Loading...
HomeMy WebLinkAboutResolution - 6308 - Contract - Rhode Construction Company - Lift Station Replacement Project - 05_13_1999Resolution No Item No. 37 May 13, 1999 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOC 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 for the Lift Station Replacement Project, attached herewith, by and between the City of Lubbock and Rhode Construction Company of Lubbock, Texas, and any associated documents. Said Contract is attached hereto and incorporated in this Resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 13th day of May , 1999. ATTEST: Ira e Darnell, City Secretary APPROVED AS TO CONTENT: Victor Kilman, urchasing Manager APPROVED AS TO FORM: 4/'�' - '�' ��� - William de Haas Competition and Contracts Manager/Attorney WD/Rhode Const-Life sta Replacement Yroj May 3. 1999 1 1 1 1 CITY OF LUBBOCK SPECIFICATIONS FOR LIFT STATION REPLACEMENT PROJECT BID #99075 !!If/ /_tW. CITY OF LUBBOCK Lubbock, Texas 0 P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: ITB #99075, Addendum #4 Office of Purchasing ADDENDUM #4 ITB #99075 Lift Station Replacement Project April 22, 1999 April 28, 1999 @ 4:00 P.M. The following items take precedence over specifications for the above named_ Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please note the following question received and their corresponding answers Q1. Will a 96" I.D. well will be accepted in lieu of a 90" I.D.? Al. We will accept 96" I.D. wetwell in lieu of 90" I.D. for new concrete or fiberglass wetwell design meeting all specifications and ASTM designations. Q2. ill you accept a concentric cone with a fiberglass manhole as opposed to ecentric? A2. We will accept concentric manholes for the above referenced project. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: OR Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 LrItchie@maiI.ci.lubbock.tx.us THANK YOU, Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 99075ad4.doc I awm=�==Wwk-= P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: ITB #99075, Addendum #3 Office of Purchasing ADDENDUM #3 ITB #99075 Lift Station Replacement Project April 20, 1999 April 28, 1999 a@ 4:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The General Conditions of the Agreement, Section 28, Contractor's Insurance, Paragraph B, Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance is changed as follows: "For bodily injuries, including accidental death and or property damage, $1,000,000 Combined Single Limit. This policy shall be submitted prior to contract execution." 2. Please find the enclosed copy of the most recent plan holder's list. 3. Please find the enclosed prebid sign in sheet. 4. Please note the following question received and their corresponding answers Q1. We are concerned over the contract time of 120 calendar days. Due to deliveries on the pumps and wetwell, this would be extremely difficult to do all three stations. To further complicate the problem, the coating on the wetwells require the concrete to set 28 days prior to coating and then at least 7 days for curing prior to filling. we feel the project will take at least 180 days. Please review the schedule. Al. We have reviewed delivery times for the major equipment. All indications are that 120 days will be sufficient time to complete this project. 02. Two of the sites are 26' to 27' deep and the third is 17' deep. Due to these depths, we need soil borings and geotechnical reports to provide you a competent bid. Do we hit rock, water, etc? A2. The water table is well below the bottom elevation of each station. Be prepared to encounter hard caliche rock for most of the excavation at each station. Q3. You specify a Polibrid product for the interior coating of the wetwell. Is this to be coated at the factory or in the field including joint sealing? A3. Polybrid coating for the concrete wetwell will be field applied after all joints are sealed. 99075ad3.doc ITS #99075, Addendum #3 Q4. General Conditions 28. B shows $0.00 for limits on Owner Protective Policy. Therefore, none is needed? A4. See Item #1 above. Q5. Specifications 500-2.1B, 550-2.1B, and 600-2.1B call out a Fiberglass Wetwell. However, none are shown. is this an option to the concrete wetwells specified and shown? A5. Fiberglass wetwells meeting the specifications are approved for this project. Q6. You specify a Polibrid product for the interior coating of the wetwell, is this required on the new concrete manhole? A6. The Polybrid coating is required only in the wetwells. Q7. Standard specifications call out fiberglass manholes and concrete manholes. Plans show concrete. Are they interchangeable? A7. Fiberglass manholes and wetwells meeting specifications are approved for this project. Q8. Specification 800 calls out payment for work completed Will stored materials be paid for in the same manner? A8. Will make partial payments for material on hand if accompanied by a schedule of values indicating the cost of material and installation. Q9. Once the new stations are completed, will there be any requirement to plug pipes to the existing manholes and/or filling in or demolition of the existing stations? A9. The gravity flow mains to the existing stations will be cut and plugged in order to route flow to the new stations. Demo work on the existing stations will not be a part of this contract. Q10. Will all three lift stations be awarded together or does the possibility exist that only one or two will be awarded if the bids exceed the projected budget? Al0. The three lift stations will be awarded together as one lump sum bid. Q11. What is the City's estimate for the project? Al1. Under $350,000. Q12. What are the bottom elevations of the deep vent pipes for each lift station? Al2. The bottom elevations of the deep vents are one foot above the high-level alarm elevation shown on the plans. Q13. Are bolts for flanges black, plated, or stainless (wetwell piping at least)? A13. All bolts and hardware in the wetwell shall be stainless steel. Q14. Is it required to have a flanged stainless steel 90 bend in the wetwell at Yellow House Lift Station ? Al4. The stainless steel 90-degree bend in the Yellow house canyon wetwell shall be flanged or screwed. No mechanical joint fittings will be allowed. Q15. Can two 12' cantilever gates (19.5' overall length for each) fit on the 34' of fence at the North Loop Lift Station? Is it acceptable to open the gates to the outside of the site (they will stick out of the site)? Al5. The cantilever gates for the North Loop 289 station, shall be installed on the exterior side of the support and latch posts. When closed, the back frames of the gates may extend beyond the fenced area 2 to 3 feet without causing any problems. The gates shall roll away from and extend beyond the station site when open. 99075ad3.doc ITB #99075, Addendum #3 All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to: OR Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 LritchleQrnail.ci.lubbock.tx.us THANK YOU, X(Lat& V6'V-Cr-UjL- Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 99075ad3.doc f s TITLE: COMPANY COMPANY ADD ADD I ADD ADD NAME & CONTACT ADDRESS PHONE # FAXNUMBER #1 #2 #3 94 �h ,e C-664,& ow CaWsarr uL.c w,- oco 8 tv r .� t P c Rof 3rl -f0157 Lo�2- aJ� � ,D4 ro11t\ -M — q 3'� 35cq "lltx. U ,6boLL L $rya _ 3m �q �AT-1 ID man (10f � Lit may, t0'4l D � ('�YO\U e!� ,-1AC, (oLlc: 'T1 �v, � .�� f .�• � s33�c7 UPURCHASE\310ROSTER Lts-3�ge) �45- ��a-3�o 61l5 ;�s 1, �paoc ck ks kv Im- W4 NV u5�3?����`a -Iq�-D�?71 vI A0 BID n. b 1 43 TITLE: LE L�4 �i 5b p RDNECEi— 1e-t' t�4 COMPANY NAME & CONTACT I COMPANY ADDRESS PHONE# FAX NUMBER ADD #! ADD I ADD ADD #2 #3 #4 ellMR , L\ MaA) 1`1 c 1 4= �� C u �- -u a � L 1tvr s )4LL(2 i5��yt� L?"X"5 -1(6 4� ( -707, t' Alt' fiorUtr t lectr►U j'�{i�r�cl� l -i. t- � 15 C4 ` 5 - \"ktG CA -V(-) 661 G-14- � 71, a 17 qJ, q u - 7 4-G/-(R1d c I �Lc� i4mot-jW(� 2QI(�E� -z,-7L/- 37q-7 2� 2),S-37�7 kv 0% Qol;�n� Al c, ri C���r t �j Z �' LA L-TURCHASE\B[DROSTE .� BAD# ors COMPANY COMPANY ADD ADD ADD ADD NAME & CONTACT ADDRESS PHONE # FAX NUMBER #1 #2 #3 94 5vlo1 A-\� YLkMo 76 rr`7 i - 1% Ovl�L-r-�/ `W o r T, t 1 /L [� �C a 1Z� t,i GMN t `i f[V of - bO of �11Q �(t ple- L (_,,t4tl� U 'X ��+5 vca� Ge V Nln um+�5i T i T' Aw 1�u 4kq b�lqcj-�34 osm 1 1 1 1 1 I Ll PRE -BID MEETING #99075 LIFT STATION REPLACEMENT PROJECT April 7, 1999 @ 11:00 AM PURCHASING CONFERENCE ROOM L04 .. .. ONE :;FAX ...:.:........ G`OMPAN�i € .:; ...: s REPRESi1YTA :; . :: -:: :11YAII�IIG' Ai}DRESS . ` NUMBER NUR'TBLR P.O. Box 2000 City of Lubbock Laura Ritchie City: Lubbock (806) 775-2163 (806)775-2164 State. Zip Code: Texas 79457 is/A+ fit' e� Address: / 1 / is e /.y ple er CC �► 7 �/� .J-� `,i5�.cr4'..' City - . <•E i State, Zip Code: 7--7� Address: /// NL /�/ (:" ; • �) at %t1? City: L•v3fitr� ` �7: ��r✓ State. ZI Code:`---,t Address: A70 .7o,0, . -; a 7 a 4. hgPde C;k,s'l Co City: 1-'6 bvcai State. Zip Code: -' x'7 9 ;45, 3 74 z- °° r V.S 7 4 z v z 77 Address: f f v r-City: State. Zip Code: Address: 0 JoK 3 2 -71 (_give, -Dpsl F- City: [-wRil.x,a -74-s-445-11 r248-lbt; State. Zip Code: ' j k 15 -t s' z J5mQ�(k, Addre s: Ci 1 o ar 3 7 L? �a� gg5s O c�aa-/79w State, Zip ode: 7 g v i s Address: ao 4i o / S" i 9, s l onPl LO.eU 'S + w City: e9Dlz.0-A. ! g �8/-Zoeo 38/-42.00 State. Zip Cade: LA, q City: State, Zip Code: 70 - 'j �-LS n S �?-vt. t�o6cits Address: f3 `7'I5-.z5`l1 k City: L,66,Lk- "7"icj4 �L,66-- State. Zip Code: 5-7 e1-T-y G�,- -ram- ►C��v✓aE-�, Address: -- - •� c� City: c'3UISCTc 1L State. Zip Code: '79 41. "'7 L' ti T s C+ (� Q Address: t e'• eo x a2r 0 Ot �►t T G c City: ,E�1_�r1. 77S-ZS9t State, Zip Code: z/S Addres Ut32� (� h75 City: C k S State_ Zip Code: l +vki- 4"��j Address: City: State. Zip Code: OGL. (-" rco0ati, Ak 1 1 1 1 1 1 1 1 1 1 1 ENSEEIREMS P.O. BOX 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 ADDENDUM #2 ITB #99075 LIFT STATION REPLACEMENT PROJECT ITB #99075, Addendum #2 Office of Purchasing MAILED TO VENDOR: April 16, 1999 CLOSE DATE: April 28, 1999 @ 4:00 P.M. The following items take precedence over specifications for the above named invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Please find enclosed the new Wage Rate Determination. All requests for additional information or clarification must be submitted in writing and directed to: Questions may be faxed to., or Email to: Laura Ritchie, Buyer City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2164 LRitchie@Mail.ci.Iubbock.tx.us THANK YOU, kaVL4 Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID ITB 99075ad2doc 1"CS01UL1.'!❑ _4r. OLoL Item No. 39 RESOLUTION April 8, 1999 ■ 1 1 1 1 1 1 1 1 1 1 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. 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, further updated by Resolution No. 2502 enacted January 8, 1987, further updated by Resolution No. 5721 enacted March 14, 1996, and amended by Resolution No. 6138 enacted December 16, 1998; 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 Exhibit C: Overtime Rate Exhibit D: Legal 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. ,i Passed by the City Council this Bch day of April- 9 99. ,1 1 WINDY VTO,, MAYOR A EST: 1 Kayt t Darnell, City Secretary APPROVED AS TO CONTENT: Flan- Andrews, Managing Director of Human Resources APPROVED AS TO FORM: Amy L s, Astistant City Attorney g& ccdocAjfubworks.Tcs March 25, 1999 1 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.50 Air Conditioner Installer -Helper 6.25 Asbestos Worker 9.00 Asbestos Supervisor 12.50 Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 Carpenter -Helper 7.00 Cement Finisher 8.00 Drywall Hanger 11.00 Electrician 13.75 Electrician -Helper 7.00 Equipment Operator -Heavy 9.50 Equipment Operator -Light 8.50 Floor Installer 9.50 Glazier 10.50 Insulator-PipinglBoiier 1150 Insulator -Helper 7.00 Iron Worker 1100 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act_ EXHIBIT D Prevailing Wage Rates Legal Holiday Rate IThe rate for legal holidays shall be.as required by the Fair Labor Standards Act. I 1 l: EXHIBIT B Paving and 1ighway 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 Machine Front End Loader Heavy Equipment Operator Light Equipment Operator Motor Grader Operator Roller Scraper Tractor Truck Driver -Light Truck Driver -Heavy Hourly Rate 9.00 6.00 8.00 7.00 12.00 6.00 7.00 6.25 6.00 6.75 8.00 7.00 T75 ?.00 7.75 7.?5 8.00 7.25 9.50 6.75 7.25 7.25 6.50 7.00 P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 • Fax (806) 775-2164 MAILED TO VENDOR: CLOSE DATE: ITB #99075, Addendum #1 Office of Purchasing ADDENDUM #9 ITB #99075 Lift Station Replacement Project April 8, 1999 April 28, 1999 @ 4:00 P.M. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. The first sentence of Section 42, Partial Payments, of the General Conditions of the Agreement is changed as follows: "On or before the fifth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid." ' 2. Add the following to the last paragraph of Section 42, Partial Payments, of the General Conditions of the Agreement: "Partial payment requests must be written requests and submitted with a schedule of values for the work done and paid for previously, the work for which payment is requested and the work yet to be done." 3. The last sentence of Section 500-2.2, Pumps, for Yellow House Canyon Lift Station (Page 6) is changed as follows: "The pumping unit shall be Flygt model MP3102 or approved equal." 4. The first sentence of Section 500-2.7, Level Controller, for Yellow House Canyon Lift Station (Page 8) is changed as follows: "Sump level shall be measured by an electronic pressure switch type level controller as manufactured by Time -Mark model 4042 with a Time -Mark model 403 alternator.' 5. Section 500-2.11, Check Valves, for Yellow House Canyon Lift Station (Page 9) is changed as follows: "The check valves shall be full body, flanged and have a full flow equal to the nominal pipe diameter at any point. The body and cover shall be ASTM A126, Class B cast iron. The interior of the valve it body shall have a 30-mil epoxy coating and the exterior shall be coated with a universal primer. The disc shall be ASTM D2000-BG Buna-N reinforced with nylon and steel. The valve shall be series 504 as manufactured by Val-Matic Valve and Manufacturing Corporation or an approved equal." 1.1 99075ad1.doe X ITB #99075, Addendum #1 6. The first sentence of Section 550-2.7, Level Controller, for Children's Home Lift Station (Page 8) is changed as follows: "Sump level shall be measured by an electronic pressure switch type level controller as manufactured by Time -Mark model 4042 with a Time -Mark model 403 alternator." 7. Section 550-2.11, Check Valves, for Children's Home Lift Station (Page 9) is changed as follows: "The check valves shall be full body, flanged and have a full flow equal to the nominal pipe diameter at any point. The body and cover shall be ASTM A126, Class B cast iron. The interior of the valve body shall have a 30-mil epoxy coating and the exterior shall be coated with a universal primer. The disc shall be ASTM D2000-BG Buna-N reinforced with nylon and steel. The valve shall be series mt 504 as manufactured by Val-Matic Valve and Manufacturing Corporation or an approved equal." 8. The first sentence of Section 600-2.7, Level Controller, for North Loop 289 Lift Station (Page 8) is changed as follows: "Sump level shall be measured by an electronic pressure switch type level controller as manufactured by Time -Mark model 4042 with a Time -Mark model 403 alternator." 9. Section 600-2.11, Check Valves, for North Loop 289 Lift Station (Page 9) is changed as follows: "The check valves shall be full body, flanged and have a full flow equal to the nominal pipe diameter at any point. The body and cover shall be ASTM A126, Class B cast iron. The interior of the valve body shall have a 30-mil epoxy coating and the exterior shall be coated with a universal primer. The disc shall be ASTM D2000-BG Buna-N reinforced with nylon and steel. The valve shall be series 504 as manufactured by Val-Matic Valve and Manufacturing Corporation or an approved equal." 10, All brackets and hardware on the interior of the wet well shall be stainless steel. 11. For each station the pump control panel will house all control equipment and shall be supplied by the pump manufacturer. 12. The contractor shall install 30" manhole covers over each check valve and vast iron valve box covers over each plug valve at each valve vault. 13. Please note the following question received and their corresponding answers Q1. What is the desired wall thickness of the valve boxes? Al. Both the wet well and the valve vault are to be H-20 load rated. This load rating will dictate the p I minimum thickness of the valve vaults. The vaults may be pre -cast or cast in place units. All requests for additional information or clarification must be submitted in writing and directed to: Laura Ritchie, Buyer 41h City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 i1b Questions may be faxed to: OR Email to: (806)775.2164 Lritchie@mail.ci.lubbock.tx.us THANK YOU, Aux -a -t Laura Ritchie Buyer PLEASE RETURN ONE COPY OF THIS ADDENDUM WITH YOUR BID. 99075ad1.doc C CITY OF LUBBOCK INVITATION TO BID FOR TITLE: LIFT STATION REPLACEMENT PROJECT ADDRESS: LUBBOCK, TEXAS BID NUMBER: 99075 PROJECT NUMBER: 9231.9242.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT 1 i INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS No Text NOTICE TO BIDDERS BID #99075 Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 4:00 o'clock p.m. on the 28th day of April,1999, 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: "LIFT STATION REPLACEMENT PROJECT" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to insure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the bids on the 13th day of May, 1999, at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25.000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a pre -bid conference on 7th day of April, at 11:00 o'clock a.m., in the Purchasing Conference Room L04, Lubbock, Texas Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock Human Relations Office at (806) 775- 2281 at least 48 hours in advance of the meeting. CITY OF LUBBOCK qp Vci-ro-7 VICTOR KIL AN PURCHASING MANAGER Bid documents may be obtained upon request from the Purchasing Department at 1625 13th Street, Room L-04, Lubbock, Texas 79401; Telephone (806) 775-2167/Fax (806) 775-2164. F, I I GENERAL INSTRUCTIONS TO BIDDERS �Jol r� c fim 2. 4 GENERAL INSTRUCTIONS TO BIDDERS SCOPE OF WORK The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this project in accordance with contract documents for the LIFT STATION REPLACEMENT PROJECT. CONTRACT DOCUMENTS All work covered by this contract shall be done in accordance with contract documents described in the General Conditions. All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. BIDDER INQUIRIES No bidder shall request any information verbally. All written requests for additional information or clarification concerning this bid must be addressed to: LAURA RITCHIE BUYER CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 FAX (806) 775-2164 TIME AND ORDER FOR COMPLETION The construction covered by the contract documents shall be fully completed within 120 (ONE HUNDRED AND TWENTY) consecutive calendar days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to insure completion of the project within the time specified. 6. PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 7 1.1 E 10. 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. 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. GUARANTEES All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants the year 2000 calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 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. 2 f' rj 11 12. 13 14 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 15. EXPLOSIVES The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage which may occur as a 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 all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given L 3 16 17. 18. 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. 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. INSURANCE W The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverage's shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. LABOR AND WORKING HOURS Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included M 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. 4 19. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 20. PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 21. PREPARATION FOR BID + The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: (a) Bidder's name (b) Bid for (description of the project). Bid submittals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 22. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). 23. (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 4. The quality of performance of previous contracts or services. 6 No Text I I BID SUBMITTAL LUMP SUM BID CONTRACT PLACE: 4, v DATE: Z -- 2- PROJECT NUMBER: #99075 - LIFT STATION REPLACEMENT' PROJECT Bid of (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 having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated in Exhibit "A". The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated in Exhibit "A" of this bid. Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 120 (ONE HUNDRED AND TWENTY) 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 $500 (FIVE HUNDRED DOLLARS') for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shalt be completed and submitted in accordance with instruction number 21 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within (ten) 10 days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ j or a Bid Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages In the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. I(Seal if Bidder is a Corporation) ATTE r— Secretary. Bidder acknowledges receipt of the following addenda: Addenda No.� Date Addenda No. Date -4 i Addenda No. 3 Dale a Addenda No. Date Authorized Signature � c� r• vY1 cr ✓1 Cam, �hy d � (Printed or Typed Name) Company Address u.6 Z710 Lvr�6dc,� City, County State Zip Code Telephone: �a _ - '7!Z 0 l r� Fax: .5 o/, - of Z - �-- 7 :Z 2 Exhibit "A" Sid for Lump Sum Contract Lift Station Replacement Project Yellow House Canyon Lift Station Item Estimated Units Description Quantities 1.) 1 L. S. Construct complete Lift Station as shown on plans for the Yellow House Canyon Addition. This complete station shall include but not be limited to all excavations, gravity mains, force mains, wetwells, manholes, valves, thrust blocks, discharge piping, pumping units, liquid level controls, pump controls, fencing, coatings, all barricades and safety measures, paving patches,testing and final clean-up complete, in place and fully operational for the lump sum bid of, Materials Sub Total .fir' Bid Proposal Page I of 4. Childrens Home Lft Station Item Estimated Units Description Quantities 2.) 1 L. S. Construct complete Lift Station as shown on plans for the Children Home Addition near the intersection of Wood Avenue and Highway 62/ 82. This complete station shall include but not be limited to all excavations, gravity mains, force mains, manholes, valves, thrust blocks, wetwells, f discharge piping, pumping units, liquid level controls, pump controls, coatings, all barricades and safety measures, paving patches, testing and final clean-up, complete, in place and fully operational for the lump sum bid of; Materialsz�- Labor Bid Proposal Page 2 of 4. 1 i FA North Loop 289 Lift Station Item Estimated Units Description Quantities 3.) 1 L. S. Construct complete lift station as shown on plans along North loop 289 near Elder Avenue. This complete station shall include but not be limited to all excavations, gravity mains, force mains, wetwells, manholes, valves, thrust blocks, discharge piping, pumping units, liquid level controls, pump controls, fencing, coatings, all barricades and safety - measures, paving patches,testing and final clean-up complete, in place and fully operational for the bump sum bid of, Materials, Labor 7 Bid Proposal Page 3 of 4. Total for Bid Items 1, 2 and 3 ALL MATERIALS.,.z,,.�_ ALL LABOR GRAND TOTAL 1 f 1 1 1 1 1 1 1 r Authorised S gnature Bid Proposal Page 4 of 4. W, LIST OF SUBCONTRACTORS Minority Owned Yes No �, %�%/c,� ,l�n�<;clf Cam'~' y '�.^vG �--;�:� G� ❑ �' a 3. ❑ ❑ 4. ❑ ❑ t 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ S. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ r sr ti :y f r� CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. t �dnn!3= -4'!!� J h� Contractor (Signature) CONTRACTOR'S NAME: /0 h m a e 4fGhma0 4 -5; J i&10ale_1 Contractor (Print) (Print or Type ) CONTRACTOR'S ADDRESS: P O 49 0-X 9 3 7 D L L4 6,P o<, 77 9 4s- a Name of Agent/Broker: Ii~7 .s 0 G e � v7 C - Address of Agent/Broker: g2 City/Statemp: Z— u,6 b c c. %z �7� -7 9 Agent/Broker Telephone Number: (10 �, ) '7 q Z .$' S (;� 4- Date: 2 9 c/ NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #99075 - LIFr STATION REPLACEMENT PROJECT 4 CNA INSURANCE COMPANIES CNA Plaza, Chicago, lillwk 60685 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we Rhode Construction Company Principal, and Continental Casualty Company , Surety, are held and firmly bound unto CITY OF LUBBOCK, TEXAS Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID------------------� Dollars (------- 5Z --- --- ) , for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for LIFT STATION REPLACEMENT PROJECT NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. Signed, sealed, and dated this 28TH day of APRIL 1999 Rhode Construction Company P CARMAN G.. RHODE, VICE-PRESIDENT Continental Casualty p ny By: () EVIN J . D , Attorney -in -fact IG-MO54-0 CNA - �CNA rr ^1111e CoomwCft�nL.lw MAb. s � IMPORTANT INFORMATION FOR TEXAS POLICYHOLDERS TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CALL OUR TOLL -FREE TELEPHONE NUMBER 1-800-262-1113 ALSO YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES, RIGHTS OR COMPLAINTS AT 1-800-252-3439 YOU MAY WRITE THE TEXAS DEPARTMENT OF INSURANCE PO BOX 149104 AUSTIN TX 78714 9104 FAX (512) 475-1771 a PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact your agent or the company first. If the dispute is not resolved, you may contact the Texas Department of insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for 'information only and does not become a part or condition of the attached document. G-53752-042-0 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT 1 1 1 1 Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called 'the CCC Surety Companies% are duty organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seais herein affixed hereby make, constitute and appoint Howard Cowan, Mike Henthom, Ron Stroman, Carla Rogers, Pete Binggeli, Kevin J. Dunn, Angie Goff, Maria Hill, Individually of Lubbock, Texas their true and lawful Attnmey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of sQnilar nature - In Unknited Amounts - and to bind them thereby as fully and to the same exterd as if such instruments were signed by a duly autharmed offiew of #heir corporatio s and all the acts of said Attnmey, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 30th day of March I 1998 cP�' Gl�.xt�ry � 1k5UAq,�ca� *A^"°" SEAL cg� CONTINENTAL CASUALTY COMPANY ozj� co NATIONAL_ FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA j ' &r 4� Fl• Marvin J. Cashion Group vim President State of ftiois, County of Cook. ss: On this 30tK day of March 1998 , before me personally came Marvin J. Cashion, to me known, who, being by me duty swam, did depose and say: that he resides in the City of Chicago, State of Il; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowtedges same to be the act and deed of said corporations. Jogs NOTARY / MA IC O'` S k Ce-• My Commission Expires March 6, 2000 CERTIFICATE .01 7 jv- P, yj V RAI Mary Jo Abel Notary Public I, Mary A. Rbikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certiy that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seats of the said corporations this 28TH day of APRIL , 1999, 414 i SEAL loll (Rev.1011197) CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD e. AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA 3 Ito My noz tom, . O Mary A, Ribikawskis Assistant Secretary Authorizing By -Laws and Resolutions F ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Paver of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX --Exec utlon of Documents Section 3. Appointment of Attorney4n4act The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates aftmeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory irstunents of Ike nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority per* givim to any attorney -in -fact' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of or Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affied by facsimile on any power of attorney granted pursuant to Seclieori 3 of Article IX of the By -Laws, and the signature of the Se ffbiry or an Assistant Secretary and the seal of the Company may be affixed by faacsimile to any certifii:ate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certficals so executed and sealed shall, with respect to any bond or undertaking to which it is aRtacl ed, continue to be valid and binding on the Company.' ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the foiawing By -Law dully adopted by the Board of Directors of the Company. "Article VI—Executlon of Obligations and Appointment of Attomei4ri-Fact Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vxe President may, *an time to tree, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instuments of like nature. Such att�omeys4ri-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive. Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in -fact' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duty called and held on the 171h day of February, 1993. "Resolved. that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affined by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-laws, and the signal nt of the Se crotary or an Assiz a, Secretary and the sari ai the Coxm4Pa; iy may be affixed by iacaimfle to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and Fooling an the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall. with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the fallowing Resolution duly adopted on February 17. 1993 by the Board of Directors of the Company. "RESOLVED: That the President an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates. Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of Ike nature. Such Attomey-in-Fact~ subject to the 5mihations set forth in their respective certificates of authority, shalt have full power to bind the Corporation by their signature and execution of any such instrument and to itiach the seal of the Corporation thereto. The President, an Executive Vice Press any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority Previously given to any Attorney -in -Fact.' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duty called and held on the 17th day of February, 1993. 'RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adapted by this Board of Directors an February 17, 1993 and the signat av'of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power. and any power or certificate bearim such facsimile signature and seal shall be valid and Moiling on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with reaped to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation.' PERFORMANCE BOND BOND CHECK BEST RATING EMCEmay DATE ... BOND NO. 190714172 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) RHODE CONSTRUCTION KNOW ALL MEN BY THESE PRESENTS, that COMPANY (hereinafter called the Principai(s), as Principal(s), and CONTINENTAL, CASUALTY COMPANY (hereinafter called the Sure tv�s�, as Suret s), are held and firm) bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of TTHHRREEE HUNNDDRR�EEB�D NINETEEN T-H�OgUI Dollars ($319 , 380. 00 ) lawful money of the United States for the paymen w ereof, the say rmcipa iYndtSb e- ly bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated thel3TItlay of MAY ,19 99to BID #99075 — LIFT STATION REPLACEMENT PROJECT and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _UTH day of MAY , 19 99. CONTINEN CASUALTY O1 PANY Surety . By. (Fide) HOWARD COWAN ATTORNEY -IN -FACT RHODE CONSTRUCTION COMPANY Principal By: (� (Title) CARMAN G. RHODE VICE-PRESIDENT By: (Title) By: ciatile) � I The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on r whom service of process may be had in matters arising out of such suretyship. C011,4T.r,kT=AL CACTJJAL^ V I MXDAa'7Y Surety (Title) HOWARD COWAN /f ATTORNEY —IN —FACT Approved as to Form City of Lubbock By: kityAttorney Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. C I E C Li I I I I I c c c C PAYMENT BOND BOND CHECK A- UCENBEST RATING DAT£ BY I BOND NO. 190714172 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) KNOW ALL MEN BY THESE PRESENTS, that RHODE CONSTRUCTION Chereinafter called the Principal(s), as Principal(s), and CONTINENTAL CASUALTY COMPANY (hereinafter called the Sure s as Surety s), are held and firm) bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of E HUND NINETEEN THOUSM Dollars ($ 319.3130.00) lawful money of the United States for the paymi-6f w ereo , e sal rrncipa an re bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the13TH day of MAY .1999 ,to BID #99075 - LIFT STATION REPLACEMENT PROJECT and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 19TH day of MAY 19_22. , CONTINENTAL CASUALTY COMPANY Surety .By: , (Title) HOWARD COWAN ATTORNEY -IN -FACT RHODE CONSTRUCTION COMPANY Principal (Title) CARMAN G. RHODE VICE-PRESIDENT By: (Title) By: MUS) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates HOWARD COWAN an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. CONTINENTAL CASUALTY CO ANY Surety (Titler HOWARD COWAN ATTORNEY -IN -FACT Approved as to farm: City of Lubbock By: A. A4� 01ty Attorney Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 2 CA% xAll taw GMwnl.IOU MAk' I,lll, 1 4 -_ IMPORTANT INFORMATION FOR TEXAS POLICYHOLDERS TO OBTAIN INFORMATION OR MAKE A COMPLAINT, YOU MAY CALL OUR TOLL -FREE TELEPHONE NUMBER 1-800-262-1113 ALSO YOU MAY CONTACT THE TEXAS DEPARTMENT OF INSURANCE TO OBTAIN INFORMATION ON COMPANIES, COVERAGES,, RIGHTS OR COMPLAINTS AT 1-800-252-3439 YOU MAY WRITE 1 THE TEXAS DEPARTMENT OF INSURANCE PO BOX 149104 AUSTIN TX 78714 9104 FAX (512) 475-1771 M PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact your agent or the company first. It the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. G-53752-D42-D POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called 'the CCC Surety Companies'), are duly organized and existing corporations having their principal offK*s in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Howard Cowan. Mike Henthom, Ron Stroman, Carla Rogers Pete Binggeli Kevin J. Dunn, Angie Goff, Maria Hid. Individually of uult, Texas fbw true and IswM Atlnrnsy(s)-in-Fact wAh full power mid authority hereby conferred to sign, sea!- and womb for and on their behalf bonds. unlertoldngs and other obfgatory instruments of similar nature - In Unlnwtad Amounts - and to band them Cw reby as fully and to tie same extent as if ouch rw rrnnts were signed by a duly authorized o rc= of their corporations and sA the acts of said Attorney, pursuant to the autha tty hereby given are hereby,attiled and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duty adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and they corporate seals to be hereto affixed on this 30th day of March 1998 SEAL � te47 l CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA lie /Rav*� tl-6rzgL� Marvin J. Cashion Grow Vice President State of Illinois, County of Cook, ss: On this 3OtK day of March 1998 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, d1id depose and say: that he nesdes in the CIO of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, described in and which executed the above instrument that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so afioced pursuant to authority Oven by the Boards of Directors of said corporations and that he signal his name thereto pursuant to like authority, and acknowledges same to be the act and dead of said corporations. Jo KCrF .ART PUSUC k 00, My Commission Expires March S. 2DOO Mary Jo Abel Notary Pubis CERTIFICATE 1, Mary A Rib itawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in farce, and further certify that the 8y4Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations thus 19TH day of MAY1. 1999. cnsc�OILLr� o� SEAL ' f�1 (Rw:1011197) CONTINENTAL CASUALTY COMPANY c ` 0R NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA JURY In, a Mary A. Ribikawskis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article M—ftecution of Documents Section 3. Appointment of Attomayin-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attpmeysin-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys-irrfact, subject to the limitations set forth in their respective certificates of authority, shall have fun power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority ply given to any atterney-h-laW This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any Power of attorney granted ptxsuant to Section 3 of Article lX of the By -Laws, and the signahue of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any oertit5pte of any such power and any power or certificate bearing such facsimile signature and seal shag be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company.' ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is trade and executed pursuant to and hy'authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article WI Execution of Obligations and Appointment of Attomayan-Fact Section 2 Appointment of Attomeyin-1W;t. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by`vwritten certificates aftrneys-4n4act to act in behalf of the Company in the exactifion of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such atorneys-irrfact, subject to the limitations set forth in their respective certificates of authority, Wulf have full power to bind the Company by their signature and execution of any such inst umartts and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke at power and authority previously given to any aftmey_h4act." 0 This Power of Agorr6y is signed and sealed by facsimile urKW and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved. that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and set shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond our undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17. 1993 by the Board of Directors of the Company. 'RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vlco President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the exeattion of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the funitations set forth in their respective certificates of authority, shall have full Power to bind the Corporation by their signature and execution of any such instrument and to Mach the seal of the Corporation thereto. The President, an Executive Vice President any Senior or Group Vkx President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey4ri-Fad' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly caned and held on the 17th day of February, 1993. 'RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undeftaking to which it is attached, continue to be valid and binding on the Corporation.' CERTIFICATE OF INSURANCE C C C C C C C L C FILE No. 057 05.28 '99 14:46 ID=SANFORD AGENCY 806 792 9344 PAGE 1 A C U R DATE MMIDPITY 05/20/1999 NooucEn (800792-5564 FAX C806)792-9344 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION anford Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR i303 Indiana ALTER THE COVERAGE AFFORDED RY THE POLICIES BELOW. 1.0. sox 64790 COMPANIES AFFORDING COVERAGE .ubbock, TX 79464 col ANv C.N.A. INSURANCE'COM?ANY' Attn: Douglas Sanford Ext A INSURED ,.• COMPANY � Rhode Construction Company a P.D. Box 53370 Lubbock, TX 79453-0000 ' COMPANY 1 COWRNY t� 0 ? �ti (K -.§:K.,... THIS 19 To CERTIFY THAT THE POLICIES OF INSURANCE i1STEp t3ELD4Y HAVE BEEN ISSUED TO THE MSLl4Ep NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOIJAEMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER ODCLWNT WITH RESPECT TO WMICH THIS CERTIFICATE MAY BE I33LIED OR MAY PERTAIN, THE WSURANCE AFFORDED 15Y THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAM. CO TYPF OF INSURANCE POLICY NUMBER POLICY VIFEC!'IVE POLICY EXPIRATION' LIMITS LTR DATE{1dMfODiYTI DATC(MMRI0IYY1 r.€NERALL"1LITY G,EN1.MA AGGREaATt ° % _2,000 000 X ' COMMOC1AL OFNERAL LAAAILITY PAODUm • c.9FmrcP AG3 ' s- ' 2,000,00.0. A r � CLAIMSMADR X =UR C131Z049B2 14/O1/199B 10/41/1999 .�&�tssouaL�AovINIURv OWNER'S L CONTRACTOR':3 PROT EACH OCCURRENG6 ., . i 11000,000 _. ,._.,.......,...,,... .. ......,,. PW6G. MAOE(Mvifti!isfire) S.............SOA.000 MED EXP (Any ans garcon) S 5 000 AUTDMOSILE LL4bl WTY X ANY AUTO COMBWED f.INGLE LIMIT S 1, OQO, 4QO ALL OW NM AV l OS BODILY INJURY ..... SCHROULEM AUTO- (PN Pu1.MI) 3 p C131204979 10/01/1998 10/01/1999 Fgk6p AU1L13 . , 13000.Y IgL1LIRV NON -OWNED AUTOS (Paf Iwcitlenp .,._.. .. .,...... ....»...,.,..., PROPERTY DAMAGE .. S AARAGGLIAOILITY AUTO ONLY -CAAt:C=NT Sa ANY AUTO OTHER THAN ALMD ONLY U 4 ...... ....,..,. c.,.. „ .,... »,...,.,.. .. ......« .......... I ......... CAGN AflCCIpENT �......... ... . .... ... . . - AGrRLOATc, E >plcEsa LIA61Lf[Y EACri OCCURRENcB ! 10 000 R ODO A X UMBRELi AFORM C131205016 10/01/1998 . 10/01/1999 AooREe,ATE a 10, 000, 000 OTHER THAN uM5Rk";1_LA FOAM `retention s 10 000 WORKERS COMPENSATION AND [MPLOYiRrtuWLITY ,.• .. �•{` ,..*r •,u�y... 500,000 A WCC131204965 10/Ol/1998 10/Ol/1999 F1EltcHACGIDfiNT�� y THE rRDPRICTORJ X M'lCI. "CLUEASE-POUCYLIMTT w6„ 5Q0, QOD PANTNERS+EXECUTMVfi . ...... CFRCE S ARR: ' CxCL EL OISEAiE - 1A EMPLOYEE . 9 500ODO OTHER DESORIPTION OF OPERAkliON&IOCATIONSIVEHICLE646PECIAL ITEMS . E: Lift station Replacement Project -Blanket Additional Insured as required by contract on General iability- Additional Insured on Business Auto Policy per farm OTE99 018 attached Waiver of Subrogation nepFavor �trof�{City of Lubbock on Ganeral Liability, Business Auto and Workers' Comp. Policies � �FRA PI`dni �. M7thFIR yL ['1^7, <'l4ik d'E'}''j $ i 'SKY � f,;.• -} t5 ` a s��t.�s �I,p ,� ` Y q - f ,.n,>y Y `.� -C $� ;` b �, f - .. � rF < e.e � s• ,.:3': fit+ •.;., i - r`,j�.?., i5,. *S,�,M,a;����• -f.k .?:�.f d�'<u'„s. .Ta<'�Si'� t +7«• ., •r. SHOULD ANY OF THE ABOVE DF&CROED POLICIES be CArm-OLLED BEFORE THE IPCAMRATION PATE THLRAW, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City Of Lubbock 010 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, --- A ttn: Laura Ritchie Bur FAILURE TO AWL SUCH NOTICE SHALL IMPOSE NO OBLIOATOON 00 UAWLITY PD Box 2000 OF ANY KIND UPON THE CO Y M8ADENT1 O PRESENYATIVES. Lubbock., TX 794S7 AUTHORIZEDREPRESENTA'nV Douglas Sanford 3 05-2E3-99 15:30 RECEIVED FROM:606 792 9344 P.01 L TE9901B IF ADDITIONAL INSURED This endorsement modifies insurance provided under the following: r * BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM r I P This endorsement chanaes the oolicv effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 5-20-99 C131204979 Named Insured Rhode Construction Company _ Countersigned by C/ (Authorized resentative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. City of Lubbock, PO Box 2000, Lubbock, Texas 79452 RE: Lift Station Replacement Project (Enter Name and Address of Additional Insured.) is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01B — ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 18, 1992 Is- CONTRACTOR CHECKLIST 00. A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. No Text CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 131' day of May, 1999 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Rhode Construction Company of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #99075 - LIFT STATION REPLACEMENT PROJECT — $319,380.00 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. I� TO�CONT Owner's Representative APPROVED AS TO FORM: City Attorney ATTEST: Corporate Secretary S CONTRACTOR: RHODE CONSTRUCTION COMPANY PRINTED NAME Cfrmaf ae TITLE: Llc e COMPLETE ADDRESS: Rhode Construction Company P.O. Box 53370 Lubbock, Texas 79453 I I I I I I I c GENERAL CONDITIONS OF THE AGREEMENT I I I I I I C I I IGENERAL CONDITIONS OF THE AGREEMENT ' 1. OWNER 6 Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit RHODE CONSTRUCTION COMPANY who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative CHESTER CARTHEL, CHIEF ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS * The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no 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 k. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES I 91 10. 11 12 Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 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. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative Ibe responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 1 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions # given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. L The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. 18. 19. 20. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES it It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24, EXTRA WORK T The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to, Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative, The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for 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)(1). If Contractor does not notify Owner's Representative prior to the commencement any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. if Contractor does not notify Owner's Representative prior to bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. r-M 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attomeys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the suNect matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver.. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. The insurance certificates furnished shall name the City as an additional insured, or in the alternative, shall be accompanied by a statement from the Contractor to the effect that no work on this particular project shall be subcontracted. It shall be the contractors responsibility to provide to the owner all proof of coverage insurance documents including workers compensation coverage for each subcontractor. A. General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of 1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard i 7 B C. G E. F Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance. For bodily injuries, including accidental death and or property damage, $0.00 Combined Single Limit. This policy shall be submitted prior to contract execution. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. Builder's Risk Insurance/Installation Floater Insurance The Contractor shall obtain a Builder's Risk policy in the amount of 0.00% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. Umbrella Liability Insurance The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. Worker's Compensation and Employers Liability Insurance Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to 8 provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of 6 coverage ends during the duration of the project. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: G. (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. 10 OF (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project. so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 1 1 LJ 1 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;"and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing # services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materiaimen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, in addition to any statutory retainage rights it may have, withhold from the unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to discharge any such indebtedness. 1 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and ?" save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except � that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 13 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and ail of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500 (FIVE HUNDRED DOLLARS') PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an 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. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 1 15 39 40. 41 42. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 16 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's 21 Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents andlor any warranty or or warranties implied by law or otherwise. — 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor. (d) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 1 17 47 48. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. 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 its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. 18 In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as -- provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies which remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY "' The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to fumish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds, if required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 1 1 19 51 52 53, M 55. 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. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §0601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 20 I c C I c E c c I I c i c Li CURRENT WAGE DETERMINATIONS 10 Resolution No. 6138 Item No. 23 December 16, 1998 RESOLUTION WHEREAS, the City Council of the City of Lubbock has heretofore established the general prevailing rate of per diem wages on public works projects in Lubbock as required by Section 2258.022 of the Government Code; and WHEREAS, such wage rates were established by Resolution No. 5121, enacted on March 14, 1996; and WHEREAS, said schedule of per diem wage rates requires a clarification with regard to Exhibit D; 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 Resolution No. 5121 enacted on March 14, 1996, except that Exhibit D to said Resolution entitled "Weekend and Holiday Rate" shall be entitled "Legal Holiday Rate" and shall read as follows: "The rate for legal holidays shall be as required by the Fair Labor Standards Act." Passed by the City Council this 16th day o AT,TPT: tw( i, I, , Ii- Khy-thi 7 amell, City Secretary APPROVED AS CONTENT: —)/A X (� �, Mary And ws, Director of Human Resources APPROVED AS TO FORM: G. Vandiver, First Assistant City Attorney DGV ladocs/wagerate.res Deecmber 7. 1998 Resoluciort No. March 14, 1996 Item #19 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 1 WHEREAS, such wage rates were established by Resolution No. 719 enacted Februar,. 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984, and further updated b} Resolution No. 2502 enacted January 8. 1987; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK.- THAT the general prevailing rate of per diem wages for public works contracts shall "� as set forth in the following named exhibits. which exhibits shall be attached hereto and magi: a part hereof for all intents and purposes: Exhibit A: Building Construction Trades Exhibit B: Paving and Highway Construction Exhibit C. Overtime Rate Exhibit D: 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 ar such wage rates shall be included in all public works contracts as provided by law. it Passed by the City Council this 14th ATTEST: BetBet M on, City Secretary APPROVED AS TO CONTENT: 17/� aoA� Mary And ws, Managing Director of Human Resources APPROVED AS TO FORM: a old Willard. Assistant City Attorney H W : da'ccdocslpuhworks. res February 14. 1996 2 rch 1996. 4MIT-0-�1 City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate Acoustical Ceiling Installer 10.00 Air Conditioner Installer 11.00 Air Conditioner Installer -Helper 5.50 Asbestos Worker 8.00 Asbestos Supervisor 11.00 Bricklayer 11.00 Bricklayer -Helper 6.00 Carpenter 11.00 Carpenter -Helper 6.00 Cement Finisher 7.50 Drywall Hanger 10.00 Electrician 13.00 Electrician -Helper 6.00 Equipment Operator -Heavy 8.50 Equipment Operator -Light 7.50 Floor installer 8.50 Giaaer 8.00 Invilator-Piph*Boiler 9.00 Insulator -Helper 5.50 Iron worker 8.00 Laborer -General 5.50 Mortar Mixer 5.50 Painter 9.50 Plumber 10.50 Plumber -Helper 6.00 Roofer 8.00 Roofer -Helper 5.50 Sheet Metal Worker 9.75 Sheet Metal Worker -Helper 5.50 Welder -Certifiers 10.00 Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterr an 6.00 Asphalt Shoveler 5.50 Concrete Finisher 7.35 Concrete Finisher -Helper 5.75 Electrician 10.50 Flagger 5.50 Form Setter 6.50 Form Setter -Helper 5.50 Laborer-Generai 5.50 Laborer -Utility 6.25 Mechanic 7.25 Mechanic -Helper 5.50 Power Equipment Operators Asphalt Paving Machine 7.00 Bulldozer 7.00 Concrete Paving Machine 7.00 Front End Loader 6.50 Heavy Egtripment Operator 7.00 Light Equipment Operator 6.50 Motor Grader Operator 9.50 Roller 6.00 Scraper 6.50 Tractor 6.50 Track Driver -Light 6.00 Truck Driver -Heavy 6.50 1 1 1 1 i 1 1 1 1 1 1 i 1 1 Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXIIEBTT D Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. No Text 1 1 1 1 1 1 1 City of Lubbock Water Utilities Engineering Lift Station Replacement Project I � Technical Specifications i 1 i 1 1 t 1 1 1 1 1 1 1 1 1 City Of Lubbock Water Utilities Engineering Lift Station Replacement Project Technical Specifications Seal: 111,19-8 I SECTION 500 INDEX LIFT STATION SPECIFICATIONS Yellow House Canyon Paragraph Title Page 500-1. General 2 500-1.1 Submittals 2 500-2.1 Materials and Installation 500-2.1 Vet well 2,3,4,5 A Concrete B Fiberglass C Backfilling Around Wetwells 500-2.2 Pumps 5,6 500-2.3 Motors 6 500-2.4 Guide Rails 6 500-2.5 Access Hatch 7 500-2.6 Pump Control Panels 7,8 500-2.7 Level Controllers 8 500-2.8 Vent Pipes 9 500-2.9 Guide Cables and Chains 9 500-2.10 Gate Valves 9 500-2.11 Check Valves 9 500-2.12 Plug Valves 9 500-2.13 Discharge Piping 9 500-2.14 Power Cables 10 500-2.15 Transfer Switch and Emergency Generator Receptacle 10 500-2.16 Redundant High Level Alarm 10 500-2.17 Control Mounting Rack 10 500-2.18 Rigid Conduits 10 500-2.19 Testing 10 Section 500, Yellow House Canyon Lift Station Page ! 1 500-1.0 General: The Contractor shall furnish and install wetwell, submersible pumps, dual guiderails, 4" screened galvanized vent pipe, pump mounting plates with discharge elbow and bottom rail supports, access frame with cover for each pump and top guiderail supports, concrete valve box, check valves, gate valves, pump control panels, level controllers and all other necessary piping and appurtenances for a complete and operable lift station. The construction of this station shall not interfere with the operation of the existing station. The Contractor shall be responsible for all excavation and backfill. 500-1.1 Submittals: Submittals should consist of the following: 1. Pump curve 2. Complete technical data and parts list for pump. 3. Complete technical data and parts list on motor. 4. Complete technical data and parts list for control panels. 5. Complete technical data and parts list for level controllers. 6. Details on the accessories being supplied for the lift station package. 7. Wet well specifications. 8. Check valve specifications. 9. Gate valve specifications. 10. Redundant high level alarm specifications 500-2.1 Wetwell: A Concrete Wet Well: Concrete wetwell shall conform to the requirements of the latest revision of ASTM Specifications C 857 and C-858. The wetwell manufacturer shall provide material certificates to verify materials meet the following specifications. The aggregates shall conform to ASTM C-33, the reinforcing bars ASTM-A-615 or A706, cement ASTM C- 150 and the joint sealant ASTM C-990. The manufacturer shall submit shop drawings and structural design calculations performed by a registered engineer. The contractor shall apply a protective coating as specified below to concrete surfaces. The cable entry point shall be sealed with explosion proof sealant. The Contractor shall apply a primer coating of 5 mils thickness and a topcoat of 75 mils thickness on all interior surfaces of the wetwell. The primer shall be Polibrid 670 or approved equal as manufactured by Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved equal as manufactured by Polibrid Coatings, Inc. Applications of protective coatings shall be by spraying as recommended by the manufacturer. Coated surfaces shall be cleaned to permit visual inspection and spark testing. A minimum 12 hours after application, the coating shall be spark tested with high -voltage holiday detection equipment set at a minimum of 100 volts per mil of total coating thickness. All pinholes detected visually or by spark testing shall be clearly marked and then repaired in accordance with the manufacturer's recommendations. At the option of the Engineer, areas with excessive pinholes shall be re -sprayed rather than patched individually by hand. Surfaces showing visible defects such as poor adhesion, improperly cured areas, or blisters will not be accepted and shall be removed or repaired per manufacturer's recommendations. B Fiberglass Wetwell: The materials for the fiberglass wetwell shall meet the following specifications. a. Resin: Unsaturated isophthalic polyester resins shall be used and they must meet the requirements listed below. Property Test Method Requirement 1) Acid Number ASTM D 465-59 Maximum = 15 2) Hydroxyl Number Maximum = 30 3) Solids Content ASTN1 D 1259-61 Maximum = 50% The following requirements are determined when testing the resin without any reinforcing material included. Pro a Test Method Requirement 4) Flexural Strength ASTM D 790-70 Minimum 10,000 psi 5) Flexural E-Modulus ASTM D 790-70 Minimum 400,000 psi 6) Elongation at Rupture ASTM D 790-70 Minimum 2-1/2% 7) Heat Distortion Temperature ASTINZ D 648-61 Minimum 167°F 8) Weight Change after ASTM D 570-63 Maximum + 28 Days Storing in 150 mg/sample Distilled Water 9) Surface Hardness AST:N1 D 2583-67 Minimum 80% of (Barcol) Resin's Normal Value All resin shall be supplied by the same supplier. Mixed lots or odd lots of resin from different vendors shall not be used. b. Reinforcement: Reinforcement shall be fiberglass mat, continuous roving, chopped roving and/or roving fabric. The fiberglass shall be type'E" and have a finish compatible with the resin used. The interior surface shall be reinforced laver 0.25 mm. to 0.50 mm. (10 to 20 mils.). Reinforcement materials shall be: (1) Chemically resistant surface mat (2) Organic surfacing veil Reinforcements must have a coupling agent which will provide a suitable bond between the reinforcement and the resin. Section 5CO. Yellow Hc.'s? Canyon Lift Station Page 3 1 c. Fillers: Fillers, when used, shall be inert to the environment and manhole construction. Sand, calcium carbonate (in inert form), or crushed limestone shall be accepted as approved fillers. d. Additives: Additives, such as thixotropic agents, catalyst and promoters may be added as required by the specific manufacturing processes used to meet this standard. re. Laminate: (Cured composite including glass fiber reinforcement.) Cured laminate shall meet the following conditions: Property Test Method Requirement 1) Glass Content (% by weight) ASTM D 2584-68 20 to 70% 2) Compressive Strength D 695-69 Minimum 12,000 psi 3) Flexural Strength D790-70 Minimum 12,000 psi 4) Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi 5) Surface Hardness ASTM D 2583-67 Minimum 90% of Resin's Normal Value f. Painting & Gel -Coating: The product shall incorporate some form of a UV inhibitor either into the resin or on the exterior surface to prevent decay of the fiberglass material prior to installation. g. Cable Entry Seal: - The finished wetwell shall provide for an explosion proof sealant at the cable entry point. 1 1 The fiberglass cylinder shall conform to the following physical specifications. The cylinder shall have the minimum pipe- stiffness values shown in table below when tested in accordance with ASTM 3753 8.5 (note 1). Manhole Length (feet) PSI 3 - 6.5 0.75 7 - 12.5 1.26 13 - 20.5 2.01 21 - 25.5 3.02 26 - 35 5.24 The completed fiberglass cylinder shall be examined for dimensional requirements, hardness, and workmanship and meet the physical requirements listed in the chart below. All required ASTM 3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to owner upon formal written request within a reasonable time period. ISe^tier+ 500, Yella,y ":-,se -2-ic^ _;s. c_=--,n =ace a Hoop Direction Axial Direction Tensile Strength, psi 18,000 5,000 Tensile Modules, psi 0.6 x 10^6 0.7 x 10^6 Flexural Strength, psi 26,000 4,500 Flexural Modules, psi 1.4 x 10^6 0.7 x 10^6 Compressive. psi 18,000 10,000 Upon request stubouts may be installed. Installation of SDR PVC sewer pipe must be performed by sanding, priming, and using resin fiber -reinforced hand layup. The resin and fiberglass shall be the same type and grade as used in the fabrication of the fiberglass manhole. Inserta-Tee fittings may be requested and installed per manufacturers instructions. Kor-N-Seal boots may be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. As a basis of acceptance the manufacturer shall provide a independent certification which consists of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with provisions of this specification and meets all requirements. C Backfilling around Wetwell: The wetwell shall be backfilIed with select excavated material in 6 inch layers, mechanically tamped and compacted to 95% standard proctor density. The optimum moisture content shall be attained by prewetting and thoroughly mixing before backfilling and compaction. All surplus material shall be loaded and wasted at the Contractor's expense, at locations approved by the Engineer. The Contractor may choose to use flowable fill to backfill the wetwell, the flowable fill shall consist of a two sack cement and pea gravel concrete mix of that extends to the surface. 500-2.2 Pumps: Each pump shall have a capacity of 90 GPM at a total dynamic head of 38 feet. An additional point on this curve shall be 30 GPM at TDH of 50 feet. The major pump components shall be constructed of grey cast iron, ASTM A-48, Class 35B. All exposed nuts or bolts shall be AISI type 304 stainless steel or brass. All other metal coming into contact with the any liquid shall have a factory applied coating of acrylic dispersion zinc phosphate primer and a polyester resin paint finish. Each pump shall be modified to be used as a grinder with special cutters that will reduce sewage to a fine slurry. The stationary cutter shall be made of hardened 316 "L" stainless steel. The rotary cutter shall be made of chrome alloyed cast iron. The discharge outlet shall be 2-inch. The discharge head shall seal to the pumping unit with a machined metal to metal contact. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Secondary sealing compounds will not be acceptable. The impeller shall be dynamically balanced, grey cast iron class 35-B. The impeller shall be taper collet fitted and retained on the pump shaft with an Allen head bolt. The impeller shall be coated with an acrylic dispersion zinc phosphate primer. The pump Section 500. Ye''cw House �aiyon Lift Station Page 5 shaft shall be one piece design pump and motor shaft and constructed of Type 431 stainless steel. The pump shaft shall rotate on two permanently lubricated bearings. The Lipper bearing shall be a single groove ball bearing and the tower bearing shall be a two row angular contact bearing. The mechanical seal shall be a tandem mechanical seal system with two seals operating independently. The lower seal unit shall consist of a stationary tungsten carbide ring and a rotating ceramic ring. The upper seal shall contain a stationary ceramic seal ring and a rotating carbon ring. These seals shall require no maintenance or adjustment nor depend on direction of rotation to provide a positive seal. The rotating seal rings for both upper and lower seals shall be positively driven. The seals shall operate in a lubricating chamber and not rely on pumped media for lubrications. The lubricant shall be FDA approved and nontoxic, The pumping unit shall be Flygt model CP-3102 or approved equal. 500-2.3 Motors: The pump motors shall be 5 HP, 230 volt, 3 phase, 60 hertz, 3400 RPM with a voltage tolerance of plus or minus ten percent. The motors shall be coupled with the pumps and suitable for operation under continuous operation. Motor construction shall conform to NEMA design Class B and incorporating Class F insulation; air filled capable of a minimum of 15 starts per hour without sustaining excessive wear. The motor shall be capable of continuous submergence without the loss of Watertight integrity to a depth of 65 feet. The rotor shall be solid cast, dynamically balanced and free of vibration. The pump motors shall conform to the following safety features: a) Completely watertight motor casing and suitable for operation under continuous submerged condition. The junction chamber and the motor casing shall be hermetically by an elastomer compression seal. b) Completely watertight cable entry seal and suitable for operation under continuous submerged condition. c) Moisture switch to cut off current as soon as leakage penetrates into the motor windings. d) Thermal switch -overheat protection device(s) embedded in the stator coils. These thermal switches shall be connected to the pump control panel. e) Circuit breakers. ho 0 Overload relays. g) Phase protection device(s). 500-2.4 Guide Rails: The pumps shall be guided to a firm seat with the discharge connection by no less than 2, three quarter inch schedule 40 stainless steel guide rails. 500-2.5 Access hatch: I Extruded aluminum frame assembly shall be supplied with door access hatches for each pump and be of adequate size to remove the pump system. The clear opening shall be approximately 36 inches by 48 inches. Doors shall be fabricated of one quarter inch aluminum plate designed to support 300 lbs. per square foot. Frame shall support guiderails. Doors shall be provided with lifting handles and safety latches to hold doors in the open position and compression spring Iift assists. Recessed Iocking hasps shall be furnished for each door. The frame and door assembly shall include weather stripping to provide for an odor -free hatch. The hatch assembly shall be with stainless steel hardware throughout or an approved equal. The frame shall be designed to drain rainwater away from the hatch. 500-2.6 Pump Control Panel: Furnish and install a custom designed pumping control panel with the features listed below. The pump control panel shall be housed in a NEMA 4X weatherproof enclosure constructed of 14 gauge 304 stainless steel and designed for outdoor rack mounting. The interior of the control panel shall be of a dead front design such that no energized parts are exposed when the main outer door or doors are open. Doors shall be provided with hold open devices and provisions for padlocking. All components installed in the control panel shall be rated and suitable for the extreme ambient temperature and solar load conditions that may be caused by the outdoor installation. The incoming main device shall be a 3 pole double throw switch, UL listed for service entrance use. This double throw device shall be used for switching the panel from the utility power source to a portable emergency generator source that will be supplied through a receptacle mounted on the outside of the cabinet. The switch positions shall be marked with engraved plastic laminate nameplates to show the UTILITY position, OFF position, and GENERATOR position. The switch handle shall be capable of being pad locked in any position. The load side of the switch shall be protected with surge arrestors ' equal to Delta Lightning Arrestors, series 600. Y 1. The pump control panel shall contain behind suitable dead -front panels the following equipment of devices: 2. Suitable overload, phase loss and phase unbalance protection for each motor. This phase protection shall be a solid state device equal to Square-D Motorlogic. 3. Suitable disconnecting means for each motor. 4. Suitable short circuit protection for each pump. Individual pump short circuit protection shall be provided by magnetic circuit breakers equal to Square-D Mag Guard model circuit breakers. 5. Din Rail mounted terminal strips for control wiring. All alarms shall be wired to terminal strips for use and connection by the Owner. Power connections to pump motors, service entrance and generators shall not be terminated on terminal strips. Power wiring to pump motors, service entrances and generators shall be made directly to the starters or disconnect switches. A three phase magnetic starter for controlling each pump motor. 6. A suitable electric alternator for the two pumps. Section 500, Yellow House Canyon L�ft Station Page 7 1 7. All other necessary relays, fuses, circuit breakers or devices necessary to provide an operating system. The following controls, devices and instruments shall be mounted on the dead -front panels, such that these controls and devices are accessible without exposing operating personnel to any exposed current carrying electrical parts_ These dead -front panels shall be hinged swing -out doors that can be opened to access the wiring and current carrying devices shown above and below. I . Disconnecting device for each motor. 2. Circuit breakers for control power and convenience outlet power. 3. An H-O-A switch, reset buttons for each motor starter, pilot light, run time meter and a resettable counter to track the number of starts for each pump. 4. Selector switch for the alternator to select lead and lag pumps. a. Level controller control panel. 500-2.7 Level Controller: Sump level shall be measured by an electronic pressure switch type level controller as manufactured by Time -Mark model 4062, or approved equal. The contractor shall furnish spare electronic module. The level controller shall be provided with solid state, stainless steel, non -clogging submersible transducer. The transducer shall be Keller PSI or approved equal. The transducer shall have a range of 0 -15 psi. The transducer shall be housed in a 6 inch PVC stilling tube connected to the side of the wetwell. The stilling tube shall be slotted with 1/4 inch wide slots 8 inches long staggered around the pipe from high water elevation to the floor of the wetwell. The level controller shall be preset at the factory for the following measurements. These operating levels shall also be field adjustable. 12 inches above bottom of sump (shut off pumps). 48 inches above bottom of sump (start lead pump). 60 inches above bottom of sump (start lag pump). 72 inches above bottom of sump (activate high level alarm). The following accessories shall be included with level controller. l . User functions shall be mounted on a rugged stainless steel panel. 2. The panel shall feature a window type LCD indicator to permit a visual determination of the wetwell level. 3. Pump motor selection switch (manual and automatic). 4. Pump "Run" indicator pilot light. 5. Hour meters to indicate total "Run" hours for each pump. 6. Output for remote high water alarm. 500-2.8 Ventilation Pipes , Ventilation pipe shall be 4" galvanized sched 40 pipe. Vent shall be screened with stainless steel screen mesh out side the wetwell. PVC pipe shall be used inside the wetwell. 500-29 Guide Cables and Chains: The lifting apparatus for the pumping units shall constist of 316 stainless steel chain. The chain shall connect to the lifting lug on the pump and the upper end shall be hung securely on the cable hanger. No guide cables shall be used in this construction. The lifting chain shall have the capacity to lift a load 50 % greater than the pump and motor unit weight. 500-2.10 Gate Valves (Resilient Seat): ' Gate valves shall be 4 inch diameter valves. The valves shall be cast or ductile iron with resilient seats. In line valves, 12" and smaller, shall be flanged or mechanical joint. The valves shall have non -rising stems, shall open by turning to the left counter -clockwise, and shall be furnished with a 2" operating nut. Valves shall comply with the latest revision of AWWA C-509 standards. Valves shall be Mueller, M&H, Darling, or Clow. All parts for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder may be required to furnish the owner ' with a letter stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. 500-2.11 Check Valves: , The check valves shall be 4 inch floating ball type check valves. The valve shall be 125 pound ANSI-16.1 with body of cast iron and the valve shall be of plain faced flanged design with a smooth finish. The ball shall be hollow metal with exterior coating of Nitrile Rubber. The interior coating of the valve shall be coated with 30 mil thickness epoxy lining and the exterior shall be coated with asphaltic paint. The check valve shall , consist of three components; body, cover, and ball. The valves shall be HDL Ball Check Valve as manufactured by Flygt or approved equal. 500-2.12 Plug Valves: Plug valves shall be of the non -lubricated eccentric type. The valve body shall be flanged ASTM A-126 Class B cast iron with a welded in seat made of Nickel. The plug shall be covered with a Nitrile elastomer. The seals shall be repackable without removing the bonnet from the valve body. The journal bearing shall be made of 316 stainless steel. The plug valve shall be equipped with a standard 2 inch operating nut and a valve position indicator. The valve shall be Milliken, Dezurik or approved equal. 500-2.13 Discharge Piping 1 All discharge piping in the wetwell shall be 2 inch schedule 40 stainless steel pipe. A flanged 2 inch to 4 inch D.I. adapter shall be installed in the valve box. This piping shall connect to the 2 inch NPT discharge head of the pumping unit. Section 500, Yel'cw House Canyon Lift Stat"_n Page 9 1 1 500-2.14 Poiver Cable Power cable shall be adequate length to run continuously from the control panel to the bottom of the wetwell with no splices. The cable shall be water proof, totally flexible and properly sized to prevent voltage drop along its length during peak operation. The cable entry casting shall incorporate a cable hanger and strain relief system for the cable and be sealed with an explosion proof sealant. Dropping the cable from the 1 1/2 inch conduits with 90 degree elbows turned down will not be acceptable. The cable should meet class and sizing standards set forth by NEC, CSA and shall be Ozoflex or Powerflex type. 500-2.15 Transfer Switch and Emergency Generator Receptacle: The pump control panel shall include a transfer switch to switch between the primary power supply to a generator hook-up. The control panel shall be wired to operate with primary power or emergency generator power completely independent of each other. The generator receptacle, to be compatible with the generator now operated by the City of Lubbock, shall be Killark WRJS - 1004, Body grounded Receptacle, 100 AMP, 600VAC, 3 wire, 4 pole with C type box model #WRACS - 41004. 500-2.16 Redundant High Level .alarm: Enpo Cornell model 474-E mercury float device or approved equal installed at the elevation as shown on the plans. Provide a minimum 16 - 2 cable, with no splices, in a minimum 1 inch conduit from the float device to a spare terminal block in the motor control cabinet for final connection by the Owner. 500-2.17 Control Mounting Rack: This rack should be supported by at least two 6 inch schedule 40 galvanized posts with Unistrut type crossbracmg. These posts should be set in holes 18 inches in diameter and 40 inches deep and the holes backfilled with 3000 lb. concrete. Rack should be plumb and level and positioned as per plans. The rack shall be of adequate size to accommodate the motor control panel, the transfer switch, the liquid level controls and a 120 volt, 20 amp GFCI. 500-2.18 Rigid Conduits: The conduits from the control rack to the wetwell shall be rigid, threaded thick-walled, galvanized inside and out. The conduit shall be UL listed and labeled according to UL6; conforming to ANSI standard C80.1; Pittsburgh, Republic Steel, Robory or Allied. Each pump unit shall use a minimum 1 1/2 inch conduit, the transducer and redundant high level alarm shall use minumum 1 inch conduits each and there should be one spare 1 inch conduit installed. 500-2.19 Testing: (Wet Well). Testing shall be as directed by the Engineer and shall follow TNRCC standard testing procedures for manholes. This test procedure can be found in section 602-3.14.6. 1 SECTION 550 INDEX LIFT STATION SPECIFICATIONS Childrens Home Lift Station Paragraph Title Page 550-1. General 2 550-1.1 Submittals 2 550-2.0 Materials and installation 550-2.1 Wet well 2,3,4,5 A Concrete B Fiberglass C Backlilling Around Werivell 550-2.2 Pumps 5,6 550-2.3 Motors 6 550-2.4 Guide Rails 6 550-2.5 Access Hatch 7 550-2.6 Pump Control Panels 7,8 550-2.7 Level Controllers 8 550-2.8 Vent Pipes 9 550-2.9 Guide Cables and Chains 9 550-2.10 Gate Valves 9 550-2.11 Check Valves 9 550-2.12 Plug Valves 9 550-2.13 Discharge Piping 10 550-2.14 Power Cables 10 550-2.15 Transfer Switch and Emergency Generator Receptacle 10 550-2.16 Redundant High Level Alarm 10 550-2.17 Control Mounting Rack 11 550-2.18 Rigid Conduits 11 550-2.19 Testing 11 Section 550 Chi c-e^s acme Lift Station Page - 1 1 1 550-1.0 General: The Contractor shall furnish and install Nvetwell, submersible pumps, dual guiderails, 4" screened, galvanized vent pipe, pump mounting plates with discharge elbow and bottom rail supports, access frame with cover for each pump and top guiderail supports, concrete valve box, check valves, gate valves, pump control panels, level controllers and all other necessary piping and appurtenances for a complete and operable lift station. The construction of this station shall not interfere with the operation of the existing station. The Contractor shall be responsible for all excavation and backfill. 550-1.1 Submittals: Submittals should consist of the following: 1. Pump curve 2. Complete technical data and parts list for pump. 3. Complete technical data and parts list on motor. 4. Complete technical data and parts list for control panels. 5. Complete technical data and parts list for level controllers. 6. Details on the accessories being supplied for the lift station package. 7. Wet well specifications. 8. Check valve specifications. 9. Gate valve specifications. 10. Redundant high level alarm specifications 550-2.1 Wetwell: A Concrete Wet Well: Concrete wetwell shall conform to the requirements of the latest revision of ASTM Specifications C 857 and C-858. The wetwell manufacturer shall provide material certificates to verify materials meet the following specifications. The aggregates shall conform to ASTM C-33, the reinforcing bars ASTM-A-615 or A706, cement ASTM C- 150 and the joint sealant ASTM C-990. The manufacturer shall submit shop drawings and structural design calculations performed by a registered engineer. The contractor shall apply a protective coating as specified below to concrete surfaces. The cable entry point shall be sealed with explosion proof sealant. The Contractor shall apply a primer coating of 5 mils thickness and a topcoat of 75 mils thickness on all interior surfaces of the wetwell. The primer shall be Polibrid 670 or approved equal as manufactured by Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved equal as manufactured by Polibrid Coatings, Inc. Applications of protective coatings shall be by spraying as recommended by the manufacturer. Coated surfaces shall be cleaned to permit visual inspection and spark testing. A minimum 12 Section 550. Child,ens home Lift Station ?age - 2 II hours after application, the coating shall be spark tested with high -voltage holiday detection equipment set at a minimum of 100 volts per mil of total coating thickness. All pinholes detected visually or by spark testing shall be clearly marked and then repaired in accordance with the manufacturer's recommendations. At the option of the Engineer, areas with excessive pinholes shall be re -sprayed rather than patched individually by hand. Surfaces showing visible defects such as poor adhesion, improperly cured areas, or blisters will not be accepted and shall be removed or repaired per manufacturer's , recommendations. B Fiberglass Wetwell: The materials for the fiberglass wetwell shall meet the following specifications. a. Resin: Unsaturated isophthalic polyester resins shall be used and they must meet the requirements listed below. Pro e Test Method Requirement t 1) Acid Number ASTM D 465-59 Maximum = 15 2) Hydroxyl Number Maximum = 30 ' 3) Solids Content ASTM D 1259-61 Maximum a 50% The following requirements are determined when testing the resin without any reinforcing material included. Pro a Test Method Requirement 4) Flexural Strength ASTM D 790-70 Minimum 10,000 psi 5) Flexural E-Modulus ASTM D 790-70 Minimum 400,000 psi 6) Elongation at Rupture ASTM D 790-70 Minimum 2-1/2% 7) Heat Distortion Temperature ASTM D 648-61 Minimum 167°F 8) Weight Change after ASTM D 570-63 Maximum + 28 Days Storing in 150 mg/sample Distilled Water 9) Surface Hardness ASTM D 2583-67 Minimum 80% of (BarcoI) Resin's Normal Value All resin shall be supplied by the same supplier. Mixed lots or odd lots of resin from different vendors shall not be used. b. Reinforcement: Reinforcement shall be fiberglass mat, continuous roving, chopped roving and/or roving fabric. The fiberglass shall be tvpe'E" and have a finish compatible with the resin used. The interior surface shall be reinforced layer 0.25 mm. to 0.50 mm. (10 to 20 mils.). Reinforcement materials shall be: (1) Chemically resistant surface mat (2) Organic surfacing veil Reinforcements must have a coupling agent which will provide a suitable bond between the reinforcement and the resin. ' Section, 550. Chilar.r!s acre Lift Statr- Page - 3 1 I ' c. Fillers: Fillers, when used, shall be inert to the environment and manhole construction. Sand, ' calcium carbonate (in inert form), or crushed limestone snail be accepted as approved fillers. d. Additives: Additives, such as thixotropic agents, catalyst and promoters may be added as required by the specific manufacturing processes used to meet this standard. e. Laminate: (Cured composite including glass fiber reinforcement.) Cured laminate shall meet the following conditions: -, Property Test Method Requirement 1) Glass Content (% by weight) ASTM D 2584-68 20 to 70% 2) Compressive Strength D 695-69 Minimum 12,000 psi 3) Flexural Strength D790-70 Minimum 12,000 psi 4) Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi 5) Surface Hardness ASTM D 2583-67 Minimum 90% of 1 1 r r r Resin's Normal Value f. Painting & Gel -Coating: The product shall incorporate some form of a UV inhibitor either into the resin or on the exterior surface to prevent decay of the fiberglass material prior to installation. g. Cable Entry Seal The finished wetwell shall provide for an explosion proof sealant at the cable entry point. The fiberglass cylinder shall conform to the following physical specifications. The cylinder shall have the minimum pipe- stiffness values shown in table below when tested in accordance with ASTM 3753 8.5 (note 1). Manhole Length (feet) PSI 3 - 6.5 0.75 7 - 12.5 1.26 13 - 20.5 2.01 21 - 25.5 3.02 126-35 5.24 The completed fiberglass cylinder shall be examined for dimensional requirements, hardness, and workmanship and meet the physical requirements listed in the chart below. All required ASTM 3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to owner upon formal written request within a reasonable time period. I Section 550, Childrens Horse Lift Station Page - 4 Hoop Direction i Axial Direction Tensile Strength, psi 18,000 5,000 Tensile Modules, psi 0.6 x 10^6 0.7 x 10^6 Flexural Strength, psi 26,000 4,500 Flexural Modules, psi 1.4 x 10^6 0.7 x 10^6 Compressive, psi 18,000 10,000 Upon request stubouts may be installed. Installation of SDR PVC sewer pipe must be performed by sanding, priming, and using resin fiber -reinforced hand Iayup. The resin and fiberglass shall be the same type and grade as used in the fabrication of the fiberglass manhole. Inserta-Tee fittings maybe requested and installed per manufacturers instructions. Kor-N-Seal boots may be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. As a basis of acceptance the manufacturer shall provide a independent certification which consists of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with provisions of this specification and meets all requirements. C Backfilling around Wewwell: The wetwell shall be backfilled with select excavated material in 6 inch layers, mechanically tamped and compacted to 95% standard proctor density. The optimum moisture content shall be attained by prewening and thoroughly mixing before backfilling and compaction. All surplus material shall be loaded and wasted at the Contractor's expense, at locations approved by the Engineer. The Contractor may choose to use flowable fill to backfll the wetwell, the flowable fill shall consist of a two sack cement and pea gravel concrete mix of that extends to the surface. 550-2.2 Pumps: Each pump shall have a capacity of 303 GPM at a total dynamic head of 96 feet. An additional point on this curve shall be 200 GPM at TDH of 105 feet. The major pump components shall be constructed of grey cast iron, ASTM A48, Class 35B. All exposed nuts or bolts shall be AISI type 304 stainless steel or brass. All other metal coming into contact with the any liquid shall have a factory applied coating of acrylic dispersion zinc phosphate primer and a polyester resin paint finish. The discharge outlet shall be 4-inch. The discharge head shall seal to the pumping unit with a machined metal to metal contact. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Secondary sealing compounds will not be acceptable. The impeller shall be dynamically balanced, grey cast iron class 35-B. The impeller shall be keyed to the pump shaft and retained with an Allen head bolt. The impeller shall be capable of handling solids, fibrous materials and heavy sludge. The impeller shall be capable of passing a minimum 3 inch diameter solid. The impeller shall be coated with an acrylic dispersion zinc phosphate primer. The pump shaft shall be one piece design pump and motor shaft and constructed of Type 431 stainless steel. The Section 550 Ch- �rens Horne Lift Station ?age - 5 pump shaft shall rotate on two permanently lubricated bearings. The upper bearing shall be a single roller bearing and the lower bearing shall be a two row angular contact bearing. The mechanical seal shall be a tandem mechanical seal system with two seals operating independently. Both the lower primary seal unit and the upper secondary seal unit shall consist of one stationary and one positively driven tungsten carbide seal ring. The Each seal interface shall be held in position by it's own spring system. These seals shall require no maintenance or adjustment nor depend on direction of rotation to provide a positive seal. The seals shall operate in a lubricating chamber and not rely on pumped media for lubrications. The lubricant shall be FDA approved and nontoxic. The ' pumping unit shall be Flygt model CP-3140 or approved equal. 550-2.3 Motors: The pump motors shall be 15 HP, 230 volt, 3 phase, 60 hertz, 1750 RPM with a voltage tolerance of plus or minus ten percent. The motors shall be coupled with the pumps and suitable for operation under continuous operation. Motor construction shall conform to NEMA design Class B and incorporating Class F insulation; air filled capable of a minimum of 15 starts per hour without sustaining excessive wear. The motor shall be capable of continuous submergence without the loss of watertight integrity to a depth of 65 feet. The rotor shall be solid cast, dynamically balanced and free of vibration. The pump motors shall conform to the following safety features: a) Completely watertight motor casing and suitable for operation under continuous submerged condition. The junction chamber and the motor casing shall be hermetically by an elastomer compression seal. b) Completely watertight cable entry seal and suitable for operation ' under continuous submerged condition. c) Moisture switch to cut off current as soon as leakage penetrates into the motor windings. d) Thermal switch -overheat protection device(s) embedded in the stator coils. These thermal switches shall be connected to the pump control panel. e) Circuit breakers. f) Overload relays. g) Phase protection device(s). 550-2.4 Guide Rails: The pumps shall be guided to a firm seat with the discharge connection by no less than 2, two inch schedule 40 stainless steel guide rails. Guide rails shall attach to discharge head and to access door and have an intermediate support centered halfway along their lengths. 1 ISection 550. rnildre-s Home Lift Station Page - 6 550-2.5 recess hatch: Extruded aluminum frame assembly shall be supplied with door access hatches for each pump and be of adequate size to remove the pump system. The clear opening shall be approximately 50 inches by 60 inches. Doors shall be fabricated of one quarter inch aluminum plate designed to support 300 lbs. per square foot. Frame shall support guiderails. Doors shall be provided with lifting handles and safety latches to hold doors in the open position and compression spring lift assists. Recessed locking hasps shall be furnished for each door. The frame and door assembly shall include weather stripping to provide for an odor -free hatch. The hatch assembly shall be with stainless steel hardware throughout or an approved equal. The frame shall be designed to drain rainwater away from the hatch. 550-2.6 Pump Control Panel: Furnish and install a custom designed pumping control panel with the features listed below. The pump control panel shall be housed in a NEMA 4X weatherproof enclosure constructed of 14 gauge 304 stainless steel and designed for outdoor rack mounting. The interior of the control panel shall be of a dead front design such that no energized parts are exposed when the main ouier door or doors are open. Doors shall be provided with hold open devices and provisions for padlocking. All components installed in the control panel shall be rated and suitable for the extreme ambient temperature and solar load conditions that may be caused by the outdoor installation. The incoming main device shall be a 3 pole double throw switch, UL listed for service entrance use. This double throw device shall be used for switching the panel from the utility power source to a portable emergency generator source that will be supplied through a receptacle mounted on the outside of the cabinet. The switch positions shall be marked with engraved plastic laminate nameplates to show the UTILITY position, OFF position, and GENERATOR position. The switch handle shall be capable of being pad locked in any position. The load side of the switch shall be protected with surge arrestors equal to Delta Lightning Arrestors, series 600. 1. The pump control panel shall contain behind suitable dead -front panels the following equipment of devices: 2. Suitable overload, phase loss and phase unbalance protection for each motor. This phase protection shall be a solid state device equal to Square-D Motorlogic. 3. Suitable disconnecting means for each motor. 4. Suitable short circuit protection for each pump. Indi%idual pump short circuit protection shall be provided by magnetic circuit breakers equal to Square-D Mag Guard model circuit breakers. 5. Din Rail mounted terminal strips for control wiring. All alarms shall be wired to terminal strips for use and connection by the Owner. Power connections to pump motors, service entrance and generators shall not be terminated on terminal strips. Power wiring to pump motors, service entrances and generators shall be made directly to the starters or disconnect switches. A three phase magnetic starter for controlling each pump motor. 6. A suitable electric alternator for the two pumps. Sectier. Ei). Chilc^ens ­_nne L `: Static, Page - 7 7. All other necessary relays, fuses, circuit breakers or devices necessary to provide an operating system. The follo«ing controls, devices and instruments shall be mounted on the dead -front panels, such that these controls and devices are accessible without exposing operating personnel to any exposed current carrying electrical parts. These dead -front panels shall be hinged swing -out doors that can be opened to access the wiring and current carrying devices shown above and below. 1. Disconnecting device for each motor. ' 2. Circuit breakers for control power and convenience outlet power. 3. An H-0-A switch, reset buttons for each motor starter, pilot light, run time meter and a resettable counter to track the number of starts for each pump. 4. Selector switch for the alternator to select lead and lag pumps. 5. Level controller control panel. F 550-2.7 Level Controller: 6A Sump level shall be measured by an electronic pressure switch type level controller as manufactured by Time -Mark model 4062, or approved equal. The contractor shall furnish spare electronic module. The level controller shall be provided with solid state, stainless steel, non -clogging submersible transducer. The transducer shall be Keller PSI or approved equal. The transducer shall have a range of 0 -15 psi. The transducer shall be housed in a 6 inch PVC stilling tube connected to the side of the wetwell. The stilling tube shall be slotted with 1/4 inch wide slots 8 inches long staggered around the pipe from high water elevation to the floor of the wetwell. The level controller shall be preset at the factory for the following measurements. These operating levels shall also be field adjustable. 12 inches above bottom of sump (shut off pumps). 48 inches above bottom of sump (start lead pump). 60 inches above bottom of sump (start lag pump). 72 inches above bottom of sump (activate high level alarm). The following accessories shall be included with level controller. 1. User functions shall be mounted on a rugged stainless steel panel. IF 2. The panel shall feature a window type LCD indicator to permit a visual determination of the wetwell level. 3. Pump motor selection switch (manual and automatic). 4. Pump "Run" indicator pilot light. 5. Hour meters to indicate total "Run" hours for each pump. 6. Output for remote high water alarm. Section 550. ChilCrens Home Lift Station Page - 8 550-2.8 Ventilation Pipes Ventilation pipe shall be 4" galvanized sched 40 pipe. Vent shall be screened with stainless steel screen mesh out side the wetwell. PVC pipe shall be used inside the wetwell. 550-2.9 Guide Cables and Chains: The lifting apparatus for the pumping units shall consist of 316 stainless steel chain. The chain shall connect to the lifting lug on the pump and the upper end shall be hung securely on the cable hanger. No guide cables shall be used in this construction. The lifting chain shall have the capacity to lift a load 50 % greater than the pump and motor unit weight. 550-2.10 Gate Valves (Resilient Seat): Gate valves shall be 4 inch diameter valves. The valves shall be cast or ductile iron with resilient seats. In line valves, 12" and smaller, shall be flanged or mechanical joint. The valves shall have non -rising stems, shall open by turning to the left counter -clockwise), and shall be furnished with a 2" operating nut. Valves shall comply with the latest revision of AWWA C-509 standards. Valves shall be Mueller, M&H, Darling, or Clow. All parts for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder may be required to furnish the owner with a letter stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. 550-2.11 Check Valves: The check valves shall be 4 inch floating ball type check valves. The valve shall be 125 pound ANSI-16.1 with body of cast iron and the valve shall be of plain faced flanged design with a smooth finish. The ball shall be hollow metal with exterior coating of Nitrile Rubber. The interior coating of the valve shall be coated with 30 mil thickness epoxy lining and the exterior shall be coated with asphaltic paint. The check valve shall consist of three components; body, cover, and ball. The valves shall be HDL Ball Check Valve as manufactured by Flygt or approved equal. 550-2.12 Plug Valves: PIug valves shall be of the non -lubricated eccentric type. The valve body shall be flanged ASTM A-126 Class Beast iron with a welded in seat made of Nickel. The plug shall be covered with a Nitrile elastomer. The seals shall be repackable without removing the bonnet from the valve body. The journal bearing shall be made of 316 stainless steel. The plug valve shall be equipped with a standard 2 inch operating nut and a valve position indicator. The valve shall be Milliken, Dezurik or approved equal. Sect,on H" Childrens Horne Lift Station Page - 9 550-2.13 Discharge Piping The discharge piping from the pump discharge head through the valve box shall be 4 inch ductile iron. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revision: ANSI/AWWA C150/A21.50 LATEST REVISION ANSI/AWWA C104.121.4 LATEST REVISION ANSI/AWWA C151.121.5 LATEST REVISION All ductile iron pipe shall have a 30-mil thickness epoxy lining on the interior. The external surface shall be coated with a bituminous base paint. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111-72 (ANSI A21.11) or its latest revision. Flanged fittings were required, shall be 125 pounds American Standard. Fittings shall be mechanical joint with rubber gasket AWWA Class D bell with transition gasket for the type pipe used. Flanged fittings, where required, shall be 125 pound American Standard. All fittings shall have a 30 mil thickness epoxy lining on the interior and exterior coated with asphaltic paint. Fittings shall conform to 1 AWWA C104, AWWA C110 and AWWA CI I I latest revision. 550-2.14 Power Cable Power cable shall be adequate length to run continuously from the control panel to the bottom of the wetwell with no splices. The cable shall be water proof, totally flexible and properly sized to prevent voltage drop along its length during peak operation. The cable entry casting shall incorporate a cable hanger and strain relief system for the cable and be sealed with an explosion proof sealant. Dropping the cable from the 1 1/2 inch conduits with 90 degree elbows turned down will not be acceptable. The cable should meet class and sizing standards set forth by NEC, CSA and shall be Ozoflex or Powerflex type. 550-2.15 Transfer Switch and Emergency Generator Receptacle: The pump control panel shall include a transfer switch to switch between the primary power supply to a generator hook-up. The control panel shall be wired to operate with primary power or emergency generator power completely independent of each other. The generator receptacle, to be compatible with the generator now operated by the City of Lubbock, shall be Killark WR3S - 1004, Body grounded Receptacle, 100 AMP, 600VAC, 3 wire, 4 pole with C type box model #WRACS - 41004. 550-2.16 Redundant High Level Alarm: Enpo Cornell model 474-E mercury float device or approved equal installed at the elevation as shown on the plans. Provide a minimum 16 - 2 cable, with no splices, in a minimum 1 inch conduit from the float device to a spare terminal block in the motor control cabinet for final connection by the Owner. 1 ISection E50 Childrens Home L it Stat on D-ge - 1 550-2.17 Control Mounting Rack: This rack should be supported by at least two 6 inch schedule 40 galvanized posts with Unistrut type crossbracing. These posts should be set in holes 18 inches in diameter and 40 inches deep and the holes backfilled with 3000 lb concrete. Rack should be plumb and level and positioned as per plans. The rack shall be of adequate size to accommodate the motor control panel, the transfer switch, the liquid level controls and a 120 volt, 20 amp GFCI. 550-2.18 Rigid Conduits: The conduits from the control rack to the wetwell shall be rigid, threaded thick-walled, galvanized inside and out. The conduit shall be UL listed and labeled according to UL6; conforming to ANSI standard C80.1; Pittsburgh, Republic Steel, Robory or Allied. Each pump unit shall use a minimum 1 1/2 inch conduit, the transducer and redundant high level alarm shall use minimum 1 inch conduits each and there should be one spare 1 inch conduit installed. 550-2.19 Testing: (Wet Well). Testing shall be as directed by the Engineer and shall follow TNRCC standard testing procedures for manholes. This test procedure can be found in section 602-3.14.6. Section S.E. Childrens Name Lift Station Page - 11 fl 1 1 F SECTION 600 INDEX LIFT STATION SPECIFICATIONS North Loop 289 Lift Station Paragraph Title Page 600 -1. General 2 600-1.1 Submittals 2 600-2.0 Materials and Installation 600-2.1 Wet well 2,3,4,5 A Concrete B Fiberglass C Backfilling Around Wetwell 600-2.2 Pumps 5,6 600-2.3 Motors 6 600-2.4 Guide Rails 6 600-2.5 Access Hatch 7 600-2.6 Pump Control Panels 7,8 600-2.7 Level Controllers 7 600-2.8 Vent Pipes 9 600-2.9 Guide Cables and Chains 9 600-2.10 Gate Valves 9 600-2.11 Check Valves 9 600-2.12 Plug Valves 9 600-2.13 Discharge Piping 10 600-2.14 Power Cables 10 600-2.15 Transfer Switch and Emergency Generator Receptacle 10 600-2.16 Redundant High Level Alarm 10 600-2.17 Control Mounting Rack 11 600-2.18 Rigid Conduits 11 600-2.19 Testing 11 1 Section 600. North Locc 289 Lift Station Page - 1 600-1.0 General: The Contractor shall furnish and install wetwell, submersible pumps, dual guiderails, 4" screened galvanized vent pipe, pump mounting plates with discharge elbow and bottom rail supports, access frame with cover for each pump and top guiderail supports, concrete valve box, check valves, gate valves, pump control panels, level controllers and all other necessary piping and appurtenances for a complete and operable lift station. The construction of this station shall not interfere with the operation of the existing station_ The Contractor shall be responsible for all excavation and backfill. 600-1.1 Submittals: Submittals should consist of the following: 1. Pump curve 2. Complete technical data and parts list for pump. 3. Complete technical data and parts list on motor. 4. Complete technical data and parts list for control panels. 5. Complete technical data and parts list for level controllers. 6. Details on the accessories being supplied for the lift station package. 7. Wet well specifications. 8. Check valve specifications. 9. Gate valve specifications. 10. Redundant high level alarm specifications 600-2.1 Wetwell: A Concrete Wet Well: Concrete wetwell shall conform to the requirements of the latest revision of ASTM Specifications C 857 and C-858. The wetwell manufacturer shall provide material certificates to verify materials meet the following specifications. The aggregates shall conform to ASTM C-33, the reinforcing bars ASTM-A-615 or A706, cement ASTM C- 150 and the joint sealant ASTM C-990. The manufacturer shall submit shop drawings and structural design calculations performed by a registered engineer. The contractor shall apply a protective coating as specified below to concrete surfaces. The cable entry point shall be sealed with explosion proof sealant. The Contractor shall apply a primer coating of 5 mils thickness and a topcoat of 75 mils thickness on all interior surfaces of the wetwell. The primer shall be Polibrid 670 or approved equal as manufactured by Polibrid Coatings, Inc. The topcoat shall be Polibrid 705 or approved equal as manufactured by Polibrid Coatings, Inc. Applications of protective coatings shall be by spraying as recommended by the manufacturer. Coated surfaces shall be cleaned to permit visual inspection and spark testing. A minimum 12 Section 600 Worth Loop 239 Lift S-a" Page - 2 hours after application, the coating shall be spark tested with high -voltage holiday detection equipment set at a minimum of 100 volts per mil of total coating thickness. All pinholes detected visually or by spark testing shall be clearly marked and then repaired in accordance with the manufacturer's recommendations. At the option of the Engineer, areas with excessive pinholes shall be re -sprayed rather than patched individually by hand. Surfaces showing visible defects such as poor adhesion, improperly cured areas, or blisters will not be accepted and shall be removed or repaired per manufacturer's recommendations. B Fiberglass `Vetwell: The materials for the Fiberglass wetwell shall meet the following specifications. a. Resin: Unsaturated isophthalic polyester resins shall be used and they must meet the requirements listed below. Pro e 1) Acid Number 2) Hydroxyl Number 3) Solids Content Test Method ASTM D 465-59 ASTM D 1259-61 Requirement Maximum = 15 Maximum = 30 Maximum = 50% The following requirements are determined when testing the resin without any reinforcing material included. Property 4) Flexural Strength 5) Flexural E-Modulus 6) Elongation at Rupture 7) Heat Distortion Temperature 8) Weight Change after 28 Days Storing in Distilled Water Test Method ASTM D 790-70 ASTM D 790-70 ASTM D 790-70 ASTM D 648-61 ASTM D 570-63 Requirement Minimum 10,000 psi Minimum 400,000 psi Minimum 2-1/2% Minimum 167°F Maximum + 150 mg/sample 9) Surface Hardness ASTM D 2583-67 Minimum 80% of (Barcol) Resin's Normal Value All resin shall be supplied by the same supplier. Mixed lots or odd lots of resin from different vendors shall not be used. b. Reinforcement: Reinforcement shall be fiberglass mat, continuous roving, chopped roving and/or roving fabric. The fiberglass shall be type'E" and have a finish compatible with the resin used. The interior surface shall be reinforced layer 0.25 mm. to 0.50 mm. (10 to 20 rails.). Reinforcement materials shall be: (1) Chemically resistant surface mat (2) Organic surfacing veil Reinforcements must have a coupling agent which will provide a suitable bond between the reinforcement and the resin. Section 600. North Loop =_9 Lift ;'ation Pege - 3 c. Fillers: Fillers, when used, shall be inert to the environment and manhole construction. Sand, calcium carbonate (in inert form), or crushed Iimestone shall be accepted as approved fillers. d. Additives: Additives, such as thixotropic agents, catalyst and promoters may be added as required by the specific manufacturing processes used to meet this standard. e. Laminate: (Cured composite including glass fiber reinforcement.) Cured laminate shall meet the following conditions: Pro e Test Method Requirement 1) Glass Content (% by weight) ASTM D 2584-68 20 to 7W,o 2) Compressive Strength D 695-69 Minimum 12,000 psi 3) Flexural Strength D790-70 Minimum 12,000 psi 4) Flexural E-Modulus ASTM D 790-70 Minimum 700,000 psi 5) Surface Hardness ASTM D 2583-67 Minimum 90% of 1 Resin's Normal Value f. Painting & Gel -Coating: The product shall incorporate some form of a W inhibitor either into the resin or on the exterior surface to prevent decay of the fiberglass material prior to installation. g. Cable Entry Seal: The finished wetweli shall provide for an explosion proof sealant at the cable entry point. The fiberglass cylinder shall conform to the following physical specifications. The cylinder shall have the minimum pipe- stiffness values shown in table below when tested in accordance with ASTM 3753 8.5 (note 1). Manhole Length ( feet) PSI 3 - 6.5 0.75 7 - 12.5 1.26 13 - 20.5 2.01 21 - 25.5 3.02 26 - 35 5.24 The completed fiberglass cylinder shall be examined for dimensional requirements, hardness, and workmanship and meet the physical requirements listed in the chart below. All required ASTM. 3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to owner upon formal written request within a reasonable time period. 1 Se_ti-�n 600 Nor— LC� D 269 Lift 5taticr• Dage Hoop Direction Axial Direction Tensile Strength, psi 18,000 5,000 Tensile Modules, psi 0.6 x 10^6 0.7 x 10^6 Flexural Strength, psi 26,000 4,500 Flexural Modules, psi 1.4 x 10^6 0.7 x 10^6 Compressive, psi 18,000 10,000 Upon request stubouts may be installed. Installation of SDR PVC sewer pipe must be performed by sanding, priming, and using resin fiber -reinforced hand lay-up. The resin and fiberglass shall be the same type and grade as used in the fabrication of the fiberglass manhole. Inserta-Tee fittings maybe requested and installed per manufacturers instructions. Kor-N-Seal boots may be installed by manhole manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. As a basis of acceptance the manufacturer shall provide a independent certification which consists of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with provisions of this specification and meets all requirements. C Backfilling around Wetwell: The wetwell shall be backfilled with select excavated material in 6 inch layers, mechanically tamped and compacted to 95% standard proctor density. The optimum moisture content shall be attained by prewetting and thoroughly mixing before backfilling and compaction. All surplus material shall be loaded and wasted at the Contractor's expense, at locations approved by the Engineer. The Contractor may choose to use flowable fill to backfill the wetwell, the flowable fill shall consist of a two sack cement and pea gravel concrete mix of that extends to the surface. 600-2.2 Pumps: Each pump shall have a capacity of 325 GPM at a total dynamic head of 24 feet. An additional point on this curve shall be 400 GPM at TDH of 21 feet. The major pump components shall be constructed of grey cast iron, ASTM A-48, Class 35B. All exposed nuts or bolts shall be AISI type 304 stainless steel or brass. All other metal coming into contact with the any liquid shall have a factory applied coating of acrylic dispersion zinc phosphate primer and a polyester resin paint finish. The discharge outlet shall be 4-inch. The discharge head shall seal to the pumping unit with a machined metal to metal contact. Critical mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Secondary sealing compounds will not be acceptable. The impeller shall be dynamically balanced, grey cast iron class 35-B. The impeller shall be keyed to the pump shaft and retained with an Allen head bolt. The impeller shall be capable of handling solids, fibrous materials and heavy sludge. The impeller shall be capable of passing a minimum 3 inch diameter solid. The impeller shall be coated with an acrylic dispersion zinc phosphate primer. The pump shaft shall be one piece design pump and motor shaft and constructed of Type 431 stainless steel. The Section 600. North Loop 289 Lif; S-aticn Fa-,e - 5 1 1 1 1 1 1 r� A 1 1 t pump shaft shall rotate on two permanently lubricated bearings. The upper bearing shall be a single roller bearing and the lower bearing shall be a two row angular contact bearing. The mechanical seal shall be a tandem mechanical seal system with two seals operating independently. Both the lower primary seal unit and the upper secondary seal unit shall consist of one stationary and one positively driven tungsten carbide seal ring. The Each seal interface shall be held in position by it's own spring system. These seals shall require no maintenance or adjustment nor depend on direction of rotation to provide a positive seal. The seals shall operate in a lubricating chamber and not rely on pumped media for lubrications. The lubricant shall be FDA approved and nontoxic. The pumping unit shall be Flygt model CP-3102.180-MT. or approved equal. The motor shall be capable of continuous submergence without the loss of watertight integrity to a depth of 65 feet. 600-2.3 Motors: The pump motors shall be 5 HP, 230 volt, 3 phase, 60 hertz, 1750 RPM with a voltage tolerance of plus or minus ten percent. The motors shall be coupled with the pumps and suitable for operation under continuous operation. Motor construction shall conform to NEMA design Class B and incorporating Class F insulation; air filled capable of a minimum of 15 starts per hour without sustaining excessive wear. The rotor shall be solid cast, dynamically balanced and free of vibration. The pump motors shall conform to the following safety features: a) Completely watertight motor casing and suitable for operation under continuous submerged condition. The junction chamber and the motor casing shall be hermetically by an elastomer compression seal. b) Completely watertight cable entry seal and suitable for operation under continuous submerged condition. c) Moisture switch to cut off current as soon as leakage penetrates into the motor windings. d) Thermal switch -overheat protection device(s) embedded in the stator coils. These thermal switches shall be connected to the pump control panel. e) Circuit breakers. f) Overload relays. g) Phase protection device(s). 600-2.4 Guide Rails: The pumps shall be guided to a firm seat with the discharge connection by no less than 2, two inch schedule 40 stainless steel guide rails. Guide rails shall attach to discharge head and to access door and have an intermediate support centered halfway along their lengths. 1 Section 600. Nort?' Loop 2S9 Lift Station Page - 6 600-2.5 Access hatch: Extruded aluminum frame assembly shall be supplied with door access hatches for each pump and be of adequate size to remove the pump system. The clear opening shall be approximately 50 inches by 60 inches. Doors shall be fabricated of one quarter inch aluminum plate designed to support 300 lbs, per square foot. Frame shall support guiderails. Doors shall be provided with lifting handles and safety latches to hold doors in the open position and compression spring lift assists. Recessed locking hasps shall be furnished for each door. The frame and door assembly shall include weather stripping to provide for an odor -free hatch. The hatch assembly shall be with stainless steel hardware throughout or an approved equal. The frame shall be designed to drain rainwater away from the hatch. 600-2.6 Pump Control Panel: Furnish and install a custom designed pumping control panel with the features listed below. The pump control panel shall be housed in a NEMA 4X weatherproof enclosure constructed of 14 gauge 304 stainless steel and designed for outdoor rack mounting. The interior of the control panel shall be of a dead front design such that no energized parts are exposed when the main outer door or doors are open. Doors shall be provided with hold open devices and provisions for padlocking. All components installed in the control panel shall be rated and suitable for the extreme ambient temperature and solar load conditions that may be caused by the outdoor installation. The incoming main device shall be a 3 pole double throw switch, UL listed for service entrance use. This double throw device shall be used for switching the panel from the utility power source to a portable emergency generator source that will be supplied through a receptacle mounted on the outside of the cabinet. The switch positions shall be marked with engraved plastic laminate nameplates to show the UTILITY position. OFF position, and GENERATOR position. The switch handle shall be capable of being pad locked in any position. The load side of the switch shall be protected with surge arrestors equal to Delta Lightning Arrestors, series 600. 1. The pump control panel shall contain behind suitable dead -front panels the following equipment of devices: 2. Suitable overload, phase loss and phase unbalance protection for each motor. This phase protection shall be a solid state device equal to Square-D Motorlogic. 3. Suitable disconnecting means for each motor. 4. Suitable short circuit protection for each pump. Individual pump short circuit protection shall be provided by magnetic circuit breakers equal to Square-D Mag Guard model circuit breakers. 5. Din Rail mounted terminal strips for control wiring. All alarms shall be wired to terminal strips for use and connection by the Owner. Power connections to pump motors, service entrance and generators shall not be terminated on terminal strips. Power wiring to pump motors, service entrances and generators shall be made directly to the starters or disconnect switches. A three phase magnetic starter for controlling each pump motor. 6. A suitable electric alternator for the two pumps. Section 60r. No^th +c= 2.-5 Lift S:atson Page 7. All other necessary relays, fuses, circuit breakers or devices necessary to provide an operating system. The following controls, devices and instruments shall be mounted on the dead -front panels, such that these controls and devices are accessible without exposing operating personnel to any exposed current carrying electrical parts. These dead -front panels shall be hinged swing -out doors that can be opened to access the wiring and current carrying devices shown above and below. 1. Disconnecting device for each motor. 2. Circuit breakers for control power and convenience outlet power. 3. An H-O-A switch, reset buttons for each motor starter, pilot light, run time meter and a resettable counter to track the number of starts for each pump. 4. Selector switch for the alternator to select lead and lag pumps. 5. Level controller control panel. 600-2.7 Level Controller: Sump level shall be measured by an electronic pressure switch type level controller as manufactured by Time -Mark model 4062, or approved equal. The contractor shall furnish spare electronic module. The level controller shall be provided with solid state, stainless steel, non -clogging submersible transducer. The transducer shall be Keller PSI or approved equal. The transducer shall have a range of 0 -15 psi. The transducer shall be housed in a 6 inch PVC stilling tube connected to the side of the wetwell. The stilling tube shall be slotted with 1/4 inch wide slots 8 inches long staggered around the pipe from high water elevation to the floor of the wetwell. The level controller shall be preset at the factory for the following measurements. These operating levels shall also be field adjustable. 12 inches above bottom of sump (shut off pumps). 48 inches above bottom of sump (start lead pump). r 60 inches above bottom of sump (start lag pump). 72 inches above bottom of sump (activate high level alarm). The following accessories shall be included with level controller. 1. User functions shall be mounted on a rugged stainless steel panel. 2. The panel shall feature a window type LCD indicator to permit a visual determination of the wetwell level. 3. Pump motor selection switch (manual and automatic). 4. Pump "Run" indicator pilot light. 5. Hour meters to indicate total "Run" hours for each pump. 6. Output for remote high water alarm. ISe«zon 6u0 North Loop 289 Lift Station Fzge - 8 600-2.8 Ventilation Pipes Ventilation pipe shall be 4" galvanized sched 40 pipe. Vent shall be screened with stainless steel screen mesh out side the %vetwell. PVC pipe shall be used inside the wetwell. 600-2.9 Guide Cables and Chains: The lifting apparatus for the pumping units shall consist of 316 stainless steel chain. The chain shall connect to the lifting lug on the pump and the upper end shall be hung securely on the cable hanger. No guide cables shall be used in this construction. The lifting chain shall have the capacity to lift a load 50 % greater than the pump and motor unit weight. 600-2.10 Gate Valves (Resilient Seat): Gate valves shall be 4 inch diameter valves. The valves shall be cast or ductile iron with resilient seats. In line valves, 12" and smaller, shall be flanged or mechanical joint. The valves shall have non -rising stems, shall open by turning to the left counter -clockwise), and shall be furnished with a 2" operating nut. Valves shall comply with the latest revision of AWWA C-509 standards. Valves shall be Mueller, M&H, Darling, or Clow. All parts for valves furnished must be standard and completely interchangeable with valves of the same brands. The successful bidder may be required to furnish the owner with a letter stating what type of valve he proposes to use and a letter from the manufacturer stating the parts are standard and interchangeable as herein specified. 600-2.11 Check Valves: The check valves shall be 4 inch floating ball type check valves. The valve shall be 125 pound ANSI-16.1 with body of cast iron and the valve shall be of plain faced flanged design with a smooth finish. The ball shall be hollow metal with exterior coating of Nitrile Rubber. The interior coating of the valve shall be coated with 30 mil thickness epoxy lining and the exterior shall be coated with asphaltic paint. The check valve shall consist of three components; body, cover, and ball. The valves shall be HDL Ball Check Valve as manufactured by Flygt or approved equal. 600-2.12 Plug Valves: Plug valves shall be of the non -lubricated eccentric type. The valve body shall be flanged A5TM A-126 Class B cast iron with a welded in seat made of Nickel. The plug shall be covered with a Nitrile elastomer. The seals shall be repackable without removing the bonnet from the valve body. The journal bearing shall be made of 316 stainless steel. The plug valve shall be equipped with a standard 2 inch operating nut and a valve position indicator. The valve shall be Milliken, Dezurik or approved equal. Section 600_ `loth _.cc 259 Lift S'at'an Page - 9 600-2.13 Discharge Piping The discharge piping from the pump discharge head through the valve box shall be 4 inch ductile iron. Ductile iron pipe to be furnished shall conform to the following standard specifications or latest revision: ANSI/AWWA CI50/A21.50 LATEST REVISION ANSI/AWWA C104.121.4 LATEST REVISION AI SI/AWWA C151.121.5 LATEST REVISION All ductile iron pipe shall have a 30-mil thickness epoxy lining on the interior. The external surface shall be coated with a bituminous base paint. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. All joints of ductile iron and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111-72 (ANSI A21.11) or its latest revision. Flanged fittings were required, shall be 125 pounds American Standard. Fittings shall be mechanical joint with rubber gasket AWWA Class D bell with transition gasket for the type pipe used. Flanged fittings, where required, shall be 125 pound American Standard. All fittings shall have a 30 mil thickness epoxy lining on the interior and exterior coated with asphaltic paint. Fittings shall conform to AWWA C104, AWWA C110 and AWWA CI I I latest revision. 600-2.14 Power Cable Power cable shall be adequate length to run continuously from the control panel to the bottom of the wetwell with no splices. The cable shall be water proof, totally flexible and properly sized to prevent voltage drop along its length during peak operation. The cable entry casting shall incorporate a cable hanger and strain relief system for the cable and be sealed with an explosion proof sealant. Dropping the cable from the 1 1112 inch conduits with 90 degree elbows turned down Nvill not be acceptable. The cable should meet class and sizing standards set forth by NEC, CSA and shall be Ozoflex or Powerflex type. 600-2.15 Transfer Switch and Emergency Generator Receptacle: The pump control panel shall include a transfer switch to switch between the primary power supply to a generator hook-up. The control panel shall be wired to operate with primary power or emergency generator power completely independent of each other. The generator receptacle, to be compatible with the generator now operated by the City of Lubbock, shall be Killark WRJS - 1004, Body grounded Receptacle, 100 AMP, 600VAC, 3 wire, 4 pole with C type box model #WRACS - 41004. 600-2.16 Redundant High Level Alarm: Enpo Cornell model 474-E mercury float device or approved equal installed at the elevation as shown on the plans. Provide a minimum 16 - 2 cable, with no splices, in a minimum 1 inch conduit from the float device to a spare terminal block in the motor control cabinet for final connection by the Owner. A ISection 600. Nc-:n Loop 299 Lift S:ation Page - 10 600-2.17 Control Mounting Rack This rack should be supported by at least nvo 6 inch schedule 40 galvanized posts with Unistrut type crossbracing. These posts should be set in holes 18 inches in diameter and 40 inches deep and the holes backf lied «-ith 3000 lb concrete. Rack should be plumb and level and positioned as per plans. The rack shall be of adequate size to accommodate the motor control panel, the transfer switch, the liquid level controls and a 120 volt, 20 amp GFCI. 600-2.18 Rigid Conduits: The conduits from the control rack to the wetweli shall be rigid, threaded thick-walled, galvanized inside and out. The conduit shall be UL listed and labeled according to UL6; conforming to ANSI standard C80.1; Pittsburgh, Republic Steel, Robory or Allied. Each pump unit shall use a minimum 1 1/2 inch conduit, the transducer and redundant high level alarm shall use minimum 1 inch conduits each and there should be one spare 1 inch conduit installed. 600-2.19 Testing: (Wet Well). Testing shall be as directed by the Engineer and shall follow TNRCC standard testing procedures for manholes. This test procedure can be found in section 602-3.14.6. Section 6CC, North Lc_, 289 Lift Stati:, Page - 11 CITY OF LUBBOCK, TEXAS WATER UTILITIES DEPARTMENT SECTION 602 STANDARD SPECIFICATIONS FOR SANITARY SEWER GRAVITY AND FORCE MAIN CONSTRUCTION INDEX Paragraph Title Page 602-1.0 General................................................................. 3 602-1.1 Approved Plans....................................................3 602-1.2 Inspection.............................................................3 602-1.3 Guarantee and Acceptance...................................3 602-1.4 Specifications ....................................................... 3 602-2.0 Materials...............................................................3 602-2.1 Polyvinyl Chloride Pipe (Gravity Flow) ............. 3,4 602-2.2 Polyvinyl Chloride Pipe (Force Main)................4 602-2.3 Polyvinyl Chloride Spiral Wound........................4 602-2.4 Polyethylene.........................................................4 602-2.5 Ductile Iron Pipe .................................................. 4 602-2.6 Precast Reinforced Concrete Manholes.................5 602-2.7 Fiberglass Manholes.............................................5,6 602-2.8 Manholes Frames and Covers ..............................7 602-2.9 Concrete and Mortar .............................................. 7 602-2.10 Reinforcing Steel ........................ 602-2.11 Forms................................................................... 7,8 602-2.12 Curing Compound................................................8 602-2.13 Embedment..........................................................8 Section 602, Gravity and Force Mains. Page - I n 1 1 1 1 1 1 1 1 1 602-3.0 Gravity Flow Sanitary Sewer Pipe Installation ........................................................... 8,9 602-3.1 Surface Preparation..............................................9110 602-3.2 Barricades and Safety Measures .......................... 10 602-3.3 Protection of Existing Underground Utilities................................................................ 10 602-3.4 Trench Excavation ............................................... 10,11,12 602-3.5 Dewatering..........................................................12 602-3.6 Laying, Aligning and Joining Pipe ...................... 12,13 602-3.7 Backfilling Around Pipe ...................................... 13,14 602-3.8 Surface Restoration..............................................14 602-3.9 Clean Up.............................................................. 14 602-3.10 Manhole Construction ................ :......................... 14,15,16 602-3.11 Connection to City Sewerage System..................16 602-3.12 Tees for Service Connection................................16 602-3.13 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewers.........................16,17,18,19 602-3.14 Inspection, Testing, Approval and Acceptance of ManhoIes..........................................................20,21 602-3.15 Testing Force Mains ............................ 602-3.16 Restoration and Clean Up .................................... 22 Section 602, Gravity and Force Mains. Page - 2 602-1.0 General: All sanitary sewer main construction within the City of Lubbock t sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 602-1.1 Approved Plans: Sanitary sewer main construction shall be done in accordance Tvith engineered construction plans for the work-, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Water Utilities Department prior to construction. Plans shall conform with the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall shoti%- all information called for on the "City of Lubbock Check List for Sanitary Sewer Main Construction Plans." 602-1.2 Inspection: All work shall be inspected by a representative of the Water Utrlrttes Department, hereinafter called "Cite Inspector," who shall have the authority to halt construction when, in his opinion, construction is being performed contrary to these specifications or other approved plans, specifications and materials. Whenever.any portion of these specifications is violated, the Director of Water Utilities, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. l' 602-1.3 Guarantees and Acceptance: 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 fumish 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). The determination of the necessity during the warranty period for the Contractor to repair _ or replace the work in whole or in part shall rest with the Director of Water Utilities. 602-1.4 Specifications: All standard specifications and quality standards; i.e., ASA, TWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 602-2.0 Materials: Materials approved for sewer line construction are as described in the following paragraphs. 602-2.1 Polyvinyl Chloride Pipe (Gravity Flow) PVC pipe shall conform to the requirements of the latest revisions of A.S.T.M F-679 and D-3034 for SDR 35 sewer pipe. The pipe shall be jointed with an integral bell, bell and spigot type rubber gasketed joint. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length of joints shall be 20 feet f one inch. PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed five percent (5%) deflection. PVC pipe exceeding 5% deflection shall be replaced by the contractor at his expense. The minimum pipe stiffness factor shall be 46 p.s.i. 1 ISection 602. Gravity and Force Mains. Page - 3 602-2.2 Polyvinyl Chloride Pipe (Force Main) PVC (Pressure Rated Pipe) shall conform to the requirements of ASTM D2241 for SDR 26, 1PS, 160 p.s.i. pipe. The pipe shall be joined with an integral bell, bell and spigot type rubber gasketed joint. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. Gaskets shall conform to ASTM F477. The length of joints shall be 20 feet ± one inch. 602-2.3 Polyvinyl Chloride Pipe Spiral Wound PVC (spiral wound) pipe and fittings shall conform to the requirements of the latest revision of A.S.T.M. F 794 for large diameter ribbed gravity sewer pipe. PVC Spiral Wound Pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed five percent (5%) deflection. PVC Spiral Wound Pipe exceeding 5% deflection shall be replaced by the Contractor at his expense. The minimum pipe stiffness factor shall be 46 p.s.i. 602-2.4 Polvethylene Pipe The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F 894 - latest revision. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C-443. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed five percent (5%) deflection. Polyethylene pipe exceeding 5% deflection shall be replaced by the contractor at his expense. 602-2.5 Ductile Iron Pipe The pipe shall conform to ANSI/ASTM specifications A746-77 or latest revision for Ductile Iron Sewer Pipe and shall have a 30 mil thickness epoxy lining on the interior and exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. All joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. Fittings shall be A.W.W.A. Standard Class "D" bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. Flanged fittings where required, shall be 125 pound American Standard. All fittings shall be lined with 30 mil thickness epoxy lining on the interior and exterior shall be coated with an asphalt paint. Section 602, Gravity and Force Mains. Page - 4 602-2.6 Precast Reinforced Concrete Manholes Manhole barrel, cone, and extension sections shall be constructed of precast concrete. A plant inspection may be required for production facility inspection and to review record - keeping for material certification. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications. Aggregates ASTM C- 33 Cement ASTM C-150 Sampling Specimens ASTM C- 39 Reinforcing ASTM C-185 Sand and Mortar ASTM C-144 Precast concrete sections for manholes shall conform to ASTM C-478 specifications. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Aggregate shall be crushed limestone and shall conform to ASTM C-33 specifications. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. All joints shall be effectively jointed to prevent leakage and infiltration. All connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. This sealant will be provided by supplier and will be considered an essential part of each shipment. All cones and adjusting rings shall maintain a clear 24" opening. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C-478 specifications. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. All manholes shall be designed to withstand H-20 AASHTO loading. They shall also have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside wall of manhole. 602-2.7 Fiberglass Manholes Fiberglass reinforced polyester manhole shall be manufactured from commercial grade polyester resin or other suitable polyester or vinyl ester resins, with fiberglass reinforcements. Manhole shall be a one piece unit manufactured to meet or exceed all specifications of A.S.T.M. D-3753 latest addition. The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. The reinforcing materials shall be commercial Grade "E" type glass in the form of continuous roving, and chop roving, having a coupling agent that will provide a suitable r bond between the glass reinforcement and the resin. 1 The inner surface exposed to the chemical environment shall be a resin -rich layer of 0.010 to 0.020 inches thick followed with a minimum of two passes of chopped roving of minimum length 0.5 inches (13mm) to maximum length of ?.0 inches (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 ozlft . Section 602, Gravity and Force Mains. Page - 5 The product must incorporate some form of a UV inhibitor either into the resin or on the exterior surface to prevent decay of the fiberglass material prior to installation. Fillers, when used, shall be inert to the environment and manhole construction. Sand, calcium carbonate (in inert form), or crushed limestone shall be accepted as approved fillers. Additives, such as thixotropic agents. catalysts, promoters, etc., may be added as required by the specific manufacturing process to meet the requirements of this standard. The manhole cylinder shall have the minimum pipe- stiffness values shown in table below when tested in accordance with A.S.T.M. 3753 8.5 (note 1). Manhole Length (feet) PSI 3 - 6.5 0.75 7 - 12.5 1.26 13 - 20.5 2.01 21 - 25.5 3.02 26 - 35 5.24 The fiberglass barrel shall meet the following physical properties. Hoop Direction Axial Direction Tensile Strength, Psi 18,000 5,000 Tensile Modules, Psi 0.6 x 10^6 0.7 x 10^6 Flexural Strength, psi 26,000 4,500 Flexural Modules, psi 1.4 x 10^6 0.7 x 10^6 Compressive, psi 18,000 10,000 Certification: As a basis of acceptance the manufacturer shall provide a independent certification which consists of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance with provisions of this specification and meets all requirements. Each manhole shall be marked on the inside and outside with the following information: a. Manufacturer's name or trademark b. Manufacturer's factory location c. Manufacturer's serial number d. Total length Section 602, Gravity and Force Mains. Page - 6 602-2.8 Manhole Frames and Cover Manhole frames and covers shall be of good quality gray iron casting and conforni to A.S.T.M. Designation A48 (latest revision), having a clear opening of not less than 22 inches. The casting shall be designed with a full bearing ring* so as to provide a continuous seat between frame and cover. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. Frame and cover shall have a weight of not less than 275 pounds. The manhole ring and cover shall be Western Iron Works #40 or approved equal. The cover shall include lettering, City of Lubbock, Texas sanitary sewer. 602-2.9 Concrete and Mortar Cement - Portland cement shall conform to A.S.T.M. C-150 specifications. Aggregate - Fine and coarse aggregate to be used in concrete shall conform to A.S.T.M. C-33 specifications. Mortar and Sand - Sand to be used in cement mortar shall conform to ASTM C-144 specifications. All concrete (Class A) for manhole bottoms, piers and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement. All concrete (Class B) for pipe cradling, blocking of fittings, and other non -reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. Class A concrete shall have a minimum 28 day compressive strength of 3,000 p.s.i. and Class B shall have 2,500 p.s.i. 602-2.10 Reinforcing Steel All reinforcing steel shall conform to current A.S.T.M. specifications A-15, A-16, or A- 305. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. Reinforcing bars shall be in the deformed bar type. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. 602-2.11 Forms Forms for all concrete work shall be of wood or approved metal forms. Wood sheeting forming surfaces exposed to sight or weather shall be plywood or plywood lined of a quality to produce smooth surface, free from excessive form marks and shall meet the approval of the Engineer before use, The same type of form shall be used for all exposed portions of the work. Forms shall be constructed true to lines, grades and sections shown on the plans and shall be mortar -tight and sufficiently rigid to prevent displacement of sagging between supports. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. ISection 602, Gravity and Force Mains_ Page - 7 Form tics approved by the Engineer shall be adjustable in length and of such type as to leave no metal closer than 1 inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a Dole larger than 7/8 inch in diameter or depth back of the exposed surface of the concrete. Wire ties wilt not be permitted. 602-2.12 Curing Compound Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Highway Department Item 531.2. 602-2.13 Embedment The embedment shall be crushed stone with irregular surfaces and comply with the following gradation requirements. % By Weight Retained on 1" Sieve 0 Retained on 7/8" Sieve 0 - 2 Retained on 3/4" Sieve 15 - 35 Retained on 5/8" Sieve 55 - 100 Retained on 3/8" Sieve 95 - 100 Retained on No. 10 Sieve 99 - 100 602-3.0 Gravity Flow Sanitary Sewer Pipe Installation 3.01 SCOPE The work covered by this Specification consists of constructing gravity flow sanitary sewers, including appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring, dewatering; lay, align and join pipe installation of appurtenances; bedding and backfzlling; surface restoration and other related work. 3.02 QUALITY STANDARDS The latest published revision of the quality standards in effect shall apply. AASHTO T 99: Moisture -Density Relations of Soils, using a 5.5 lb. Rammer and a 12 inch Drop ASTM A 746: Ductile Iron Gravity Sewer Pipe (ANSI) ASTM C 12: Installing Vitrified Clay Pipe Lines AWWA C 600: Installation of Gray and Ductile Cast Iron (ANSI) Watermains and Appurtenances AWWA M 23: Polyvinyl Chloride (PVC) Pipe Design and Installation 1 1 1 1 1 Section 602, Gravity and Force Mains. Page - 8 r 1 I 1 1 1 1 I UNI B 5: ACPA NCSPA Installation Manual LCP-4781 : 3.03 MATERIALS Recommended Practice for Installation of Polyvinyl Chloride (PVC) Sewer Pipe Concrete Pipe Installation Manual (Published by American Concrete Pipe Association) Installation Manual for Corrugated Steel Drainage Structures (Published by National Corrugated Steel Pipe Association) Semi -Rigid Truss Pipe Handbook (Published by Armco, Construction Products Division) The Contractor shall install sanitary sewer pipe of the type, diameter, wall - thickness an protective coating that is defined in the Special Provisions or designated by the City of Lubbock Water Utilities Department. 602-3.1 Surface Preparation One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 3.1.1 WITHIN EASEMENTS, CULTIVATED OR AGRICULTURAL AREAS All vegetation, such as brush, sod, heavy growth or grass or weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and trench side storage shall be stripped and disposed of Topsoil shall be removed from the area to be excavated and stockpiled, or, the Contractor may elect to import topsoil to replace that lost during excavation. Topsoil shall be removed to a depth of 8 inches or the full depth of the topsoil, whichever is less. 3.1.2 WITHIN UNPAVED ROADWAY AREA The Contractor shall strip that cover material from graveled roadways or other developed, but unpaved traffic surfaces to the full depth of the existing surfacing. The surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. 3.1.3 WITHIN PAVED AREA The removal of pavement, sidewalks, driveways or curb and gutter shall be performed in a neat and workmanlike manner. The width of the cut shall exceed the width of the trench at the subgrade by at least 12 inches on each side of the trench. 1 ISection 602, Gravity and Force Mains. Page - 9 Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. The concrete shall be cut vertically in straight lines and avoiding acute angles. Any overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. Excavated paving materials shall be removed from the jobsite and shall not be used as fill or backfill. Crossings under sidewalks, curbs and gutters or other utility lines may be made by tunneling only if approved by the City Inspector. 602-3.2 Barricades and Safety Measures The Contractor shall, at his own expense, furnish and erect such barricades, fences, lights, and danger signals, and shall take such other precautionary measures for the protection of persons, property and the works as may be necessary. All safety measures shall meet the requirements of The Manual on Uniform Traffic Control Devices. The Contractor shall 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 days of issuance to Contractor of City's certificate of acceptance of the project. Rules and regulations of local, state and Federal authorities regarding safety provisions shall be observed. OSHA's regulations for excavations, trenching, and shoring shall be included in the Special Specifications. 602-3.3 Protection of Existing Underground Utilities: The Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. If required, the Contractor shall excavate and locate existing underground utilities ahead of trench excavation in order that necessity for grade changes may be ascertained in advance. The Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on his part. Hand excavation shall be used where necessary. The Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. 602-3.4 Trench Excavation: The Contractor shall excavate as necessary to attain the lines and grades at the locations shown on the Plans or as staked in the field. All trench excavations shall be open cut, unless otherwise shown on the Plans or approved by the City's Inspector. There will be no classification of materials excavated. The Contractor shall protect adjoining private and public property and facilities, including underground and overhead utilities, curbs, sidewalks, driveways, structures and Section 602, Gravity and Farce Mains, ?age - 10 1 1 1 1 1 fences. Disturbed or damaged facilities or property shall be suitably restored or replaced at the Contractor's expense. Excavated materials unsuitable for backfill or not required for backfill shall be disposed of by the Contractor. The Contractor shall prevent surface water from flowing into excavations. Water shall not be permitted to rise in trenches that have not been backfilled. Any pipe having its alignment or grade changed as a result of a flooded trench shall be relaid at the Contractor's expense. Repose of excavation and use of shoring, sheathing, or trenching boxes shall conform to current OSHA. regulations and all state and local safety requirements. 3.4.1 TRENCH DIMENSIONS 3.4.1.1 Width The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans. NOMINAL SIZE MAXIMUM TRENCH WIDTH MINIMUM TRENCH WIDTH OF PIPE AT TOP OF PIPE AT PIPE SPRTvGLINE Less than 18" 181" thru 361' Pipe O.D. + 18" Pipe O.D. + 24" Pipe O.D. + 12" Pipe O.D. + 18" 37" thru 60" Pipe O.D. + 30" Pipe O.D. + 24" The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. Excavation in paved areas shall be confined to a minimum practical width. The Contractor may be required to take remedial actions defined by the Water Utilities Engineer if the maximum trench width exceeds that shown in the table. The specified remedy shall be at the expense of the Contractor. 3.4.1.2 Depth Trench depth shall be shown on the Plans as depth of bury or invert grade. Pipe trenches shall be excavated to provide a trench bottom that is firm for its full length and width. Care shall be taken to prevent excavation below the required depth. Spongy material, organic matter, or fill material containing concrete, asphalt or debris that is encountered during trenching shall be excavated to the depth designated by the Engineer. Areas over -excavated for the Contractor's convenience shall be backfilled with suitable material and compacted to a density approximately equal to ISection 602, Gravity and Force Mains. Page - 11 the density of the adjacent soil, or backfilled with approved bedding material at the Contractor's expense. 3.4.2 TRENCH GRADING AND FINE GRADING In order to obtain a true, even grade, the trench shall be fine -graded. The material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed three (3) inches. Where the trench is excavated in excess of three (3) inches below grade, the material shall be compacted to 95% Proctor Density or shall be replaced with bedding material. If rock or other unyielding material shall be removed to a depth of three (3) inches below grade and replaced with the bedding material to grade. The grade shall be such that the pipe will rest firmly on the bottom of the trench throughout the entire length of the pipe cylinder. 3.4.3. EXCAVATION FOR STRUCTURES AND APPURTENANCES Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. The depth of excavation, provisions for dewatering, shoring and other applicable portions of these Specifications shall apply to excavation for structures and appurtenances. All excavated material shall be stockpiled so as not to endanger the work or workmen, and in a manner that will avoid obstructing sidewalks and driveways. 602-3.5 Dewatering: All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. Water shall be disposed of in a manner that does not inconvenience the public or result in a menace to public health. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 602-3.6 Laying, Aligning and Joining Pipe: Sanitary sewer pipe shall be installed in accordance with the manufacture's recommendations for installing the type of pipe used, unless otherwise shown on the Plans or as directed by the Water Utilities Department. Proper equipment, implements, tools and facilities shall be provided and used by the Contractor for safe and convenient installation of the type of pipe being installed. 3.6.1 RESPONSIBILITY FOR MATERIAL The Contractor shall be responsible for all materials intended for the Work that are delivered to the construction site and accepted by him. Payment shall not be made for materials found to be defective or damaged in handling after delivery and acceptance. Defective or damaged materials shall be removed and replaced with acceptable materials at the Contractor's expense. Section 602, Gravity and Force Mains. Page - 12 The Contractor shall be responsible for the safe and proper storage of such i.naterials, until incorporated into the Work. 3.6.2 HANDLING Pipe and accessories furnished by the Contracting Agency Shall be unloaded and distributed at the site by the Contractor. Each pipe shall be unloaded adjacent to or near the intended laying location. Pipe, fittings, specials, valves and appurtenances shall be unloaded and stored in a manner that precludes shock or damage. Such materials shall not be dropped. Pipe shall be handled so as to prevent damage to the pipe ends or to any coating or lining. Pipe shall not be skidded or rolled against adjacent pipe. Damaged coatings or linings shall be repaired by the Contractor, at his expense in accordance with the recommendations of the manufacturer, and in a manner satisfactory to the City's Inspector. 3.6.3 LAYING PIPE The pipe and pipe coatings shall be inspected for damage or defects before being placed in the trench. Damaged or defective pipe shall not be installed. Damage to the coatings, linings, or pipe shall be repaired in accordance with pipe manufacturer's recommendations. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction of flow. All pipe shall be laid true to the lines and grades as established by the Engineer, batter boards or laser beam shall be used and each length of pipe set to grade. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, then open ends of the pipe shall be properly plugged. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. If the pipe is disturbed from line and grade after being laid, the pipe shall be removed from trench, the joints cleaned and the pipe relaid. The Water Utilities Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 602-3.7 Backlilling Around Pipe: The backftll around the pipe and to a point 12" above the top of the pipe shall be carefully placed and the material shall meet the specifications set out to paragraph 602-2.13. In unpaved areas the remainder of the backfill that is above gravel embedment shall be backfilled with select excavated material in 6 inch layers, mechanically tamped and compacted to 95% standard proctor density. The optimum moisture content shall be Section 602. Gravity and Force Mains. Page - 13 1 attained by prewetting and thoroughly mixing before backfilling and compaction. All surplus material shall be loaded and wasted at the Contractor's expense, at locations approved by the Engineer. In paved areas the remainder of the backfill that is above the gravel embedment shall consist of a two sack cement and pea gravel concrete mix of (flowable fill) that extends to 2 inches below the existing surface. 602-3.8 Surface Restoration: -" All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be resurfaced in kind or as shown on the Plans. 602-3.9 Clean Up: All rubbish, unused materials and other non-native materials shall be removed from the jobsite. All excess excavation shall be disposed of as specified by the City's Inspector, and the right-of-way shall be left in a state of order and cleanliness.. 602-3.10 Manhole Construction: 3.10.1 SCOPE The work covered by this Subsection consists of constructing precast; pre - assembled or field assembled manholes for sanitary sewers. Construction consists of excavation; shoring; dewatering; subgrade preparation; construction of base; placement and assembly of risers, cone, or tops; installation of ring, cover and adjusting rings; backfilling; surface restoration and other related work. 3.10.2 QUALITY STANDARDS The latest published revision of: ASTM C 891: Installation of Underground Precast Concrete Utility Structures shall apply. 3.10.3 MATERIALS The Contractor shall install manholes of the dimensions shown on the Plans. 3.10.4 MANHOLE BASE ` Field poured concrete bases shall be at least 12 inches thick and not less than 1 (one) foot greater diameter than the outside diameter of the manhole riser section. Concrete shall be minimum 3000 psi. Concrete placement shall conform to ACI and good construction practices. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. Section 602. Gravity and Force Mains. Page - 14 n 1 1 1 1 1 1 3.10.5 MANHOLES BARRELS Manhole barrels shall be assembled of precast riser sections. Riser sections shell be placed vertically with tongues and grooves properly keyed. Fiberglass barrels over 20 feet long shall be installed as per manufactures suggestions. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. Changes in direction of flow shall be made with a smooth cun-e of as large radius as the size of the manhole will permit. Changes in size and grade of the channels shall be made gradually and evenly. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. Free drop inside the manhole shall not exceed 30" measured from the invert of the inlet pipe to the invert of the outlet pipe. Where the drop exceeds 30", drop manholes shall be constructed as detailed on the Plans or as shown in the Standard Details. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. Preformed rubber waterstop gaskets cast into the riser or base section methods. Preformed flexible plastic sealing compounds similar or equal to "Ramnek" or "Kent Seal" are also acceptable, provided acceptable watertightness is achieved. 3.10.9 TOP OR CONE SECTIONS Flat top sections may be used on shallow lines where standard cone sections will not conform to specified elevations. Cone shaped top section shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. Adjusting rings or brick may be used for adjusting the top elevation, except that the total height of the adjusting rings shall not exceed 12 inches at any manhole. Each manhole shall have a minimum of 6 inches of grade adjustment. Rings shall be set to the elevations shown on the Plans or established by the City's Inspector. Concrete shall be placed around and under the ring to provide a seal and properly seat the ring at the required elevation. Concrete shall be rounded -off in accordance with the Standard Details. 3.10.10 WATERTIGHTNESS The finished manhole is expected to be as watertight as the pipe system it is incorporated into. infiltration or exfiltration shall not exceed the limits established in Subsection 602-3.14. All connections between riser sections, bases and tops shall be sealed with preformed flexible plastic joint sealing compound. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. Grade of materials, quantity of materials and application Section 602, Gravity and Force Mains. Page - 15 temperatures recommended by the manufacturer shall govern, Sealing compound similar or equal to "Ramnek" or "rent Seal" shall be used. 3.10.11 BACKFILLING Backfilling around manholes shall conform to the requirements as specified for backfilling. Bedding material shall be placed up to a point equal to that required for the adjacent pipe. 3.10.12 SURFACE RESTORATION Surface restoration shall conform to the requirements of Subsection 602-3.8. 3.10.13 QUALITY CONTROL Inspection, testing, approval and acceptance shall conform to the requirements of Subsection 602-3.13. Materials not inspected by the City's Inspector or damaged by an action of the Contractor may be subsequently rejected and replaced at the Contractor's expense. 3.10.14 CLEAN UP All rubbish, unused materials and other non-native materials shall be removed from the jobsite. All excess excavation shall be disposed of as specified, and the right-of-way shall be left in a state of order and cleanliness. 602-3.11 Connection to City Sewerage System: Flow of any kind into the existing sewerage system shall not be allowed until the sewer has been satisfactorily completed and accepted for use by the Water Utilities Department. 602-3.12 Tees for Service Connections: The Contractor shall place wyes and tees for service connections where required by the approved construction plans. Watertight plugs shall be installed in each branch pipe or stub. Tee locations shall be marked with a piece of two inch by four inch lumber extended from the end of the pipe to above ground level. Service lines shall be installed to property line. 602-3.13 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary ewers: 3.13.1 SCOPE The work covered by this Specification consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers, including appurtenances normally installed as part of the system. The work may include leakage testing, deflection testing of flexible pipe system and television inspection of the interior of the finished sewer system. Section 602, Gravity and Force Mains. Page - 16 1 3.13.2 QUALITY STANDARDS The latest published revision of the Quality Standards in effect at the time of bid sliall apply. ASTM C 969: Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C 828: Low Pressure Air Test of Sewer Lines. UNI B 6: Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe. (Published by Uni-Bell Plastic Pipe Association) 3.13.3 MATERIALS Water used for exftltration tests shall be potable or as otherwise approved by the City's Inspector. Equipment necessary for any of the tests shall be of the type, quality and capacity to perform the operations required and to execute the tests specified, and shall be furnished by the Contractor along with all labor and materials including water. 3.13.4 INSPECTION The City's Inspector shall inspect and approve all work accomplished. Deflection testing shall be performed at the discretion of the City's Inspector. CLEANING 3.13.5 Prior to testing any section of sewer, the Contractor shall remove all foreign matter from the interior of the system. Flushing a cleaning ball, pressure jetting or other appropriate cleaning method approved by the City's Inspector may be used. Watertight plugs or other methods approved by the City's Inspector shall then be used to prevent dirt or debris from entering the system. 3.13.6 TESTING Testing shall be conducted by the Contractor and at this own expense. All testing shall be accomplished in the presence of the City's Inspector or his authorized representative. The City's Inspector shall be notified 24 hours in advance of the testing. Testing shall not commence on any portion of the pipeline, until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. The Contractor shall have the option of conducting a water exfltration test, a low- pressure air test, or an infiltration test if the pipeline is continuously subjected to an exterior hydrostatic head. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ISection 602, Geavity and Force Mains. Page - 17 3.13.6.1 Extiltration Test Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. If the groundwater level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the City's Inspector. The allowable leakage by exfiltration shall not exceed 200 gallons/inch diameter/mile/day. The leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. The Contractor shall repair obvious or concentrated leaks and whatever repairs are necessary to reduce exfiltration leakage to an acceptable rate. The Contractor shall repeat the 4 hour exfiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. 3.13.6.2 Low -Pressure Air Test The low-pressure air test shall be conducted in accordance to the provisions of UNI-B-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. The Contractor shall repeat the low-pressure air test after repairs until an acceptable pressure drop for the test is attained. All repairs required shall be at the Contractor's expense. 3.13.6.3 Infiltration Test Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. Ground water level shall be determined by the City's Inspector. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. The allowable infiltration shall not exceed 200 gallons/inch diameter/mile/day. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. The Contractor shall repair obvious or concentrated leaks and whatever repairs that are necessary to reduce the infiltration to an acceptable rate. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable infiltration rate is attained. All repairs required shall be at the Contractor's expense. Section 602, Gravity and Force Mains. Page - 18 Whenever the rate of infiltration is found to exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required, by the Water Utilities Department, to provide at his own expense, electronic or photographic visual inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the Water Utilities Department and shall continue to test the conduit until it is proven satisfactory. 3.13.7 GENERAL Final acceptance of the sewer line shall be based on an inspection covering all items in this specification. The inspection shall be done in an appropriate manner by representatives of the Water Utilities Department. The Contractor shall remedy, at his own expense, any poor alignment or any other defects in workmanship or materials revealed by final inspection. Final acceptance will be based on reinspection of the sewer after the appropriate repairs and corrections are completed. 3.13.8 T.V. INSPECTION Where determined necessary by the City's Inspector, the sewer shall be inspected by T.V. camera prior to final acceptance of the pipeline. The costs incurred in making the initial inspection by T.V. camera shall be borne by the Contracting Agency. T.V. equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. The T.V. operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. The T.V. operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. The Contractor shall bear all costs incurred in correcting deficiencies found during the T.V. inspection, including cost of additional T.V. inspection required to verify correction of noted deficiencies. T.V. inspection conducted solely for the Contractor's benefit shall be at the Contractor's expense. 3.13.9 DEFLECTION TEST Where determined necessary by the City's Inspector, sewer pipe shall be subjected to a deflection test. Deflection tests shall be conducted in the presence of the City's Inspector and after the pipe has been installed and backfilled. The deflection test shall be conducted by pulling a mandrel (go -no go device) through the pipe. The mandrel shall be designed and sized for each size of pipe and shall be at least 1.5 pipe diameters in length. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. Mandrels for 8 inch pipe shall be constructed with at least 9 runners, and more runners shall be utilized for larger pipe sizes. Test mandrel shall be furnished by the Contractor. All test equipment, calibration data and procedures shall be subject to the approval of the City's Inspector. Section 602, Gravity and Force Mains. Page - 19 Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, rebedded, backfilled and retested. All such repairs, replacement, remedial work and retesting performed by the Contractor shall be at his expense. The deflection test may be conducted concurrently with the T.V. inspection of the pipe interior, subject to approval by the City's Inspector. 3.13.10 ACCEPTANCE Flow of any kind into the existing sewerage system shall not be allowed until the sewer has been satisfactorily completed and accepted for use by the Water Utilities Department. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of City Inspector. 602-3.14 Inspection, Testing, Approval and Acceptance of Manholes: 3.14.1 SCOPE The work covered by this Specification consists of the inspection, testing, approval and acceptance of manholes. The work may include Ieakage testing. 3.14.2 QUALITY STANDARDS UNI- B-6: Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe (Published by Uni-Bell Plastic Pipe Association) ASTM C 969: Infiltration and Exfiltration Acceptance Testing of Installed Concrete Pipe Manholes. ASTM 3753 -8.6 Testing and quality standards for fiberglass manholes. 3.14.3 MATERIALS Water used for exfiltration tests shall be potable or as otherwise approved by the City's Inspector. Equipment necessary for any of the tests shall be of the type, quality and capacity to perform the operations required to execute the tests specified, and shall be furnished by the Contractor along with all labor and materials including water. 3.14.4 INSPECTION The City's Inspector shall inspect and approve all work accomplished. 3.14.5 CLEANING Section 602, Gravity and Force Mains. Page - 20 Prior to testing any manhole, the Contractor shall remove all foreign matter from the interior of the manhole. Chunks of concrete, mortar, or other debris {including dirt that may have intruded into the interior of the manholes) shall be removed by mechanical means. Small gravel or grit may be removed by flushing, pressure jetting or other appropriate cleaning methods approved by the City's Inspector. After cleaning, the manhole cover shall be positioned to prevent dirt or debris from entering the manhole. Other means of preventing intrusion of dirt or debris may be employed if approved by the City's Inspector. 3.14.6 TESTING All be for leakage by manholes shall tested an exfiltration test. Manholes may also be tested for infiltration when, in the opinion of the City's Inspector, high ground water levels indicate the possibility of excessive infiltration leakage at the manhole. 3.14.6.1 Exfiltration Test All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The manhole shall be filled with water, and maintained full for at least one hour. A 24 hour wetting period may be used prior to testing order to saturate a concrete manhole. The allowable leakage shall be calculated as follows. 0.025 gallons per, foot of diameter of the barrel per depth of manhole per hour. Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. All repairs required shall be at the Contractor's expense. 3.14.6.2 Infiltration Test Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the procedures set forth in Section 8 of UNI-B-6. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City's Inspector. The test shall be conducted after the manhole has been subjected to the maximum groundwater level for at least 4 hours to thoroughly saturate the manhole wall. The allowable infiltration shall not exceed 0.1 gallon/foot of diameter/foot of head during a 4 hour test. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. All repairs requires shall be at the Contractor's expense. Isection 602, Gravity and Force Mains. Page - 21 The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. All repairs requires shall be at the Contractor's expense. 3.14.7 ACCEPTANCE Portions of the work completed may be placed in operation after cleaning, testing and inspection requirements have been fulfilled. Such partial use of partial acceptance shall be subject to approval of City Inspector. 602-3.15 Testing Force Mains The pressure sewer system shall be tested for leakage with a hydrostatic test. The test pressure shall be 1.5 times the maximum force main design pressure. The test pressure for the Yellow House Canyon and the North Loop stations shall be 50 PSI, the Childrens Home station force main shall be tested at 65 PSI. The Allowable leakage during the test is defined as the quantity of water supplied to the system to maintain a pressure within 5 PSI of the specified test pressure, after the air in the system has been expelled. The duration of the test shall be 4 hours. The allowable leakage shall be calculated as follows; L = ( S * D * F" ) / 133,200 L = Allowable leakage S = Length of pipe in feet D = Inside diameter of pipe in inches P = pressure in pounds per square inch 602-3.16 Restoration and Clean UD The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation ditches, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the Water Utilities Department. Section 602, Gravity and Force Mains. Page - 22 SECTION 700 CITY OF Lubbock, TEXAS CHAIN LINK FENCES AND GATES FOR YELLOW HOUSE CANYON AND NORTH LOOP LIFT STATIONS Paragraph Title Page 700-1.0 Part 1, General 2 700-1.01 References 2 700-1.02 System Description 2 700-1.03 Submittals 3 700-2.00 Part 2, Products 3 700-2.01 Materials 3 700-2.02 Components 3,4 700-2.03 Accessories 4 700-2.04 Finishes 4 700-3.00 Part 3, Execution 5 700-3.01 Installation 5 700-3.02 Erection Tolerances 5 Section 700, Fencing for Yellow House Canyon and North Loop Lift Stations, Page - I 700-1.0 PART 1 700-1.01 GENERAL: The following sections cover the requirements for furnishing and installing a six foot industrial type chain link fence with a barbed wire security assembly on top. Included with this bid will be a cantilever type gate with a 12 foot opening. 700-1.02 REFERENCES A. ASTM A 123 - Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products. B. ASTM A 153 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. C. ASTM A392 - Zinc -Coated Steel Chain -Lint: Fence Fabric. D. ASTM A585 - Aluminum Coated Steel Barbed «'ire. E. ASTM F567 - Installation of Chain -Link Fence. F. ASTM F669 - Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence. G. ASTM F900-94 - Standard specification for industrial and commercial swing gates. H. ASTM F 1083 - Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures. I. ASTM F 1184-94 - Construction and installation of horizontal sliding gates. (Cantilever type II class 1) J. ASTM F1234 - Protective Coatings on Steel Framework for Fences. K. Chain Link Fence Manufacturers Institute (CLFMI) - Product Manual. 700-I.03 SYSTEM DESCRIPTION A. Fence Height: Standard six feet chain link fabric surmounted by three strands barbed wire spaced six inches apart on 45 degree extension arms. Approximately seven feet total height. B. Line Post Spacing: At intervals not exceeding 10 feet. C. Fence Post and Rail Strength: Conform to ASTM F669 Standard Industrial Fence quality. D. Gates: The gate shall be a cantilever type gate with a clear opening of 12 feet. The installation and materials used to construct this gate shall conform to ASTM F-1184-94 for type II class 1 cantilever gates. A latch and or catch assembly with a Section 700, Fencing for Yellow House Canyon and North Loop Lift Stations, Page - 2 provision for a padlock shall be provided for and installed as a part of this gate. Gate wire fabric and security wire shall match the main fence. All framing, hardware and posts shall be as specified. 700-1.04 SUBMITTALS FOR REVIEW: A. Product Data: All bidding contractors shall provide data on fabric, posts, gate fabrication, accessories, fittings and hardware. All data should include proof that the products meet the specifications outlined herein. 700-2.0 PART 2 PRODUCTS 700-2.01 MATERIALS A. Framing (Steel): ASTM F1083 Schedule 40 galvanized steel pipe, welded construction, minimum yield strength of 25 ksi; and a coating conforming to ASTM F 1234 Type A on pipe exterior and interior. B. Fabric Wire (Steel): Fabric shall be a 2 inch by 2 inch mesh, 9 gauge zinc coated wire, 72 inches in height and have a smooth knuckled selvage on one end and a twisted and barbed selvage on the other. The fabric shall be tied to the line posts, bracing, and top rail at not more than 15 inch intervals. The fabric shall conform to ASTM A392 zinc coated chain link fence fabric. C. Barbed Wire: Shall be aluminum coated double strand 12.5 gage twisted wire with 14 gage, 4 point round aluminum barbs spaced approximately at 5 inch centers conforming to ASTM A585. D. Concrete: Concrete used for post foundations shall be adequate to maintain the post true and plumb under the stresses imposed and shall have a 28 day compressive strength of not less than 3000 PSI. 700-2.02 COMPONENTS A. Line Posts: 2.375 inch O.D. schedule 40 steel pipe, with a hot dipped zinc coating conforming to ASTM-F 1083, or an approved equal. B. Corner and Terminal Posts: 4.00 inch O.D. schedule 40 pipe with a hot dipped zinc coating conforming to ASTM-F 1083, or an approved equal. C. Gate Posts: 6 inch schedule 40 steel pipe with a hot dipped zinc coating conforming to ASTM-F 1083, or an approved equal D. Top and Brace Rail: 1.66 inch O.D. schedule 40 pipe with a hot dipped zinc coating conforming to ASTM-F1083, or an approved equal. This pipe shall be plain end and sleeve coupled. E. Gate Frame: 1.90 inch O.D. frame with welded or steel fitted corners. All truss rods, brace bands, tension bands and bars and gate hardware shall be zinc coated in accordance with ASTM-A153. See attached plans for gate fabrication. Section 700, Fencing for Yellow House Canyon and North Loop Lift stations, Page - 3 1 1 F. Tension Wire: The tension wire shall be .177 inch diameter, zinc coated carbon steel wire_ G. Tension Bands and straps: Shall be pressed steel or malleable iron and be hot dipped galvanized conforming to ASTM-A153. H. Tie Wire: Nine gage aluminum alloy steel wire. 700-2.03 ACCESSORIES A. Caps: Cast steel or malleable iron galvanized sized to post diameter, set screw retainer. B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings shall be pressed steel or malleable iron and be hot dip galvanized to conform to ASTM-A153. C. Extension Arms: Shall be pressed steel, one piece construction and bend at an angle of 45 degrees to the vertical fence section. Each arm shall be fabricated to accommodate and lock in place 3 strands of barbed wire as indicated on the plans. D. Gate Hardware: All gate hardware, rollers, latches, catches, and locking hardware shall conform to the standards set out in ASTM- F 1184-94. Latching mechanisms shall be a heavy duty mechanical keepers with locking capabilities. The rollers for the cantilever type gate shall be heavy duty load master type rollers or an approved equal. 700-2.04 FINISHES A. Posts and Fabric: Galvanized to ASTM A123; 2.0 oz/sq. ft coating. B. Hardware: Galvanized to ASTM A153, 2.0 oz/sq. ft coating. C. Accessories: Same finish as hardware. 700-3.0 PART 3 EXECUTION 700-3.01 INSTALLATION A: Existing fencing shall be removed, all holes filled and the ground leveled before new construction can begin. Refer to plans to determine what fencing will be removed. Any salvage of this material will be at contractors option, however all material should be removed from the site as soon as possible. B. Install framework, fabric, accessories in accordance with ASTM F567 and manufacturer's instructions. C. Place fabric on outside of posts and rails. 1 Section 700, Fencing for Yellow House Canyon and North Loop Lift Stations. Page - 4 D. Set intermediate, terminal and gate, posts plumb, in concrete post lbotings with top of footing 2 inches below finish grade. E. Line Post Footing shall be a minimum of 30 inches Below Finish Grade. Corner and tenninal post footings shall be a minimum of 36 inches and gate posts footings a minimum of 48 inches below finished grade. F. Brace each gate and corner post to adjacent line post with horizontal center brace rail. Install brace rail one bay from comer and gate posts as indicated on plans. G. Provide top rail through line post tops and splice at 21 foot maximum intervals. H. Do not stretch fabric until concrete post footings have cured for four days minimum. I. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less. J. Fasten fabric to top rail, line posts and terminal posts at with tie wire at no less than 15 inch intervals. K. Attach fabric to end, corner, and gate posts with tension bars and tension bar clips or lock loops. L. Install bottom tension wire in the lower 6 inches of the chain link fabric and stretched taut between terminal and intermediate stretch posts. M. Install extension arms sloped outward and attach barbed wire; tension and secure. N. Install gate with fabric and barbed wire overhang to match fence. Install latch, catches and rollers according to manufactures suggestions. O. All buried utilities should be located in the field prior to drilling any holes for posts. Water and wastewater utilities can be located by calling 767-2722. 700-3.02 ERECTION TOLERANCES A. Maximum Variation From Plumb: 1/4 inch. B. Maximum Offset From True Position: 1 inch. C. Layout will be established prior to construction, components of the fence shall not infringe upon adjacent property lines. Section 700, Fencing for Yellow House Canyon and North Loop Lift Stations, Page - 5 City of Lubbock Measurement and Payment Section 800 800-1.1 General The Contractor shall be paid per total lift station package tested and operational. The station package will include all gravity mains, force maims, associated manholes, thrust blocking and valving, all excavations and proper backfills, wetwells, pumping units, electronic control equipment, coatings, fencing, testing, paving patches, final clean-up and restoration. The Contractor may make partial payment requests on or before the 5th day of each month. Partial payment requests must be written requests and submitted with a schedule of values for the work done and paid for previously, the work for which payment is requested and the work yet to be done. Each item on the schedule of values should report the cost of materials and labor for that item. The partial payment requests should be directed to the Project Engineer. City of Lubbock P. U. Box 2000 6 Lubbock, Texas 79457 Attn: Mike Gilliland (806) 775-2348 1 SPECIAL CONDITIONS 1 PART 1 GENERAL SECTION 400 SPECIAL CONDITIONS 1.1 MANUFACTURED EQUIPMENT The specifications and drawings refer to several pieces of equipment by name and model number. This equipment represents the minimum standard of quality for both equipment and materials of construction. The contractor shall prepare his bid on the basis of this equipment for the purpose of determining the low bid without consideration of a possible substitute. Substitute of other makes may be considered only if the equipment proposed is superior or equal in quality and efficiency to the standards of quality named in the specifications and this is demonstrated to the satisfaction of the Engineer. All substitute equipment shall be submitted to the Engineer for review at least 14 days prior to bid letting and shall contain the following: A. Complete description of the equipment, system, process of function, including a list of system components and features, drawings, catalog information and cuts, manufacturer's specifications, including material description. B. Performance data and curves, and horsepower requirements. C. Outside utility requirements, such as water, power, air, etc. D. Functional description of any internal instrumentation and control supplied including a list of parameters monitored, controlled or alarmed. E. Address and telephone numbers of nearest service centers and a listing of ep g manufacturer's or manufacturer's representatives, local services available at these locations, including addresses and the telephone numbers of the nearest parts warehouses capable of providing full parts replacement and/or repair services. F. A list of five installations in the state where similar equipment by the manufacturer is currently in similar service: including contact name, telephone number, mailing address of the municipality or installation, Section 400, Special. Conditions - Page 1 1.2 engineer, owner and installation contractor, if five installations do not exist, the list shall include all that do exist, if any. G. All differences between the specifications and the proposed substitute equipment shall be clearly stated in writing under a heading of "difference". H. Other specific requirements listed in the detailed equipment and material specifications. EVALUATION Approval of the substitution to be as an alternate shall in no way relieve the Contractor from submitting the specific shop drawings for approval or complying fully with all provisions of the specifications and drawings. If substituted equipment is accepted, the Contractor shall, at his own expense, make any changes in the structures, piping, electrical, etc. necessary to accommodate the equipment. If engineering is required due to substitution of alternate, the Contractor shall pay the Engineer for all engineering charges. To receive final consideration, copies of the required quotations for the equipment will be required to document the savings to the satisfaction of the Engineer. It is the intent that the Owner shall receive full benefit of savings in cost of equipment and the Contractor's bid price shall be reduced by an amount equal to the saving. In all technical and other evaluations, the decision of the Engineer is final. Section 400, Special Conditions - Page 2