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