULES A. Surfaces Not Exposed To View: Site fabricated plywood coated with form oil. B. Surfaces Walls Exposed To View: Site fabricated rough sawn lumber. END OF SECTION r City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank y 03200 - Page 1 SECTION 03200 CONCRETE REINFORCEMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.2 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A184 - Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. F. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. G. ANSI/ASTM A496 - Deformed Steel Wire Fabric for Concrete Reinforcement. H. ANSI/ASTM A497 - Welded Deformed Steel Wire Fabric for Concrete Reinforcement. I. ANSI/AWS D1.4 - Structural Welding Code for Reinforcing Steel. J. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. K. ASTM A616 - Rail Steel Deformed and Plain Bars for Concrete Reinforcement. L. ASTM A617 - Axle Steel Deformed and Plain Bars for Concrete Reinforcement. M. ASTM A704 -Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement. N. ASTM A706 - Low -Alloy Steel Deformed Bars for Concrete Reinforcement. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 03200 - Page 2 0. ASTM A767 - Zinc -Coated (Galvanized) Bars for Concrete Reinforcement. P. ASTM A775 - Epoxy -Coated Reinforcing Steel Bars. Q. ASTM 03963 - Epoxy -Coated Reinforcing Steel. R. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. S. CRSI - Concrete Reinforcing Steel Institute - Manual of Practice. T. CRSI - Placing Reinforcing Bars. U. ASTM A884 - Epoxy -Coated Steel Wire and Welded Wire Fabric for Reinforcement. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel and wire fabric, bending and cutting schedules, and supporting and spacing devices. _ C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.5 QUALITY ASSURANCE A. Perform Work in accordance with CRSI - Manual of Standard Practice, — ACI 301, ACI SP-66, ACI 318. B. Maintain one copy of each document on site. C. Submit certified copies of mill test report:of reinforcement materials analysis. D. Provide Owner's Representative with access to fabrication plant to facilitate inspection of reinforcement. Provide notification of commencement and duration of shop fabrication in time to allow inspection. 1.6 QUALIFICATIONS _ A. Design reinforcement under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Texas. B. Welders' Certificates: Submit under provisions of Section 01400, Manufacturer's Certificates, certifying welders employed on the Work, _ verifying AWS qualification within the previous 12 months. 1.7 COORDINATION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 03200 - Page 3 7 A. Coordinate work under provisions of Section 01039. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; billet steel bars. B. Reinforcing Steel Plain Bar and Rod Mats: ASTM A704, ASTM A615, Grade 60; steel bars or rods, unfinished. C. Welded Steel Wire Fabric: ASTM A185; in flat sheets; fabricated in accordance with ASTM a82. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI Manual of Practice. r' B. Do not weld reinforcing bars. C. Locate reinforcing splices not indicated on drawings, at point of ,�. minimum stress. Review location of splices with Owner's C Representative. -._ PART 3 EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. .., B. Accommodate placement of formed openings. C. Set wire ties so ends do not touch forms and are directed into r concrete, bot toward exposed concrete surfaces. & D. Lap splice lengths: ACI 318 Class B top bar tension splices. t E. Extend reinforcement to within 2 inches of concrete perimeter edges. a. If perimeter edge is earth formed, extend reinforcement to within 3 inches of the edge. City of Lubbock - TDCJ Psychiatric Facility Elevated Water Storage Tank i 03200 - Page 4 F. Maintain concrete cover around reinforcing as follows: a. Concrete deposited against earth:, 3 inches. b. Formed surfaces exposed to weather or in contact with earth: 2 inches for bars #6 or larger; 1-1/2 inches for reinforcing bars less than #6. 3.2 FIELD QUALITY CONTROL A. Concrete shall not be poured until the Owner's Representative has observed the final placing of the reinforcing steel, and has given permission to place steel. END OF SECTION City of Lubbock - TDCJ Psychiatric Facility Elevated Water Storage Tank 03300 - Page 1 SECTION 03300 _ CAST -IN -PLACE CONCRETE PART 1 GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete. r i e B. Floors and slabs on grade. C. Control, expansion and contraction joint devices associated with concrete work, including joint sealants. D. Thrust blocks and valve box. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION e r, A. Section 03100 - Concrete Formwork. t 1.3 RELATED SECTIONS r" t A. Section 03100 - Concrete Formwork: Formwork and accessories. B. Section 03200 - Concrete Reinforcement. 1.4 REFERENCES A. ACI 301 - Structural Concrete for Buildings. r p, B. ACI 302 - Guide for Concrete Floor and Slab Construction. •" C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305R - Hot Weather Concreting. E. ACI 306R - Cold Weather Concreting. tF. ACI 308 - Standard Practice for Curing Concrete. G. ACI 318 - Building Code Requirements for Reinforced Concrete. 1 H. ANSI/ASTM D994 - Preformed Expansion Joint Filler for Concrete (Bituminous Type). I~ t I. ANSI/ASTM D1190 - Concrete Joint Sealer, Hot -Poured Elastic Type. J. ANSI/ASTM D1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types). City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 03300 - Page 2 K. ANSI/ASTM D1752 - Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. L. ASTM B221 - Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. M. ASTM C33 - Concrete Aggregates. N. ASTM C94 - Ready -Mixed Concrete. -- 0. ASTM C150 - Portland Cement. P. ASTM C260 - Air Entraining Admixtures for Concrete. Q. ASTM C330 - Light Weight Aggregates For Structural Concrete. R. ASTM C494 - Chemicals Admixtures for Concrete. S. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Foundation Design: Submit drawings and backup information for Owner's Representative review and acceptance. Do not proceed with construction until design has been accepted by Owner's Representative. C. Slab on Grade Design for Single Pedestal Tank (if Alternate No. 1 is chosen): Submit drawings and backup information for Owner's Representative review and acceptance. Do not proceed with construction until design has been accepted by Owner's Representative. D. Product Data: Provide data on joint devices, attachment accessories and admixtures. E. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent Work. _ 1.7 PROJECT RECORD DOCUMENTS A. Submit mix under provisions of Section 01700. B. Accurately record actual locations of embedded utilities and components which are concealed from view. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Maintain one copy of document on site. C. Acquire cement and aggregate from same source for all work. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r 4 L D. Conform to ACI 305R when concreting during hot weather. E. Conform to ACI 306R when concreting during cold weather. 03300 - Page 3 r 1.9 COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I. B. Aggregates: ASTM C33, except as modified below. 1. Fine Aggregate: Clean natural sand. No manufactured or artificial sand. 2. Coarse aggregate: Crushed rock, natural gravel, or other inert granular material. a. Maximum amount of clay or shale particles: l percent. b. Gradation: Size #57 or #67. C. Water: Potable, clean, free of oils, acids and organic matter; not detrimental to concrete. 2.2 ADMIXTURES A. Air Entrainment: ASTM C260. B. Chemical: ASTM C494 Type A — Water Reducing; Type B - Retarding; Type C - Accelerating; Type D Water Reducing and Retarding; Type E - Water Reducing and Accelerating. C. Fly Ash: ASTM C618 Class F. Obtain from a source approved by the Texas Department of Transportation for use in concrete for bridges. D. Use Chloride free admixtures only. Do not use calcium chloride. 2.3 ACCESSORIES A. Bonding Agent: Polymer resin emulsion, Polyvinyl Acetate or Latex emulsion. C. Non -Shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents.; capable of developing minimum compressive strength of 2,400 psi in 48 hours and 7,000 in 28 days. D. Membrane curing compound: ASTM C309, Type I-D. +� City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 03300 - Page 4 1. Resin based, dissipates upon exposure to UV light. 2. Curing compound shall'not prevent bonding of any future coverings, coating or finishes. 2.4 JOINT DEVICES AND FILLER MATERIALS ` A. Joint Filler ASTM D1752; Premolded sponge rubber fully compressible with recovery rate of,minimum 95 percent. 2.5 CONCRETE MIX A. All concrete to be ready mixed concrete in accordance with ACI 304. Deliver concrete in accordance with ASTM C94. B. Reinforced concrete shall have a minimum strength of 3,000 psi at 28 days, except for concrete for overexcavation which shall have a minimum strength of 2,000 psi at 28 days. C. Air Entrainment: Provide air entrainment in all concrete resulting in a total air content percent by volume as follows: TYPE TOTAL AIR CONTENT PERCENT 1 or34 ink 5to 1/2 inch 6 to 8 - Air content to be measured in accordance with ASTM C231, ASTM C173, or ASTM C138. _ D. Slump: 5 inches maximum, 1 inch minimum. Determine slump per ASTM C143. E. Select proportions for normal weight concrete in accordance with ACI 301:Method 1 or Method 2: F. Provide concrete to the following criteria: Unit Measurement Minimum Cement Content 517 pounds per cubic yard Water/Cement Ratio (maximum) 0.45 by weight (mass)' Aggregate Size (maximum) 1 inch Fly Ash Content: Maximum 15 percent of cement content. G. Use accelerating admixtures in cold weather only when approved by Owner's Representative. Use of admixtures will not relax cold weather placement requirements. H. Use set retarding admixtures during hot weather only when approved by Owner's Representative. PART 3 EXECUTION City of Lubbock - TDCJ Psychiatric`Facility - Elevated Water Storage Tank r 03300 - Page 5 3.1 EXAMINATION A. Verify site conditions under provisions of Section 01039. B. Verify requirements for concrete cover over reinforcement. C. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not cause hardship in placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. B. In locations where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack solid with " non -shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 304 and 304.2R. B. Notify Owner's Representative minimum 24 hours prior to commencement of operations. C. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, are not disturbed during concrete placement. r` D. Install vapor barrier under interior slabs on grade. Lap joints minimum 6 inches and seal watertight by sealant applied between overlapping edges and ends. E. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material; lap over damaged areas and seal watertight. F. Separate slabs on grade from vertical surfaces with joint filler. G. Place Joint filler in floor slab in -a pattern placement sequence. Set top to required elevations. Secure to resist movement by wet concrete. H. Install Joint devices in accordance with manufacturer's instructions. I. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. J. Place concrete continuously between predetermined expansion, control, and construction joints. K. Do not interrupt successive placement; do not permit cold joints to ,., occur. I; r City of Lubbock - TDCJ Psychiatric Facility — Elevated Water Storage Tank 4 03300 - Page 6 L. Joints may be tool made or saw cut. Saw cut joints within 24 hours of concrete placement. M. Screed slabs on grade] level, maintaining surface flatness. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with smooth. finish. B. Finish concrete floor surfaces in accordance with ACI 301. C. Steel trowel surfaces which are scheduled to be exposed. D. Do not use water as finishing aid. Use Confilm (Master Builders) or a similar product. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant �- temperature for period necessary for hydration of cement and hardening of concrete. C. Cure floor surfaces in accordance with ACI 308. 3.6 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301 and under provisions of Section 01400. B. Provide free,access to Work and cooperate with appointed firm. ~ C. Submit proposed mix design of each class of concrete to Owner's Representative and testing firm for review prior to commencement of Work. D. Tests of cement and aggregates may be performed to ensure conformance with specified requirements. E. Three concrete test cylinders will be taken for every 40 cubic yards _ or less of each class of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken for each set of test cylinders taken. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank E f 03300 - Page 7 r. 3.7 PATCHING '-' A. Allow Owner's Representative to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Owner's Representative upon discovery. �. C. Patch imperfections in accordance with ACI 301. 3.8 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, ` details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Owner's Representative. C. Do not patch, fill, touch-up, repair, or replace exposed concrete r except upon express direction of Owner's Representative for each individual area. r f END OF SECTION roll t� City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank r-� r 1� SECTION 13210 ELEVATED STORAGE TANK PART 1 GENERAL 1.1 SECTION INCLUDES 13210 - Page 1 A. Fabrication and erection of a 150,000 gallon elevated steel water storage tank. 1.2 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION A. Reinforced concrete foundation and concrete embedments for tank erection. 1.3 RELATED SECTIONS A. Division 1 - General Requirements B. Division 2 - Site Work. C. Division 3 - Concrete. 1.4 UNIT PRICE - MEASUREMENT AND PAYMENT A. 150,000 Gallon Elevated Steel Water Storage Tank: 1. Basis of Measurement: By the unit, fabricated and erected. 2. Basis of Payment: Includes temporary facilities and controls, progress photographs, excavating, backfilling, design and construction of reinforced concrete foundation, site water lines, hydrant, gate valves and boxes, concrete slab, fire hydrant, design, fabrication, delivery and erection of elevated storage tank with necessary accessories as described herein, painting system, cathodic protection, disinfection, electrical and lighting (including obstruction lights), testing and inspecting laboratory services as described in the individual sections, grading around tank foundation and final cleanup. 1.5 REFERENCES A. ANSI/IEEE C2 - National Electrical Safety Code. B. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. C. ANSI/NFPA 10 - National Electrical Code. D. ASTM B418 - Cast and Wrought Galvanic Zinc Anodes for use in Saline Electrolytes. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 13210 - Page 2 E. AWWA D105 - Disinfection of Water Storage Facilities. F. AWWA D102 - Painting Steel Water Storage Facilities - as modified herein. G. AWWA D100 - Welded Steel Tanks for Water Storage. H. NEMA TC 2 - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80). I. NACE RP-01 - Mitigation of Alternating Current and Lightining Effects on Metallic Structures and Corrosion Control Systems. J. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum) K. SSPC-PA1 - Steel Structure Painting Council. 1.6 SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Submit in accordance with AWWA D-1000 Section 1.4. Indicate dimensions, accessories, thickness of plates, painting and cathodic protection systems, electrical and lighting, weight and design criteria. Do not start construction until drawings have been accepted by Owner's Representative. 1.7 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. 1.8 QUALIFICATIONS' A. Manufacturer: Company specializing in fabrication and erection of Elevated Steel Water Storage Tanks with minimum five years .experience. 1.9 REGULATORY REQUIREMENTS A. Conform to requirements of Texas Water Commission for construction of elevated storage tanks. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle Products so that no damage or deterioration will occur to products being handled or products and structures at the site. B. Accept products on site. Inspect for damage. C. Protect plates and accessories from corrosion and entrance of debris. Provide appropriate covering. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 13210 - Page 3 1.11 DESIGN REQUIREMENTS A. The tank shall conform to the following.requirements: Minimum capacity within speci- fied head range, gallons 150,000 Head range below overflow, feet 28 to 32 Overflow Elevation 3315 (USGS Datum) Elevation at top of foundation 3150 (USGS Datum) Diameter of Inlet connection, inches 12 Overflow diameter, inches 12 Overflow rate, gpm 1,000 B. Snow load: 25 pounds per square foot of the horizontal projection of the tank C. Wind load: Wind loads incurred by wind blowing at aerate of 100 miles per hour in any direction with the tank full partially full or empty. D. Earthquake load: Tank will be located in a Zone 0 (zero), as defined in section 3.1.5 of AWWA D-100. E. Corrosion allowance: Corrosion allowance will not be required. F. Minimum thickness: The minimum metal thickness shall be the greatest of the following: 1. Design thickness. �^ 2. Thickness as specified in Section 3.10 of AWWA 1 D-100. 3. 1/4 inch. PART 2 PRODUCTS 2.1 MATERIALS A. Bolts, anchor bolts, rods, reinforced steel, structural shapes, welding and all materials used in the fabrication and erection of the tank shall comply with AWWA D-100. 2.2 ACCESSORIES A. Accessories shall conform to the applicable paragraphs of section 5 of AWWA D-100 and to supplementary requirements stipulated herein. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 13210 - Page 4 B. Single Pedestal Tank Provide the following basic elements, at a minimum: I. A 30" wide by 78" high hollow metal accesss door, at the base of the fluted tower. The door shall be provided complete with hinges and a tumbler type lock. 2. A 3-foot minimum diameter center located drywell for access to the tank from inside the fluted tower. Provide a 24" manhole for access from the dry well to a balcony (with handrails) outside drywell, above high water level. 3. A 24-inch diameter manhole with a small vent at the top of the drywell, for access to the tank roof from inside the drywell and to ventilate the drywell and the fluted tower. 4. A 30-inch roof hatch (adjacent to the drywell) for access to the tank interior. The hatch shall be provided with suitable hinges and a hasp to permit locking. 5. A minimum 18-inch diameter vent to permit passage of air when the tank is being filled or emptied. It shall have sufficient capacity to pass air at a rate which will prevent dangerous pressure or vacuum. It shall also be so constructed that an exhaust vent may be bolted to the vent, if required, for ventilation during painting. Provisions shall be made to prevent ingress of birds or insects, and such provisions shall meet the requirements of the Texas Water Commission. 6. A walkway with handrails at the inside top of the fluted support pillar to provide access to both the drywell and the painter's rails. The walkway shall be located below the tank bottom. 7. A 30-inch diameter manhole at the tank bottom for access into the tank from the walkway. 8. Appropriate outside painter's rails near the top of the fluted tower. An access manhole shall be provided in the fluted tower near outside painter's rails. 9. Painter's lugs or couplings near the center of the tank, at the inside bottom and roof. 10. A 12-inch inside diameter steel inlet/oulet pipe, complete with a flanged base elbow and all required fittings and valves. The minimum distance between the top of foundation and the top of the base elbow shall be 4.5 feet. All connections shall be welded, and provisions shall be made for expansion and contraction of the inlet/outlet by supplying a coupling or expansion joint. The inlet/outlet pipe shall be City of Lubbock TDCJ Psychiatric Facility - Elevated Water Storage Tank i 13210 - Page 5 rprovided with 1 1/2" thick (minimum) Styrofoam insulation from the tank bottom to the floor. 11. A 12-inch inside diameter steel overflow pipe, provided with a weir box capable of discharging at the rate of 1,000 gallons per minute. The overflow pipe shall be attached to the drywell and extend down the steel fluted tower. At the base of the tower the overflow pipe shall penetrate the tower wall and discharge onto the proposed access driveway. The end of the overflow pipe shall be provided with a flap gate. ' 12. A 12-inch ductile iron drain pipe with one end connected to the inlet pipe (above the base elbow), and with the other end connected to a fire hydrant to be installed outside the tank foundation. 13. ** Common requirement for Spheroidal or Double Ellipsoidal Tank: Provide a gland type in the riser pipe immediately above the floor line of the cylindrical column. The expansion joint shall permit 6 inches of vertical movement and have an inner sliding sleeve made from AISI Type 304 stainless steel at least 3/16 inch thick. The sliding sleeve shall be welded to a painted carbon steel flange. All other metal parts of the expansion joint shall be galvanized after fabrication or made of noncorroding materials such as brass or stainless steel. At least three rings of suitable rubber packing shall be provided. 14. Ladders: All ladders shall be provided with OSHA approved �. safety climbing devices. Ladders shall be provided at the following locations: 1) Inside and outside (wet side ) of the drywell; 2) Inside the fluted tower up to the walkway below the tank; r 3) From the walkway to the manhole at the tank bottom. �^ 15. Appropriate handrails around roof penetrations shall be provided. r, 16. A steel condensate ceiling assembly shall be provided to collect and draw any condensation to the exterior of the fluted tower. The condensate ceiling shall be supplied with a drain. r 17. Lighting shall be provided as follows: (1) Interior lighting in steel tower, tank and drywell, (2) Exterior lighting for access door, and (3) Obstruction lights on roof. 18. A general purpose 110 volt duplex electrical outlet inside fluted tower. 19. A 4-inch thick concrete floor inside the base of the steel fluted tower. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 13210 - Page 6 C. Double Ellipsoidal Tank Provide the following basic elements, at a minimum: 1. A 36-inch diameter centered steel riser, with all connections welded. 2. A 24-inch diameter access manhole, near the base of the riser. 3. A 30-inch diameter roof hatch to be used as the primary roof access into to tank. This roof hatch shall be placed above the high water level. 4. A 24" diameter roof hatch to be utilized for ventilation during painting operations and may also be combined with the roof vent, provided the details for both are satisfied. 5. A minimum 18-inch diameter vent to permit passage of air when the tank is being filled or emptied. It shall have sufficient capacity to pass air at a rate which will prevent dangerous pressure or vacuum. It shall also be so constructed that an exhaust vent may be bolted to the vent, if required, for ventilation during painting. Provisions shall be made to prevent ingress of birds or insects, and such provisions shall meet the requirements of the Texas dater Commission. 6. Painter's lugs or couplings near the center of the tank, at the inside bottom and roof. 7. A 24-inch minimum width balcony along the outside of the tank shell with 42-inch minimum height handselling. A suitable drain shall be provided for the balcony floorplate. 8. A 12-inch inside diameter steel inlet/owlet pipe, complete with a flanged base elbow and all required fittings and valves. The minimum distance between the finish grade and the top of the base elbow shall be 4.5 feet. All connections shall be welded, and provisions shall be made for expansion and contraction of the inlet/outlet by supplying a coupling or expansion joint. 9. A 12-inch ductile iron drain pipe with one end connected to the inlet pipe (above the base elbow), and with the other end connected to a fire hydrant to be installed outside the tank foundation. 10. A 12-inch inside diameter steel overflow pipe, provided with a weir box capable of discharging at the rate of 1,250 gallons per minute. The end of the overflow pipe shall be provided with a flap gate. 11. Ladders: All ladders shall be provided with OSHA approved s safety climbing devices. Ladders shall be provided at the following locations: a. A tower ladder from above the foundation to the balcony; City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank u 13210 - Page 7 b. Tank and roof ladder for access from the balcony to the roof hatches; c. A ladder inside the tank proper. 12. Appropriate handrails around roof penetrations shall be provided. 13. Lighting shall be provided as follows: (1) Exterior lighting at tank base, and (2) Obstruction lights on roof. 14. A general purpose 110 volt duplex electrical outlet at one of the tank legs. 2.3 PAINTING SYSTEM A. Products of the Tnemec Co. are listed to establish a standard of quality. Equivalent materials of other manufacturer's may be substituted on written approval by the Owner's Representative. B. Product Substitution: Requests for substitution shall include manufacturer's literature for each product giving product name, generic type, descriptive information, solids by volume, recommended dry film thickness and certified lab test reports showing results to equal the performance criteria of the products specified herein. C. Exterior Surfaces: 1. First Coat: Tnemec Series 135, Chembuild AA83 Tank White at 5.0 to 7.0 dry mils. 2. Second Coat: Tnemec Series 74 Endura Shield III at 5.0 to 7.0 dry mils, BA72 Lakeland. Total dry film thickness shall be a minimum of 10.0 mils per SSPC dry film thickness measuring standards. D. Interior Surfaces: 1. First Coat: Tnemec Series 140-1255 Pota Pox Plus at 7.0 to 10.0 dry mils. 2. Second Coat: Tnemec Series 140:AA83 Pota Pox Plus Tank White at 7.0 to 10.0 dry mils. Primer coat shall be tinted to contrast with finished white color. Total dry film thickness shall be a minimum of 14.0 mils per SSPC dry film thickness measuring standards. 2.4 DISINFECTION A. Use water containing 50 milligrams per liter available chlorine. Add chlorine to the disinfecting solution as hypochlorite. City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 13210 - Page 8 2.5 ELECTRICAL A. Main circuit breaker panel: Bryant B-12-205M or equivalent. B. Conduit and Wiring: 1/2 inch steel with #12 copper wire. C. Receptacles: 125 volts, double grounded, corrosion resisitant, 2 pole, 3 wire and 15 amp mounted in box. D. Obstruction lights shall comply with the latest regulations of the Federal Aviation'Administration. E. Interior and Exterior lights shall comply with all NEMA specifications. PART 3 EXECUTION 3.1 FABRICATION AND ERECTION A. Fabricate and erect tank in accordance with AWWA D-100. B. Comply with latest requirements of the Occupational Safety and Health Act (OSHA) and the Texas Water Commission. 3.2 WELDING A. Perform in accordance with Section 8 of AWWA D-100. B. Do not use welding processes that include the application of pressure. C. Intermittent welding shall not be.used on tank shell plating in r contact with tank contents or on plate surfaces exposed to external weathering. Intermittent groove welds shall not be used. All seams that are to have intermittent welding shall have continuous lengths of welds at each end'for a distance of at least 6 inches. 3.3 PAINTING A. Surface preparation, materials, application and workmanship _ shall be in accordance with AWWA 0-102 as modified herein, the SSPC-PA1, and the manufacturer's recommendation. B. All steel surface shall be blasted and cleaned in the fabricator's shop prior to applying any shop prime paint. After cleaning, all surfaces shall be thoroughly and completely cleaned of any residue or dust. All steel surfaces shall then receive one (1) coat of primer paint, leaving unpainted those margins along all edges to be welded. C. Upon erection of the structure, blast clean to the same requirements of paragraph 3.03(B)', above, all welded seams, City of Lubbock - TDCJ Psychiatric Facility -,Elevated Water Storage Tank 13210 - Page 9 adjacent unprimed and abraded areas. Spot prime these areas with the same brand and type of the primer paint as was applied in the fabricator's shop. D. All rough edges, weld seams and sharp corners shall be ground to a curve. E. Surface Preparation Schedule: 1. Exterior Surfaces: SSPC-SP6 Commercial Blast Cleaning. 2. Interior Surfaces: SSPC-SP10, Near -White Metal Blast Cleaning. 3.4 DISINFECTION A. Disinfection Procedure: Method 3, Section 4.3 of AWWA C652. B. Hold disinfecting solution in the tank for not less than 6 hours. Then, fill tank to the overflow level with potable water, and allow to stand for 24 hours. If a chlorine residual of at least 2 milligrams per liter remains, the disinfection is satisfactory. If.the Chlorine residual is less than 2 milligrams per liter, add additional hypochlorite and allow water in the tank to stand for an additional 24 hours and re -test chlorine residual. After the disinfection is satisfactory, all highly chlorinated water shall be purged from the drain piping and the tank may be placed in service. 3.5 ELECTRICAL A. Install in accordance with all applicable National Electric r Safety Codes, Natinal Electrical Manufacturer's Association specifications and National Fire Protection Agency. r 3.6 QUALITY CONTROL A. Perform inspection and testing in accordance with AWWA D-100 and under the provisions of Section 01400. B. Provide qualified inspectors throughout fabrication and erection of tank. C. Welding: Determine quality of welding by spot radiographs and �... test segments of the numbers and locations as required by the Owner's Representative. Remove defective welds by chipping with a round -nosed tool or by arc or oxygen gouging, from one or both sides of the joint, and then reweld. Repairs, as per approved procedures, shall be reinspected using the procedures described in this paragraph. Painting of the tank shall not proceed until satisfactory shop and field welding tests have been completed, and the welding work in its entirety has been accepted by the Owner's Representative. r" City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank 13210 - Page 10 D. Painting: 1. Measure thickness of coating and painting with a non- r destructive, magnetic type thickness gauge. 2. Use U.S. Department of Commerce, National Bureau of Standards certified instrumentation to test accuracy of dry - film thickness gauge, and to test accuracy of holiday detectors. Holiday detection devices shall be operated in the presence of the Owner's Representative. 3. Perform holiday detection prior to application of finish _ coats. Non-destructive holiday detectors shall not exceed 67-1/2 volts. Add a non-sudsing type wetting agent to the water, such as Kodak Photo -Flow, prior to wetting,the detector sponge. 4. Mark pinholes and repair in accordance with the manufacturer's recommendations and retest. No pin -holes or other irregularities will be permitted in the final coating. E. Disinfection: Owner will perform and pay for initial sampling and testing. Contractor shall facilitate sampling operations. Additional re -testing for non -passing results shall be paid for by the Contractor. END OF SECTION City of Lubbock - TDCJ Psychiatric Facility - Elevated Water Storage Tank d s PL�r.dt0 ROAD 4!1 •� �J� ■ ■ � ■ 0 � ■ ■ �. �, � ! b �,'� `� /tea ' � p t j -dnYt 1 � a- µ • ,7/36 • •J.S7 • � ♦' Y�atiaa.a �'�"�� JN./ . � '!� �. '' /_ \ .. ♦j S Joba $take • 7 ♦ ��/ _"•• ea _ PtYtw + J '1j ��'� �► s�aya:�lLait ■`_`_.a 'I a♦ ■.a sa• a•3Jo a.., • • pO'o Burris i $ J • � • . .a/ss • - 10 M m�;�• saa�..a.a.ap J fat '•1;", . . �; ; a • eh • iaa..a.r \J\J • �' •J'sb HOLLY STATION �lsl �l• �. /�J •,1/46 ,rso 1 d _ _ ar � � • wNK � •J/aJ • ; APPROX. • � SITE LOCATION -� i � \ t ]ae s 98th Street S ti �t 473T 'tl 242 • • , •a.a.—oao�oo.c.. w..r.,.t.ro.. ..o...._..» tueoo. t 1 i r i CITY OF LUBBOCK 'TDO ,PSYCHIATRIC FACILITY ELEVATED WATER STORAGE TANK EXHIBIT "A" GEOTECHNICAL REPORT QR INFORMATION ONLY NOT,PART OF CONTRACT DOCUMENTS NTS i r x r" , City of Lubbock Solis Investigation for Elevated Water Storage Tank June 1993 Hibbs, Oiler $ Todd, Eric a r I GEOTECHNICAL INVESTIGATION ELEVATED WATER STORAGE TANK LUBBOCK, TEXAS June 23, 1993 for CITY OF LUBBOCK LUBBOCK, TEXAS GEOTECHNICAL INVESTIGATION ELEVATED WATER STORAGE TANK: LUBBOCK, TEXAS June 23, 1993 FABLE OF CONTENTS Pacte INTRODUCTION ............................................ 1 General............................................ 1 Field Exploration ...................................... 1 Laboratory Investigations ................................ 2 SUBSURFACE MATERIALS AND CONDITIONS ...................... 3 Stratification ......................................... 3 Material Characteristics ................................. 3 Groundwater................................... ..... 3 FOUNDATION DESIGN AND CONSTRUCTION RECOMMENDATIONS ....... 3 General............................................ 3 Vertical Soil Movement ................................. 4 Footing Foundation .................................... 4 Lateral Stability ....................................... 4 SUMMARY .............................................. 5 APPENDIX Plate I - Boring Location Map Plate II - Summary of Classifications Tests Logs or Borings i r i GEOTECHNICAL INVESTIGATION ELEVATED WATER STORAGE TANK LUBBOCK, TEXAS INTRODUCTION ENERAL: This investigation of subsurface materials at the site of the proposed 150,000 gallon elevated water storage tank in southwest Lubbock, Texas was authorized on May 25, 1993 by Mr. Ron Shuffield of the City of Lubbock, Texas. The purpose of this investigation has been to explore subsurface materials encountered, and establish foundation design criteria and construction recommendations for the desirable foundation system. The intent of this investigation was accomplished by field exploration, laboratory investigation, and an engineering study. Details and results of this investigation are presented herein. FIELD EXPLORATION: The field exploratory operations were conducted on June 2 and 3, 1993. Subsurface materials at the site were investigated by five sample borings advanced to a maximum depth of 42.50 feet below the existing ground surface. Approximate locations of the borings are shown on Plate I in the Appendix. Split -spoon samplers (SPT) were used to provide samples of the granular -type materials. The samples were visually examined, identified, wrapped and sealed in plastic, and placed in core boxes for transportation to the laboratory. Field penetration tests (SPT) were performed at intermittent depths to aid in strength evaluations. The standard penetration test (SPT), ASTM D 1586-67, was performed in the soils encountered at the site. This test procedure is summarized below.: PT Test Drop Hammer Weight 140 pounds Height of Hammer Drop 30 Inches Drive Point Split -barrel r 1 Depending on the resistance, either the number of hammer blows required to advance the drive point 12 inches or the inches of penetration due to 100 blows is recorded. Results of the SPT test are shown on the left hand side of the attached Logs of Borings. Existing in -place conditions of subsurface materials were investigated by standard penetration tests (SPT) in the borings. The standard penetration tests determined the resistance of the materials to penetration by a 2-inch O.D. split -spoon sampler driven by a 140-pound hammer dropping 30 inches. Depending on the resistance of the materials, either the number of blows of the hammer required to drive the split -spoon 12 inches (after seating the sampler 6 inches) or the inches of penetration due to 100 blows of the hammer were recorded as the SPT blow count and are shown on the field logs. Results of the standard penetration tests are shown on the left-hand side of the attached Logs of Borings in the Appendix. LABORATORY INVESTIGATIONS: After the samples reached the laboratory, they were visually re-examined. Representative samples were selected to determine soil classifications, plasticity index properties, and minus 200-mesh sieve tests. Results of these tests are shown on Plate II in the Appendix. Existing in -place conditions of subsurface materials were also investigated by Texas Highway Department cone penetration tests (TCP) in the boring. The Texas Highway Department cone penetration tests determined the resistance of the materials to penetration by a 3-inch diameter steel cone driven by a 170-pound hammer dropping 24 inches. Depending on the resistance of the materials, either the number of blows of the hammer required to drive the cone 12 inches or the inches of penetration of the cone due to 100 blows of the hammer were recorded on the field logs. Results of the TCP penetration tests are shown on the right-hand side of the attached Logs of Boring. The borings were advanced the total depths below the ground surface using air drilling methods, which provides for very accurate groundwater observations. Results of the observations to investigate groundwater conditions at the site are shown by the notes on the attached Logs of Boring. The results obtained from the field investigation and the laboratory investigation were used to develop recommendations to guide in the foundation design. The following paragraphs describe the results of these investigations. K i t. r SUBSURFACE MATERIALS AND CONDITIONS STRATIFICATION: Specific types and depths of subsurface materials encountered at the boring locations are shown on the attached Logs of Borings. In general, the subsurface materials encountered from the ground surface down consisted of 29.00 feet to 30.00 feet of CLAYEY SANDS and SILTY SANDS, with caliche and limestone fragments; 1.00 feet to 1.50 feet thick layers of LIMESTONE in two of the borings; followed by layers of CALICHE and PACKSAND to at least the bottom of the borings. MATERIAL CHARACTERISTICS: The near -surface CLAYEY SANDS and SILTY SANDS exhibit low bearing strength characteristics. Supporting strength varies with depth t! based on moisture content and grain size. Zones with cementation exhibits higher supporting values. The LIMESTONE layer encountered at the 30-feet depth is very hard with high strength support. GROUNDWATER: The test borings were advanced the total depth without using drilling fluid. Groundwater was encountered in boring B-1 only. The water is "trapped" or "perched" on the upper surface of the more impermeable limestone and caliche formations. The irrigation of the farmland in this area adds to the quantity of water in the perched or trapped zone. Notes concerning groundwater observations are shown at the bottom of the individual Logs of Borings in the Appendix. FOUNDATION DESIGN AND CONSTRUCTION RECOMMENDATIONS GENERAL: The proposed structure for this site at the time of this investigation consists of an elevated 0 50,000 gallon) water storage tank (Borings B-1 through B-5). The locations of the borings are noted on the sketch Identified as Plate I in the Appendix. Design and construction of the proposed water storage tank should consider the following: 7 (1) capacity of load transfer of the foundation system; poll (2) settlement of the foundation system; and (3) stability against lateral forces and overturning moments. F The total loads of the proposed water storage tank are expected to be heavy at full capacity. Therefore, it is desirable to secure foundation support at a moderate depth, r where the effect of consolidation (settlement) soil movements will be small. f' r 3 Accordingly, a combination spread footing/ring-wall foundation system is recommended for support of the proposed structure. VERTICAL SOIL MOVEMENT: The soils encountered at this site exhibit moderate to low expansive characteristics: Based on a method devised by Chester McDowell, the Potential Vertical Rise (PVR) for this site is estimated at 0.60 inches, which is quite low. This value is based on a soil moisture content ranging from fully dry to fully saturated. The structure loads will be of such magnitude that the swell will not occur. Maximum potential settlement of footings under load will be the controlling design consideration at the site. Excessive settlement can occur in the near surface SILTS and SANDS under heavy concentrated loads. FOOTING FOUNDATION: A spread footing foundation (with ring -wall footing) seated at the 10.00 feet depth in the Silty Sands will support the proposed structure. A net allowable bearing capacity of 3,000 pounds oer square foot is recommended for sizing of the 'footings. Spread footings seated at the 15.00 feet depth in the harder (cemented) materials can be sized using a net allowable bearing capacity of 5.000 pounds Der square foot. The footings should be sized such that the loads of the water storage tank will be relatively uniformly distributed over the foundation system. Construction of a ring wall is also desirable for the purpose of load transfer. The above values provide for a safety factor of at least three against a shear failure in the supporting soils. Total settlement of footing is limited to a 1.00 inch maximum using the stated allowables. LATERAL STABILITY: The stability of the proposed structure against lateral forces and overturning moments will be provided by the gravity forces of the foundation system and the surcharge loads over the footing (assuming a vertical pull-out condition). A value of 120 pounds per cubic foot may be used for the compacted net weight of the excavated native soil placed above the foundation footing. If additional pull-out resistance is required, the use of tensile piers anchored into the harder limestone formation at or below the 30.00 feet depth will perform satisfactorily. 4 SUMMARY The following items summarize the findings and recommendations of this investigation. 1. Subsurface materials encountered in the borings include clayey sands and silty sands followed by hard limestone and caliche layers to the bottom of the deeper test boring. 2. The sands and silt exhibit low plasticity characteristics. Settlement (consolidation) will control allowable bearing values in the shallow soils. 3. A spread footing (with ring wall) type foundation is the desired mechanism for transfer of loads to the foundation soils. Footings seated at the 10.00 feet depth in the sandy CLAYS should be sized using a net allowable bearing capacity of 3,000 pounds per square foot. Footings seated at or below the 15.00 feet depth should be sized using a net allowable bearing pressure of 5.000 founds per square foot. 4. Recommendations concerning settlement and lateral stability are discussed in this report. Respectfully Submitted, HIBBS, OLLER & TODD OF T + Earnest R. Reynolds, P.E. ••• �:�► ••.EARNEST �g • REYNOID• • S� June 23, 1993 .$ a 26838 _ EN-626 /rk 5 7 APPENDIX Plate 1 - Boring Locations Plate 11 - Summary of Classifications Tests Logs of Borings 0 x x x x x x x x 9-1 ■ '-----" 1 --'--'—" 1 Bl-4 ASPHALT DRIVEWAY 1 I , 1 ` B-2 BODST£R Pinup u z �0 BUILDING t+ 4 Y I I J 180..0 GAL. z I ELEVATED I = STORAGE TANK , u B -3 B-5 x R M x 1x 1 x f x x SEWER ILIFT STATION x x x x x x x x HIBBS, OLLER & TODD, INC. environmental and civil engineering m n M Z M N Plate I SITE MAP SKETCH ONLY WATER TOWER LUBBOCK. TEXAS PROAM ND.: EN-626 DATE: 06/21/93 150,000 GALLON ELEVATED WATER STORAGE TANK LUBBOCK, TEXAS SUMMARY OF CLASSIFICATION TESTS Boring Depth Liquid Plasticity % Passing Natural Classifi- No. R• Limit Index 200-Mesh M.C. cation Description 1 3.5-5.0 27 12 91 CH Tan Silty Sand 2 3.5-5.0 26 13 47 CH Reddish -brown, Brown & Tan Sandy Clay 2 ' 8.5-10.0 41 21 60 CL Reddish -brown, Brown & Tan Sandy Clay 5 8.5-10.0 40 21 26 CL Reddish -brown & Tan Sandy Clay PLATE 11 HIBBS, OLLER & TODD, INC. environmental and civil engineering LOG OF BORING Project: WATER TOWER Location: LU880CK. TEXAS Date: 6/2/93 Type: AUGER Boring No.: 8-1 a ti c r,. rn w cn � O m z 0 MATERIAL DESCRIPTION c REDDISH -BROWN CLAYEY SAND. SOFT. MOIST. �I TAN SILTY SAND WITH CALICHE NODULES, FIRM, MOIST. 12 5 IIREDDISH —TAN SILTY SAND WITH LIMESTONE FRAGMENTS, FIRM, MOIST. 10 I REDDISH —TAN SILTY SAND (SLIGHTLY CEMENTED) WITH SANDSTONE NODULES 100+ (WELL CEMENTED), HARD, MOIST. 15 II 20 iI I` If I LIGHT BROWN k TAN SILTY SAND (SLIGHTLY CEMENTED) WITH SANDSTONE NODULES (WELL CEMENTED), HARD. MOIST. 75 i 25 I I LIGHT TAN do WHITE SILTY SAND WITH CALICHE LAYERS. FIRM. MOIST. 32 1X WATER ENCOUNTERED BLOWS — 3' T (26') 10041 30 TAN LIMESTONE MODERATELY CEMENTED. HARD. �— TCP: 50 BLOWS - 3/4' 50 BLOWS - 1/2' 35 TCP: 50 BLOWS - 3' TAN CALICHE WITH TAN ALTERNATING LIMESTONE LAYERS. 50 BLOWS - 2' 39 40 LIGHT BROWN PACK SAND WITH CALCAREOUS LAYERS, FIRIA. WET. TOTAL DEPTH OF BORING — 42.5 FEET 45 NOTE: BORING WAS ADVANCED TO TOTAL DEPTH WITHOUT USING DRILLING FLUID AND GROUNDWATER WAS ENCOUNTERED AT 28.0 FEET. H IBBS, O LLER & TODD, INC. environmental and civil engineering LOG OF BORING Project: WATER TOWER Location: LUBBOCK, TEXAS Date: 6/2/93 Type: AUGER Boring No.: B-2 a c MATERIAL DESCRIPTION r a C%. rrn ran z w F- 5 REDDISH -BROWN CLAYEY SAND. SOFT. MOIST. REDDISH -FROWN, BROWN & TAN SANDY CLAY, FIRM, MOIST. 10 15 20 25 � 19 BLOWS 0' REDDISH -BROWN SANDY CLAY, FIRM. MOIST. TCP: 50 BLOWS - SO BLOWS - 0' 1004 LIGHT BROWN & TAN SILTY SAND (SLIGHTLY CEMENTED) WITH SANDSTONE NODULES (WELL CEMENTED). HARD, MOIST. Ij TAN LIMESTONE B' TAN SILTY SAND WITH ALTERNATING LIMESTONE LAYERS 1/2'-1' THICK, HARD, DRY TCP: 50 BLOWS - 1/2' 50 BLOWS - 0 TAN SILTY SAND WITH CALCAREOUS NODULES. FIRM. MOIST. 4 3 BLOWS - 2' TAN AND WHITE SILTY SAND WITH CALCAREOUS LAYERS (CALICHE), HARD, MOIST. 1004 TAN LIMESTONE. TCP: 50 BLOWS - 1/4' 30 TOTAL DEPTH OF BORING - 30.0 FEET 50 BLOWS - 0' NOTE: BORING WAS ADVANCED TO TOTAL DEPTH WITHOUT USING DRILLING FLUID AND GROUNDWATER WAS NOT ENCOUNTERED. H IBBS, O LLER & TODD, INC. environmental and civil engineering LOG OF BORING Project: WATER TOWER Location: LUBBOCK, TEXAS Date: 6/3/93 Type: AUGER Boring No.: B-3 w �o 1 c cmm a MATERIAL ,DESCRIPTION za Z.. 0rw 0 w REDDISH—SRONM do BROWN CLAYEY SAND, SOFT, MOIST. 13 5 LIGHT BROWN do TAN SANDY CLAY WITH CALCAREOUS PARTICLE, FIRM, MOIST. LIGHT BROWN & TAN SILTY SAND WITH LIMESTONE FRAGMENTS AND 25 CALCAREOUS PARTICLES, FIRM, MOIST. 10 `j REDDISH —BROWN, BROWN k TAN SILTY SAND WITH LIMESTONE FRAGMENTS AND CALCAREOUS PARTICLES, FIRM TO HARD, MOIST. 36 I— 15 REDDISH —TAN SILTY SAND (POORLY CEMENTED) WITH SANDSTONE NODULES (MODERATELY TO WELL CEMENTED), HARD, MOIST. 10 SLOWS - 9' i- 2 0 1 " 25 TAN SILTY SAND WITH CALCAREOUS NODULES, FIRM, MOIST. 30 LIMESTONE O 30.5' TCP: 50 BLOWS - 5' TOTAL DEPTH OF BORING - 30.5 FEET ' 50 BLOWS - 2' NOTE: BORING WAS ADVANCED TO TOTAL DEPTH WITHOUT USING DRILLING FLUID AND GROUNDWATER WAS NOT ENCOUNTERED. H IBBS, O LLER & TODD, INC. environmental and civil engineering LOG OF BORING Project: WATER TOWER Location: LUBBOCK. TEXAS Date: 6/3/93 Type:: AUGER Boring No.: B-4 ma i MATERIAL DESCRIPTION a ,ten &r z cam, c j REDDISH —BROWN do BROWN CLAYEY SAND, SOFT. MOIST. REDDISH —BROWN CLAYEY SAND. FIRM. MOIST. 10 5 14 F- 10 REDDISH —BROWN. TAN do BROWN SANDY CLAY, FIRM. MOIST. REDDISH —BROWN. BROWN do TAN SILTY SAND WITH LIMESTONE FRAGMENTS, FIRM, MOIST. 19 15 , ( TAN SILTY SAND WITH ALTERNATE LIMESTONE LAYERS (3/4' — 1' THICK), HARD, MOIST. I 100 BLOWS - 10' 20 TAN SILTY SAND WITH SANDSTONE NODULES. HARD, MOIST. 39 25 LIGHT TAN AND WHITE SILTY SAND WITH CALCAREOUS LAYERS, HARD. DRY (CALICHE). 30 LIMESTONE AT 30.0' TCP: 50 BLOWS - 1' TOTAL DEPTH OF BORING — 30.0 FEET SO BLOWS - 1/4' NOTE: BORING WAS ADVANCED TO TOTAL DEPTH WITHOUT USING DRILLING FLUID AND GROUNDWATER WAS NOT ENCOUNTERED. i HIBBS, OLLER & TODD, INC. environmental and civil engineering LOG OF BORING Project: WATER TOWER Location: LUBBOCK, TEXAS Date: 6/3/93 Type: AUGER Boring No.: B-5 w cn c .� 0 U I- MATERIAL DESCRIPTION G 56. (n w Z C. L i C F— 5 �-- 10 F-15 F- 20 F— 25 F— 30 REDDISH —BROWN CLAYEY SAND. SOFT, MOIST. 9 LIGHT REDDISH —BROWN AND TAN SANDY CLAY WITH CALCAREOUS PARTICLES, H FIRM, MOIST. 16 LIGHT BROWN AND TAN SILTY SAND WITH CALCAREOUS PARTICLES AND 11 SANDSTONE NODULES, FIRM, MOIST. TCP: 50 BLOWS - 2' 50 BLOWS — 1' TCP: 50 BLOWS - 1 1/2" 50 BLOWS - 1/2' i TAN SILTY SAND WITH ALTERNATE LIMESTONE LAYERS (1/2' — 1- THICK), HARD, MOIST. TCP: 50 BLOWS — 1' TOTAL DEPTH OF BORING — 30.5 FEET 50 BLOWS - 1/ NOTE: BORING WAS ADVANCED TO TOTAL DEPTH WITHOUT USING DRILLING FLUID AND GROUNDWATER WAS NOT ENCOUNTERED. a SPECIAL CONDITIONS 58 4 F r NOTICE OF ACCEPTANCE TO: The City of Lubbock, having considered the proposals submitted and opened on the _day of 199_, for work to be done and materials to be furnished in and for: r i as at 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 r. was accepted by the City Council of the City of Lubbock on the day of 199_ at the bid price contained therein, subject to the execution of and furnishing of all contract documents, bonds, certificates of insurance, and 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. r 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 rOwner's Representative t; t erg+ 7 t r 60